DATE: April 8, 2013 USACE ENG PROJECT MANAGER: Tiffany

advertisement
UNCLASSIFIED//FOR OFFICIAL USE ONLY
DATE: April 8, 2013
USACE ENG PROJECT MANAGER: Tiffany Matthews-Lay
PHONE: 443.654.7181
ENG FAX NUMBER: 443.654.7216
USACE-CENAB REALTY SPECIALIST: Darlene Eltringham
PHONE: 410.854.0756
STATEMENT OF WORK – DESIGN/BUILD
Alterations to APS 6
938 Elkridge Landing Road
Linthicum, Maryland 21090
This Statement of Work contains the following sections:
- PROJECT DESCRIPTION
- STATEMENT OF SERVICES
- DESIGN BUILD PROPOSAL
- PROJECT REQUIREMENTS (TITLE I, TITLE II, Construction)
- APPLICABLE TECHNICAL CRITERIA, CODES, REGULATION AND POLICY GUIDANCE
- SAFETY
- QUALITY CONTROL
- SUBMISSION REQUIREMENTS
- SUBMISSION SCHEDULE
- PROPOSAL BREAKDOWN
PROJECT DESCRIPTION
The U.S. Army Corps of Engineers (USACE) requires Guaranteed Maximum Price (GMP) Design/Build (D/B)
services for alterations to existing space located at 938 Elkridge Landing Road, Linthicum, Maryland 21090 in
order to accommodate user requirements. The project involves approximately 5,000 square feet located in
APS 6. The project requires integrated design and construction (design/build) alterations to existing electrical,
architectural and mechanical systems including renovating the lobby and Student Resource Center; and
replacing the HVAC system in the LAN room. Refer to Attachment B detail project requirements. Refer to
Attachment C for associated sketches and specifications.
The Lessor shall provide services under Lease Number DACA-31-5-2008-0154 to accomplish this task as
described in this Statement of Work (SOW). The construction clauses, paragraphs, and annexes that are in
the lease are hereby incorporated into this SOW. The Unified Facilities Criteria (UFC) and Unified Facilities
Guide Specifications (UFGS) shall be the basis of all construction under this SOW. See Attachment A for
Details.
UNCLASSIFIED//FOR OFFICIAL USE ONLY
1 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
Total Period of Performance is 210 Calendar Days after Notice to proceed.
STATEMENT OF SERVICES
GENERAL: The scope of this project shall consist of the Lessor providing all necessary Architect-Engineer
(A-E) services by qualified Architect-Engineers licensed in the State of Maryland to design and prepare
complete construction documents, i.e., specifications, detailed construction drawings, and as-built final
construction documents. The Lessor shall further provide all necessary Construction services, including
permitting, to modify this facility. The Government shall review and approve all actions of the Lessor in the
accomplishment of this project. The as-built final construction documents shall be assimilated into one
submittal package. As-Built drawings and documents shall be submitted on CD-ROM in Micro Station format
in accordance with the Tri-Services (A/E/C) Standards, supplied separately, for drawings and PDF format for
documents. Plotted stamped and sealed drawings shall be submitted in this phase. The Lessor shall provide
all services required with the objective of developing and completing this project which satisfies U.S. Army
Corps of Engineers (USACE) and user requirements and meets USACE construction criteria, state and local
government building codes, and all applicable regulations listed in this Statement of Work under
APPLICABLE TECHNICAL CRITERIA, CODES, REGULATION AND POLICY GUIDANCE. Where
guidance conflicts, the MOST STRINGENT REQUIREMENT SHALL PREVAIL. The project shall be
accomplished in accordance with the schedule described in the Statement of Work under SUBMISSION
SCHEDULE.
RESPONSES TO COMMENTS: The A-E, through the Lessor, shall be responsible for incorporating all
USACE review comments and shall revise project documentation as required. Shall clarification be required
or exception taken to any comment, the Lessor shall be responsible for communicating with the USACE
project manager(s) within three (3) working days after receipt of said review comments.
MEETINGS: One meeting shall be held at the start of the project. One additional meeting shall be priced.
Biweekly progress meetings (via telephone) shall be held during the construction phase of the project.
Additional meetings shall be called with the mutual consent of both parties (Government and owner).
Meeting(s) shall be held at the project site or at a placed designated by the Government.
MINUTES OF THE MEETINGS: The Lessor and/or the A-E shall prepare minutes of the meetings and all
telephone conversations relating to this project and shall further distribute sufficient typewritten copies to the
USACE project manager(s). Distribution of meeting minutes shall occur no later than three (3) working days
after meeting occurs. USACE project manager(s) shall always be provided copies regardless of attendance at
meeting(s). Minutes of the meeting shall record all significant topics of discussion including, but not limited to,
mutually agreed resolutions to project problems.
DESIGN/BUILD PROPOSAL
Prior to the proposal submission, the Government shall develop a scope of work which shall be reviewed by
the Lessor and his contractors (AE, General Contractor, subcontractors) prior to the site visit and discussed
during the site visit. The Government SOW and the Lessor and contractors site visit report shall be used to
UNCLASSIFIED//FOR OFFICIAL USE ONLY
2 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
establish sufficient clarity and a mutual understanding of the scope in order to prepare a design/build cost
proposal. The design/build proposal shall be based on the format of the RS Means Cost Works building
construction and other associated cost data bases and AE hourly rates and hours, as required by the Lease
and by the Government. All costs must be broken down as required by the Government. The Lessor and
contractor shall use the formats provided by the Government for this proposal. The Lessor and Contractors
shall develop a site visit report which will be included with the proposal. This report shall be submitted to the
Government for review within 3 working days after the date of such meeting and prior to submission of the
Lessor’s proposal for the Government's review and concurrence before it is submitted with the proposal. The
Lessor’s proposal shall include a complete design and construction project schedule for review and approval
by the Government. For the purpose of design fee proposal, the following sample categories of project
requirements should be priced within the non-design portion of the design fee proposal (NOTE - these are
only sample categories; not all categories are applicable to this specific project. Reference EFAR 36.60670(c)):
1. Initial site visits and meetings.
2. Feasibility, functional, economic studies, architectural layouts, space plans, and other
investigations.
3. Preparation or verification of as-built drawings.
4. Preparation of design development criteria and preliminary calculations.
5. Reproduction of design for review purposes.
6. Travel and per diem allowances in connection with excludable services.
7. Documentation requirements, e.g., preparation of meeting minutes, preparation of design analysis
report, submittal register, etc.
PROJECT REQUIREMENTS
TITLE I SERVICES
FIELD INVESTIGATION: Field investigation will require project site visits to determine and establish all
existing conditions that will impact directly/indirectly upon project data and subsequent construction. Field
verification and annotation of as-built drawings to reflect present conditions are required to develop necessary
design documents. Field verification may also require supplementing of the general program requirements
under APPLICABLE TECHNICAL CRITERIA, CODES, REGULATION AND POLICY GUIDANCE. If
required by the USACE Project Manager(s), interviews with Customer and other Government personnel
should be pursued to confirm design criteria for this project. All meetings, interviews, etc. shall be properly
coordinated with the USACE project manager without exception.
DRAWING SUBMISSIONS:
Drawing presentation, format and title blocks shall be in accordance with Tri-Services (A/E/C) Standards.
The drawings shall be D size (24 x 36) for all submissions. The Contractor shall provide CD’s, at each design
UNCLASSIFIED//FOR OFFICIAL USE ONLY
3 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
submission, marked/labeled in accordance with the Enterprise CADD Standard requirement, which Standard
is furnished separately. The project submission CD’s shall be accompanied by an electronic and two hard
copies of the CADD Quality Assurance Checklist, Drawing Submission Log, and hard copies of the project
drawings as directed herein. Failure to provide all required documents or providing signed Quality Control
Checklists which are inaccurate will be cause for the review and possible disapproval of the contractor's
Quality Control Plan and the possible removal of the contractor's Quality Control Systems Manager and
project Quality Control Manager.
FINAL DESIGN (95-100%): Final design must be based on project scope. All documents required for
submittal shall also be placed on a CD-ROM. General guidance, indicating Final level of completeness, is
identified within the Unified Facilities Criteria (UFC) document UFC 1-300-09N, Design Procedures, located at
the following Web Page of the U.S. Army Corps of Engineers (USACE):
http://www.hnd.usace.army.mil/techinfo/instruct.htm. UFC Final Design completeness includes, but is
not limited to, the following:
1.
Design analysis
2.
Complete Specifications and Submittal Register
BACK CHECK: Back check design documents shall include, but is not limited to, final construction drawings
with 100% submission comments incorporated. Back check documents shall be as outlined in the Final
Design submission above and shall be in accordance with above web page instructions. All drawings
submitted shall be in accordance with the required CADD Standards. Back Check submission shall be in
accordance with Submission Requirements.
DESIGN QUALITY CONTROL: The Lessor and the A-E are responsible for the professional quality,
technical accuracy, and coordination of all design documents and other design services, as required by the
Quality Control Division 1 specification section 01 45 00.00 10. The A-E is required to have a logical and
functional design quality control program to assure that errors and deficiencies in all submittals are
minimized. To meet this requirement, the A-E shall perform technical and interdisciplinary reviews and
correct all errors and deficiencies in the documents prior to submitting them for Government review. The
Task Order design portion of the Task Order quality control plan that is to be used for this project shall be
submitted to the Government no later than 14 days after the receipt of notice to proceed as part of the
overall Task Order Quality Control Plan. The personnel who shall perform the quality control for design
shall be identified by name in the Quality Control Plan. The A-E shall also provide through the Task Order
Quality Control Manager, a letter signed by a principle of the A-E design firm(s) for each submittal stating
how the Designer's Quality Control Plan was enacted for that particular design submission. Reference the
overall Quality Control Paragraph as stated below and as required by Engineer Regulation (ER) 1110–1–
12 (Engineering and Design Quality Management).
TITLE II SERVICES
SERVICES TO BE FURNISHED BY ARCHITECT-ENGINEER: The Architect-Engineer, through the Lessor,
shall perform the following services:
UNCLASSIFIED//FOR OFFICIAL USE ONLY
4 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
a. REVIEW OF SHOP DRAWINGS
Designers shall check and approve all submittals including, but not limited to, shop and
working drawings submitted by the Contractor for approval in connection with the construction work to assure
that these conform to contract drawings and specifications. The A-E shall manually approve those drawings
that are found satisfactory and shall furnish exceptions in writing as to those drawings that are disapproved.
The Architect-Engineer shall analyze and verify the adequacy of any detail not completely shown on the
contract drawings. Submittals shall also be reviewed and approved by the Lessor and / or Prime
Contractor(s) as indicated in the Lease and in the Division 1 specifications.
b. PERFORM SITE VISITS
During the construction period, approved representatives (engineers and architects) of the
design Architect-Engineering firm(s) shall make such visits to the project site as required. The visit may be
attendance at a construction progress meeting or a site inspection for verification of compliance to project
design documents or other required attendance. During the construction period, the design Architect-Engineer
firms shall furnish such advice as may be requested by USACE program and project managers. The Lessor
or Prime Contractor shall provide minutes of the meetings as defined under the task for STATEMENT OF
SERVICES.
CONSTRUCTION SERVICES
SERVICES TO BE FURNISHED BY LESSOR: The Lessor shall perform the following services:
a. Permits
The Lessor shall be responsible for providing all permits, as required, for this project.
b. Bidding
The Lessor shall bid all construction work to a minimum of three subcontractors per trade, as
determined by the Lessor, for all projects over $100,000.00 in value. All contractors and
subcontractors shall be licensed and bonded in the State of Maryland. The Lessor shall award
contract or subcontract to the lowest cost responsible bidder. The Government shall review and
approve contracts prior to award.
c. Pre-Construction Submittals and Meetings
The Lessor, contractor, and subcontractors shall attend a Pre-Construction Meeting and
Safety Meeting (can be combined). The Lessor shall be responsible for assuring that the Preconstruction Submittals are submitted in a binder to USACE Project Manager (PM) a minimum of two
weeks before the scheduled Pre-Construction Meeting. Pre-construction submittals shall be
approved by USACE, as required. Pre-Construction submittals consist of the following, as a
minimum:
1. List of Contact Personnel with contact information including, but not limited to, Project
Manager, Safety Manager, Site Safety Officer, site superintendent, subcontractors,
Quality Control Systems Manager, project Quality Control Manager.
UNCLASSIFIED//FOR OFFICIAL USE ONLY
5 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
2. Subcontractor list which shall identify the superintendents, and employees' names.
3. Signed Site Specific Safety Plan and Activity Hazard Analysis per USACE Safety and
Health Requirements Manual 385-1-1 http://www.usace.army.mil/publications/engmanuals/em385-1-1/.htm . See Appendix A in Engineer Manual (EM) 385-1-1, 15 Sept.
2008, with all up to date changes. This plan shall have a two week minimum review
period by USACE. Construction cannot begin until the USACE approves this document.
4. Schedule of Values
5. Updated Project Schedule approved by USACE Project Manager
6. A-E approved / USACE reviewed equipment submittals on ENG Form 4025
7. Task Order Quality Control Plan signed by the Lessor, the AE, and contractors.
d. Schedule
The Lessor shall be responsible for assuring that the construction work is completed on
schedule as indicated in the SUBMISSION SCHEDULE in this Statement of Work. The schedule
shall be the basis for measuring Lessor progress and shall be in Microsoft Project format. Lack of an
approved schedule will result in an inability of the Contracting Officer to evaluate Lessor’s progress
for the purposes of payment. The Critical Path Method (CPM) shall be used to generate the Project
Schedule. The Project Schedule is to be precise and complete, including, but not limited to, design
package submissions and reviews, any phasing required for the work, anticipated lead times for
equipment, administrative requirements (i.e. submittal review) and the total calendar days required
for Task Order completion. The project schedule shall be updated on a monthly basis and
submitted with the request for payment. All changes in logic or re-base lining the schedule require
Government approval. Reference the Division 1 specification sections 01 32 01.00 10, Progress
Schedule, 01 32 17.00 20 Network Analysis Schedules (NAS), 01 45 00.00 10 Quality Control, and
01 45 00.10 10 Quality Control System (QCS), on schedules and quality control, which are all
made a part of this contract.
e. Construction
The Lessor shall be responsible for assuring that the construction work is completed on
schedule as indicated in the SUBMISSION SCHEDULE in this Statement of Work. The Lessor shall
also be responsible for assuring that all construction conforms to the project documents and
requirements and governing codes and regulations. The Contractor shall comply with all
requirements of Contractor Quality Control as specified by the Division 1 specifications and the
Lease.
f. Monthly Exposure Hours
The Lessor shall also be responsible for providing the monthly exposure hours by the second
day of every month.
g. Facility Maintenance and Warrantee
Provide a commissioning plan for Government review seven days before commissioning
date. Operation and Maintenance manuals shall be turned over to the Government at the time of
UNCLASSIFIED//FOR OFFICIAL USE ONLY
6 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
equipment acceptance. Warranty Management Plan shall be turned over to the Government at the
time of equipment acceptance. Warranty Management Plan includes, but is not limited to: description
of item, model and serial number, description of required maintenance, name and number to call for
warranty service. The warranty management plan shall include all required actions and documents to
assure that the Government receives all warranties to which it is entitled. List and provide all
Certificates of Warranty for extended warranty items. Provide a preventative maintenance plan. The
Operation and Maintenance (O&M) manuals cannot be used or referenced as the preventative
maintenance plan.
h. Close Out Documents
The Close-Out Documents shall be submitted per the Lease and this SOW. The submission
includes, but is not limited to, the following:
1. Red-line drawings
2. As-Built Record Drawings which shall be in compliance with the required CADD standard.
3. Cover page with name of project, contact information for USACE PM, Lessor, A-E
Contractors information and the date of beneficial occupancy.
and
4. Index page
5. Copy of the statement of work
6. Commissioning data, testing and/or balancing documentation with date and subcontractor’s
contact information
7. Documentation of training
8. Shop drawings
9. Operation and Maintenance manuals
10. Warranty Management Plan which includes, but is not limited to: description of item, model
and serial number, description of required maintenance, name and number to call for
warranty service.
SAFETY
The Lessor shall identify the Safety and Health Manager in accordance with the Division 1 specifications. The
Safety and Health Manager shall have certification provided by one of the following: American Board of
Industrial Hygiene, Board of Certified Safety Professionals or American Board of Health Physicist. The Safety
and Health Manager shall be responsible for writing and signing the Safety Plan and Activity Hazard Analysis.
The Safety Plan shall include an Emergency Response Plan and Accident Reporting Plan which shall
incorporate contacting the USACE PM. The Safety and Health Manger shall review the Pre-Construction
Safety submittal to the Government and ensure all required documentation is included. The Safety and Health
Officer shall attend the Pre-Construction Safety Meeting and shall be responsible for additional safety
meetings as required by EM 385-1-1, dated 15 Sept 2008, incorporating all changes to date. The USACE PM
and Safety Representatives shall be invited to and, upon request, receive copies of all safety meeting minutes
held during construction.
UNCLASSIFIED//FOR OFFICIAL USE ONLY
7 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
QUALITY CONTROL
The Lessor shall identify both the Contractor Quality Control (CQC) System Manager and the Task Order
specific Quality Control Manager(s) in accordance with the Division 1 specifications. The Lessor shall furnish
for review by the Government, the Task Order specific contractor quality control (CQC) Plan. The plan shall
identify features of work, personnel, procedures, equipment list, controls, instructions, tests, records, and
forms to be used. Design and Construction will be permitted to begin only after acceptance of the Task Order
specific CQC plan or acceptance of an interim plan applicable to the feature of work to be started. The CQC
system manager shall also review the Close-Out submittal to the Government and ensure that all required
documentation is included. Construction portion of Contractor Quality Control Plan shall meet the
requirements of Engineer Regulation (ER) 1180-1-6, Construction Quality Management.
APPLICABLE TECHNICAL CRITERIA, CODES, REGULATION AND POLICY
GUIDANCE
The design of this project shall be prepared utilizing the information as summarized below:
Applicable Codes, Regulations and Policy Guidance. See Attachment A.
SUBMISSION REQUIREMENTS.
1. FIELD INVESTIGATION:
a. 3 sets of Field Investigation documents and reports.
2. FINAL DESIGN REVIEW:
a. 6 sets of CONSTRUCTION DOCUMENTS. All drawings submitted shall be in accordance with
required CADD standards. All drawings shall be professionally stamped and sealed.
b. 6 sets Design Analysis
c. 6 sets Cut Sheets on equipment selected as the basis of the design.
d. 6 sets properly labeled CD-ROM(s) with printed CADD Quality Assurance Checklist and
Drawings Submission Log. The CD-Rom shall have all documents listed under this final design
review paragraph included.
UNCLASSIFIED//FOR OFFICIAL USE ONLY
8 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
3. BACK CHECK (100%):
a. 6 sets of CONSTRUCTION DOCUMENTS. All drawings submitted shall be in accordance with
required CADD standards. All drawings shall be professionally stamped and sealed.
b. 6 sets of binders marked with project name on spine to include:

Comment Logs with questions and answers incorporated.

Cut Sheets on equipment selected as the basis of the design.

Design analysis and calculations
c. 6 sets properly labeled CD-ROM(s) with the printed CADD Quality Assurance Checklist and
Drawings Submission Log. The CD-ROM shall have all documents above included.
4. AS-BUILT:
a. 5 sets of original drawings with redline construction changes.
b. 5 sets of blue lines marked "As-Built" professionally stamped and sealed.
c. 5 sets of properly labeled CD-ROMs with all drawings (meeting required CADD standards) and
documents included.
5. CLOSE OUT:
a. 4 sets Warranty Maintenance Plan(s) per the contract requirements. (Make, model, serial
numbers listed and contact information for sub-Contractors responsible for warranty.)
b. 4 sets of three ring binders with spine marked with project name and all documents required to
include:

Operations and Maintenance Documents.

Documentation of commissioning, testing, and training.
c. 4 CD-ROMs with all drawings and documents included.
SUBMISSION SCHEDULE
1.
Field Investigation submitted within 14 calendar days after NTP.
2.
Final Design submitted within 14 calendar days after NTP.
3.
Back Check Design submitted 14 calendar days after receipt of final review comments.
UNCLASSIFIED//FOR OFFICIAL USE ONLY
9 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
4.
Pre-Construction submittals 28 calendar days after NTP.
5.
Construction Contract Completion 120 calendar days after Backcheck Design Submission.
6.
Construction Punch List completion 7 calendar days after acceptance date for Beneficial Occupancy
(BOD).
7.
Close-Out Documents (including documents for final payment) 14 calendar days after construction
completion and As-Built drawing approval for compliance with all CADD standards.
NOTE: The Government has scheduled 14 calendar days for review between receipt of design or
construction submission and delivery of comments for each submission phase.
REQUESTED DESIGN/BUILD PROPOSAL BREAKDOWN
1.
2.
3.
4.
5.
Field Investigation
Final Design
Backcheck Design
As-Built Preparation
Construction Services*
A full back up of each disciplinary man-hour breakdown for each proposal phase shall be submitted with the
proposal, if required. The breakdown shall include discipline, proposed required labor hours, hourly rate,
overhead, profit, and total cost. A fixed price for travel and material costs shall be included in the proposal.
Construction costs shall show labor, material, and equipment costs for each line item of work along with
overhead, bond, and profit rates and the total cost. A lump sum construction cost proposal or estimate is not
acceptable.
Divide Construction Services into Sections 1-5 as outlined in Attachment B.
END
UNCLASSIFIED//FOR OFFICIAL USE ONLY
10 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
ATTACHMENT A
Applicable Codes, Regulations, and Policy Guidance
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
NFPA 101: Life Safety Code, 2009 edition.
Unified Facilities Criteria (UFC) – 1-200-01 General Building Requirements, 27 November 2007
including Change 2, 27 January 2010.
United Facilities Criteria (UFC) 1-300-02, Unified Facilities Guide Specifications (UFGS) Format
Standard, September 2004, Change 4 December 2006
United Facilities Criteria (UFC) – 1-300-09N Design Procedures, 25 May 2005 including Change
7, 27 January 2010.
United Facilities Criteria (UFC) 3-120-10, Interior Design, June 2006 including Change 1, July
2007
Unified Facilities Criteria (UFC) – 3-600-01 Design: Fire Protection Engineering for Facilities, 26
September 2006 including Change 1, 14 July 2009.
Unified Facilities Criteria (UFC) – 4-010-01 DoD Minimum Antiterrorism Standards for Buildings,
8 October 2003 including Change 1, 22 January 2007.
Unified Facilities Criteria (UFC) – 4-010-02 DoD Minimum Antiterrorism Standoff Distances for
Buildings (FOUO), 8 October 2003 including Change 1, 19 January 2007.
Unified Facilities Criteria (UFC) – 4-020-01 DoD Security Engineering Facilities Planning Manual,
11 September 2008.
United Facilities Criteria (UFC) – 4-020-02 DoD Security Engineering Facilities Design Manual
State of Maryland codes and requirements - All related Documents
NFPA 10 Standard for Portable Fire Extinguishers, 2010 Edition
NFPA 13 Standard for the Installation of Sprinkler Systems, 2010 Edition
NFPA 70 National Electrical Code (NEC) Handbook, 2008 Edition.
NFPA 70E Standard for Electrical Safety in the Workplace, 2009 Edition
NFPA 72 National Fire Alarm and Signaling Code, 2010 Edition
Automatic Fire Detectors / NFPA 72E, June 1990
NFPA 75 Standard for the Protection of Information Technology Equipment, 2009 Edition
NFPA 80 Standards for Fire Doors and Other Opening Protectives, 2010 Edition.
NFPA 90A Standard for the Installation of Air Conditioning and Ventilating Systems, 2009 Edition
NFPA 92 Standards for Smoke Management Systems. Current Edition: Proposed Standard Next
Edition: 2012
Americans with Disabilities Act of 1990
American with Disabilities Act Amendments Act of 2008 (ADAAA)
Uniform Federal Accessibility Standards (UFAS)
Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)
ANSI/ASHRAE 52.2 Method of Testing General Ventilation Air-Cleaning Devices for Removal
Efficiency by Particle Size, 1999
ANSI/ASHRAE 62.1 Ventilation for Acceptable Indoor Air Quality, 2007
ANSI/ASHRAE 90.1, Energy Standards for Buildings, Except Low Rise Residential Buildings,
American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE)
SMACNA Duct Standards - All Applicable Standards (including Duct Leakage).
PHCC National Standard Plumbing Code 2009
UNCLASSIFIED//FOR OFFICIAL USE ONLY
12 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
52.
53.
54.
55.
(ARI) Air Conditioning and Refrigeration Institute - All related Documents
(AHRI) Air-Conditioning, Heating and Refrigeration Institute - All related Documents
(ADC) Air Diffusion Council, Flexible Duct Performance & Installation Standards, 4th Edition
(ADC) Air Diffusion Council FD 72-R1, Flexible Duct Test Code, 3rd Edition
(ASME) American Society of Mechanical Engineers - All related Documents
(ANSI) American National Standards Institute - All related Documents
(IEEE) Institute of Electrical and Electronics Engineers - All related Documents
Occupational Safety and Health Administration (OSHA) - All related Documents
(AABC) Associated Air Balance Council - All related Documents
Air Movement and Control Association (AMCA) International, Inc. - All related Documents
ASTM International - All related Documents
AWS American Welding Society - All related Documents
Builders Hardware Manufacturers Association (BHMA) - All related Documents
Door and Hardware Institute (DHI) - All related Documents
FM Factory Mutual System - All related Documents.
Gypsum Association - All related Documents
IES Illuminating Engineering Society of North America - All related Documents
SDI Steel Door Institute - All related Documents
SDI Steel Deck Institute – All related Documents
UL Underwriter's Laboratories, Inc. - All related Documents
US Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, 15
September 2008
International Building Code (IBC) – All applicable criteria
Unified Facilities Criteria (UFC) - All applicable criteria
Intelligence Community Directive (ICD) 705-1 and the associated Intelligence Community Policy
Guidance (ICPG).
Unified Facilities Guide Specifications (UFGS) – Divisions 1 through 16 or 1 through 48.
UNCLASSIFIED//FOR OFFICIAL USE ONLY
13 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
ATTACHMENT B
Customer Requirements
BASE NOTICE TO PROCEED (NTP):
1. Server Room (Room 106):
o Remove rear door. Drywall opening.
o Seal all penetrations above drop ceiling (existing walls are deck to deck).
o Investigate and provide recommendations for new HVAC and electrical requirements. Take
note of numerous windows within the space, and the effects of summer heat on room
temperature.
o There are three (3) existing units (specifications attached in Appendix C). Remove all units
except the one that services the adjacent SPED room. Install an independent, commercial
cooling unit to service the Server Room.
o Flooring: Replace all raised floor tiles EXCEPT those placed under existing server racks.
o Paint: Paint walls and trim. Provide paint samples for customer review and selection.
Painting to take place during evenings and weekends
2. Renovate Lobby:
o Refer to attached sketch.
o Demo and remove existing guard station (millwork).
o Build a new guard station (millwork) that faces the entrance doors. The new guard station
shall include a storage area and a place to house security monitors.
o Place new display cases within area of existing guard desk.
o Remove all existing millwork (i.e. chair rails, walls coverings). Relocate existing TV per
customer recommendation.
o Investigate and provide recommendations for HVAC and electrical requirements.
o Flooring: Replace existing flooring with tile (main traffic areas) and carpet (lounge areas).
Replace existing cove base. Provide tile, carpet and cove base samples for customer review
and approval. Flooring to be installed during evenings and weekends.
o Wall Covering: Provide options for new wall covering (i.e. wallpaper, paint) for customer
review and approval. Paint walls and trim per customer recommendation. Painting to take
place during evenings and weekends.
o Cover entry doors with tint such that those outside cannot see inside, while those inside can
see outside.
o Rearrange existing lighting to brighten lobby area, or add new lighting as necessary.
o Close “½ moons” in existing ceiling.
UNCLASSIFIED//FOR OFFICIAL USE ONLY
14 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
3. Webinar Room (Room 200M):
o Add IT drops per the attached sketch (refer to Appendix C).
o Provide recommendation for providing additional cooling in this room. Investigate the option
of installing an independent, wall-hung AC unit.
OPTION A:
Renovate Student Resource Center (Room 104):
o Renovate room as recommended in the attached sketch (refer to Appendix C).
o Flooring: Demo and replace existing carpet and cove base. The Government will provide
flooring specifications. Flooring to be installed during evenings and weekends.
o Paint: Paint walls and trim. The Government will provide paint specifications. Painting to
take place during evenings and weekends.
o Create a glass-enclosed conference room as illustrated.
o Remove an existing power pole.
o Create 5 workstations as illustrated in the attached sketch.
o Investigate and provide recommendations for new HVAC and electrical requirements.
OPTION B:
SCIF (Room 302):
o All construction within the space shall adhere to ICD 705 Requirements.
o All work within the SCIF (except flooring installation and painting) is to take place during
daytime hours.
o Customer to provide escorts.
o Customer to provide furniture layout.
o Refer to attached sketch located in Appendix C. Build a LAN room around the existing
equipment, and install an independent, wall-hung AC unit in the LAN room (6500BTU).
o Refer to attached sketch. Remove existing modular wall. Replace it with drywall. Wall to
extend from floor to suspended ceiling. Install a new door.
o Remove and dispose of all modular furniture and walls.
o Replace existing curtains with “black-out” shades.
o Investigate and provide recommendations for HVAC, electrical and Life Safety requirements.
Provide options for replacing baseboard heaters.
o Flooring: Demo and replace existing carpet and cove base. The Government will provide
flooring specifications. Flooring to be installed during evenings and weekends.
UNCLASSIFIED//FOR OFFICIAL USE ONLY
15 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
o Paint: Paint walls and trim. The Government will provide paint specifications. Painting to
take place during evenings and weekends.
o IT Requirements: The Contractor will install the IT infrastructure for the workstations, private
offices and small conference room. The Contractor will install the power whips for the 10
workstations and 2 private office (3 data, 2 voice); and 4 printer areas (2 data,1 voice).
Customer to provide furniture layout for IT installation.
OPTION C:
Restrooms:
o Investigate existing HVAC system within each restroom located on the first, second and third
floors). Add exhaust fan(s) to 6 restrooms (2 on each floor).
Notes:
a. Provide material/equipment cut-sheets and specifications for customer review and approval.
b. All modifications to existing electrical panels must be documented and all changes (additions or
deletions) labeled appropriately.
c. The Customer is to provide escorts as required for project completion.
d. Furniture procurement and installation is not included in this Scope of Work.
UNCLASSIFIED//FOR OFFICIAL USE ONLY
16 OF 17
UNCLASSIFIED//FOR OFFICIAL USE ONLY
ATTACHMENT C
Sketches and Product Specifications
UNCLASSIFIED//FOR OFFICIAL USE ONLY
17 OF 17
APS6 HVAC Equipment Information
Item #1: HVAC Specs (existing
equipment)
SPECS - VIDEO SURVEILLANCE SYSTEM (Item #8)
UNIT#
MAKE
EMI1
LIEBERT
P
CARRIER
AHD
CFD
MODEL#
SERIAL#
CAH48D50000B
100G092429
SCC36DE0000AA0A
100E913226
BMCG020
00564115N390363
4593E03747
CU38CK024310
AREA SERVED/LOCATION
MAINTAINED BY
1ST FLR WEST UPS ROOM (LAN ROOM)
FSS
1ST FLR WEST UPS ROOM (LAN ROOM)
FSS
COMPUTER ROOM
FSS
SERVER RM
FSS
FB4ANF036000
CARRIER
38YCC036-5
TRANE
2TTA3836A4000AA
8383SEFBF
4/19/2013
ADDITIONAL INFO
Item #2: Lobby Renovation
Item #2: Lobby Renovation
Item #3: 2nd Floor Webinar Rooms
•All Data CAT5E cabling will be
“Blue” in color.
•All Voice CAT5E Cabling will be
“White” or “Gray” in color .
•All cable runs will be concealed
from view with the exception of the
cabling terminating in the LAN room.
•Cable will be run through existing
conduits, walls or ceilings when
possible.
•Cable raceways and other cable
concealment devices will be used as a
last resort. Any such devices of this
type must match the color and
aesthetic attributes of its surroundings.
•Each individual cable run/drop (from
the patch panels out to the
workstations) will be run and installed
as a single cable, dedicated to one jack
port at the faceplate/jack box.
•LAN cable runs will be installed
from the LAN Data patch panel to the
associated workstation/faceplate/jack
port labeled in continued order to
existing drops.
•Voice lines will be run and installed
from the voice patch panel to each
workstation/faceplate/jack port
designated and labeled in continued
order to existing drops.
•All jack boxes and faceplates will be
modular.
•Modular jack ports will be installed
in the associated modular face plates.
•Each modular faceplate will accept
up to six (6) jack port modules
•All Voice and Data jack ports must
be RJ-45 and Cat 5e certified.
•The Voice and Data cable/faceplate/
jack box installation location will be
positioned in accordance with the site
diagram.
•At each location noted on the floor
plan, all voice and data drops that
appear next to each other will be
installed together in a single wall
mounted faceplate/jack box.
•All Data modular jack ports will be
“Blue” in color.
•All Voice modular jack ports will be
“White” or “Gray” in color.
2 Blue data/ 1 white voice
2 Blue data/ 1 white voice
Webinar room
PRELIMINARY
NOT FOR ORDER
Option A: Student Resource Center
Z:\DATA\DIRTT\2013\DSS\CLASSROOM 105\REC'D DWGS 03-04-13\DDS.DWG March 8, 2013
PRELIMINARY
NOT FOR ORDER
Option A: Student Resource Center
Z:\2013\A-F\DDS CANTINA & AIR LOUNGE\DDS.DWG
March 5, 2013
Option A: Student Resource Center
Option A: Student Resource
Center
Option B: 3rd floor SCIF
NOTE: this area is
a SCIF, requiring
proper escorts.
3D, 2V
3D, 2V
3D, 2V
3D, 2V
3D, 2V
3D, 2V
3D, 2V
3D, 2V
2 Data
3D, 2V
2D,1V
2D,1V
2D,1V
2D,1V
3D, 2V
3D,2V
2D, 1V
3D, 2V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
3D,2V
2D, 1V
2D, 1V
2D, 1V
3D, 2V
2D, 1V
3D, 2V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
3D, 2V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D,1V
2D,1V
2D, 1V
2D, 1V
3D, 2V
3D, 2V
3D, 2V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
3D, 2V
2D, 1V
2D,1V
Alarm line needs to
be removed from
patch panel into
independent biscuit
jack.
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
3D, 2V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
4D, 2V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
3D,
2V
2D,1V
2D, 1V
2D,1V
2D, 1V
3D, 2V
3D, 2V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
2D, 1V
3D, 2V
3D, 2V
3D, 2V
2D, 1V
3D, 2V
3D, 2V
3D, 2V
3D, 2V
3D, 2V
3D, 2V
Build out
office with
red line drywall and door
2D, 1V
3D, 2V
Requirements:
1. Demo/remove all modular walls and workstations. Patch and paint entire office.
2. Remove existing modular wall, replace with drywall, add new door.
3. Build a LAN room around existing equipment, install an independent, wall-hung AC unit (6500 BTU).
Download