98
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 30-105-04 EXCEPTION TO SF 30 APPROVED BY OIRM 11-84 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 The Solicitation Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Central Issue Warehouses, Support Supply Activity Warehouses, and General Purpose Warehouses located in Georgia is amended as follows: See SF30 Continuation Sheet(s) NOTE: Proposal Receipt date is 25 July 2011, 2:00 p.m. local time (Central Daylight Time) as previously announced. .. 1. CONTRACT ID CODE PAGE OF PAGES J 1 3 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 16C. DATE SIGNED BY 16B. UNITED STATES OF AMERICA 15C. DATE SIGNED 15B. CONTRACTOR/OFFEROR (Signature of Contracting Officer) (Signature of person authorized to sign) 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X 9A. AMENDMENT OF SOLICITATION NO. W9126G-11-R-0054 X 9B. DATED (SEE ITEM 11) 26-Oct-2010 10B. DATED (SEE ITEM 13) 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, x is not extended. Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) 10A. MOD. OF CONTRACT/ORDER NO. 0004 2. AMENDMENT/MODIFICATION NO. 5. PROJECT NO.(If applicable) 6. ISSUED BY 3. EFFECTIVE DATE 11-Jul-2011 CODE US ARMY ENGINEER DISTRICT, FORT WORTH ATTN: CESWF-CT 819 TAYLOR ST, ROOM 2A19 P.O. BOX 17300 FORT WORTH TX 76102-0300 W9126G 7. ADMINISTERED BY (If other than item 6) 4. REQUISITION/PURCHASE REQ. NO. CODE See Item 6 FACILITY CODE CODE EMAIL: TEL:

Ft Benning Fp Guide

Embed Size (px)

DESCRIPTION

Ft Benning FP Guide

Citation preview

Page 1: Ft Benning Fp Guide

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print)

30-105-04EXCEPTION TO SF 30APPROVED BY OIRM 11-84

STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243

The Solicitation Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Central Issue Warehouses, Support Supply Activity Warehouses, and General Purpose Warehouses located in Georgia is amended as follows:

See SF30 Continuation Sheet(s) NOTE: Proposal Receipt date is 25 July 2011, 2:00 p.m. local time (Central Daylight Time) as previously announced. ..

1. CONTRACT ID CODE PAGE OF PAGES

J 1 3

16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

16C. DATE SIGNED

BY

16B. UNITED STATES OF AMERICA15C. DATE SIGNED15B. CONTRACTOR/OFFEROR

(Signature of Contracting Officer)(Signature of person authorized to sign)

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X 9A. AMENDMENT OF SOLICITATION NO. W9126G-11-R-0054

X 9B. DATED (SEE ITEM 11)26-Oct-2010

10B. DATED (SEE ITEM 13)

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, x is not extended.

Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods:

(a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter,provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

10A. MOD. OF CONTRACT/ORDER NO.

0004

2. AMENDMENT/MODIFICATION NO. 5. PROJECT NO.(If applicable)

6. ISSUED BY

3. EFFECTIVE DATE

11-Jul-2011

CODE

US ARMY ENGINEER DISTRICT, FORT WORTHATTN: CESWF-CT 819 TAYLOR ST, ROOM 2A19P.O. BOX 17300FORT WORTH TX 76102-0300

W9126G 7. ADMINISTERED BY (If other than item 6)

4. REQUISITION/PURCHASE REQ. NO.

CODE

See Item 6

FACILITY CODECODE

EMAIL:TEL:

Page 2: Ft Benning Fp Guide

W9126G-11-R-0054 0004

Page 2 of 3

SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES CHANGES TO THE SOLICITATION

1. Division 00 ID/IQ – PROCUREMENT AND CONTRACTING REQUIREMENTS: In Division 00, replace the following sections, bearing the notation “ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054”.

Section 00 22 20 (ID/IQ) PHASE 2 DESIGN-BUILD SELECTION PROCEDURES AND BASIS OF AWARD

CHANGES TO SEED TASK ORDER

2. Division 00 Task Order – PROPOSAL REQUIREMENTS, CONTRACT FORMS AND CONDITIONS: In Division 00, replace the following section, bearing the notiation “ ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054”.

Section 00 73 10 (TASK ORDER) SUPPLEMENTAL CONTRACT REQUIREMENTS

3. Division 01 Task Order – GENERAL REQUIREMENTS: In Division 01, replace paragraphs 2.0 and 3.0 in their entirety in the following section, bearing the notation “ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054”.

Section 01 10 00 Paragraphs 2.0 SCOPE and 3.0 FUNCTIONAL/OPERATIONAL REQUIREMENTS

CHANGES TO SEED TASK ORDER ADDITIONAL DOCUMENTS

4. Replacement Appendices: In the Appendices, replace the following appendix, bearing the notation “ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054”.

Appendix HH REPLACEMENT SECTION 01 10 00 PARAGRAPH 6.0 PROJECT SPECIFIC REQUIREMENTS

5. New Appendices: In the Appendices, add the following appendix, bearing the notation “ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054”.

Appendix JJ INSTALLATION SPECIFIC FIRE PROTECTION REQUIREMENTS

Continued on next page.

Page 3: Ft Benning Fp Guide

W9126G-11-R-0054 0004

Page 3 of 3

DRAWINGS

6. The following Drawings in Appendix J have been revised and are replaced:

A101 Schematic Floor Plan

CP101 Paving and Landscaping Plan

CS101 Site Plan

CU101 Utility Plan

7. CADD files are provided with this Amendment.

End of Summary of Changes

Page 4: Ft Benning Fp Guide

W9126G-11-R-0054 0004

Page 2 of 2

SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES

CHANGES TO SEED TASK ORDER

1. Division 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS: In Division 00, replace the following sections, each bearing the notation “ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054”.

Section 00 22 20 (ID/IQ) PHASE 2 DESIGN-BUILD SELECTION PROCEDURES AND BASIS OF AWARD

Section 00 73 10 (TASK ORDER) SUPPLEMENTAL CONTRACT REQUIREMENTS

CHANGES TO SEED TASK ORDER ADDITIONAL DOCUMENTS

2. Replacement Appendices: In the Appendices, replace the following appendix, bearing the notation “ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054”.

Appendix HH REPLACEMENT SECTION 01 10 00 PARAGRAPH 6.0 PROJECT SPECIFIC REQUIREMENTS

3. New Appendices: In the Appendices, add the following appendix, bearing the notation “ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054”.

Appendix JJ INSTALLATION SPECIFIC FIRE PROTECTION REQUIREMENTS

DRAWINGS

4. CADD files are provided with this Amendment.

End of Summary of Changes

Page 5: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 32 of 90

SECTION 00 22 20 (ID/IQ) PHASE 2 DESIGN-BUILD SELECTION PROCEDURES AND BASIS OF AWARD

1.0 OVERVIEW

2.0 BASIS OF AWARD

3.0 NOT USED 4.0 PHASE 2 PROPOSAL CONTENTS AND RELATED EVALUATION FACTORS AND ELEMENTS

5.0 VOLUME 1 – FACTOR 2 – DESIGN TECHNICAL 5.1. GENERAL 5.2. VOLUME 1-TAB A – ELEMENT 2-1 – BUILDING FUNCTIONAL, AESTHETICS AND SPACE 5.3. VOLUME 1-TAB B – ELEMENT 2-2 – QUALITY OF BUILDING SYSTEMS AND MATERIALS 5.4. VOLUME 1-TAB C – ELEMENT 2-3 – SITE DESIGN 5.5. VOLUME 1-TAB D – ELEMENT 2-4 – SUSTAINABILITY REQUIREMENTS 6.0 VOLUME -2 FACTOR 3 –PERFORMANCE CAPABILITY PROPOSAL 6.1. VOLUME 2 - TAB A– ELEMENT 3-1– PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE 7.0 VOLUME 3 – PRICE AND OTHER REQUIRED INFORMATION 7.1. GENERAL 7.2. TAB A – FACTOR 4 – PRICE (STANDARD FORM 1442 AND CONTRACT LINE ITEM SCHEDULE) 7.3. TAB B – BID GUARANTEE 7.4. TAB C – REQUIRED PRE-AWARD INFORMATION 7.5. TAB E - REPRESENTATIONS AND CERTIFICATIONS 8.0 EVALUATION PROCEDURES 8.1. GENERAL 8.2. DISCUSSIONS (IF NECESSARY) 8.3. PHASE I PROPPOSAL PHASE TWO – SECTION 00 22 20 ATTACHMENTS

1 – FORMAT FOR TABLE OF FACILITIES 2 – FORMAT FOR TABLE OF SPACES

Page 6: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 33 of 90

1.0 OVERVIEW Those Offerors short-listed in Phase 1 are invited to submit a Phase 2 proposal, as indicated below. The Government will evaluate the proposals in accordance with the evaluation criteria described herein, using the evaluation rating systems outlined in the Phase 1 Design-Build selection procedures. Price information will be evaluated for fairness, reasonableness, and for material unbalancing, as described herein. The Phase 2 evaluation will be conducted in accordance with FAR Part 15. 2.0 BASIS OF AWARD (MATOC) 2.1. The Contracting Officer will award two or more firm fixed-price Indefinite Delivery Indefinite Quantity contracts to the responsible Offerors whose proposals the Source Selection Authority determines conforms to the solicitation, is fair and reasonable with regard to pricing for the initial task order, and whose proposals offer the best overall value to the Government, considering the price and non-price factors described herein. All evaluation factors, other than price, when combined, are considered significantly more important than the price, however the Contract award shall not exceed the cost limitation described in Section 00 73 10 (provided in Phase 2) for this project. The intent of this solicitation is to obtain the best proposals within the contract cost limitation for the initial task order. There is no obligation to approach or match the contract cost limitation in the offer. As part of the evaluation, the Government will evaluate betterments in proposals relative to the minimum standards in the RFP to determine if they offer additional value to the Government. In addition, innovations in proposals will be evaluated to determine if creative ideas of the Offeror are a better value to the Government compared to the minimum criteria. After the Government evaluates and rates each proposal, the Source Selection Authority (SSA) will compare proposals to determine which proposals represent the best value for award. 2.2. Award of the first IDIQ and initial task order will be made to the Offeror whose proposal is determined to represent the best overall value to the Government based on the evaluated ratings from the Phase 2 proposal. The Government reserves the right to accept other than the lowest priced offer or to reject all offers. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001. If there is a lower priced, conforming offer(s), the SSA must determine that the added value of a more expensive proposal for the initial task order would justify award to that Offeror. 2.3. Award of the subsequent contracts will be made to the Offeror(s) whose proposal(s) is(are) considered to represent the remaining best value to the Government based on the evaluated rating from Phase 2. Although the initial task order will not be awarded under the subsequent firm fixed-price IDIQ(s), the price proposed under Phase 2 will be used to assist in the evaluation of the best value proposal for award of an IDIQ. The Government reserves the right to accept other than the lowest priced offer or to reject all offers. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined under FAR Subpart 15.001. If there is a lower priced, conforming offer(s), the SSA must determine that the value added of a more expensive proposal than accepted for the initial task order justifies award of a basic IDIQ to that Offeror. 3.0 PHASE 2 PROPOSAL CONTENTS AND RELATED EVALUATION FACTORS, AND ELEMENTS Factor Location Description Relative Importance FACTOR 1

(from Phase 1) PHASE 1 PROPOSAL OVERALL RATING

Equal in Importance to Factor 2

Page 7: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 34 of 90

(VOLUME 2 –PERFORMANCE CAPABILITY)

(VOLUME 3 – PRICE AND OTHER REQUIRED INFORMATION)

4.0 VOLUME 1 – FACTOR 2 – DESIGN TECHNICAL 4.1. GENERAL: The design-technical Factor consists of conceptual level presentation drawings, technical approach narratives and information regarding material and system quality. It must clearly define the proposed scope and quality levels that the design-build team is offering to the Government in enough detail for the Government and the Offeror to mutually understand the whether or not the proposal meets or exceeds the minimum Solicitation requirements. The use of BIM to prepare or submit proposals is NOT required. Fully developed drawings, details, or specifications are not required or desired. Unless specifically stated herein, the Government will not be performing a detailed engineering analysis or design review at the proposal stage. The intent during the proposal submission and review process is not to require detailed design effort or to perform a detailed design engineering review but to focus on the proposed quality levels of materials and systems If the Government evaluators have actual knowledge or strong suspicion that a proposed product or solution is inappropriately sized, being used in the wrong application or otherwise does not meet the contract requirements, the Government will inform the proposer in the event that discussions are conducted with the firm. But the Government

Factor/ Elements

Location Description Relative Importance

FACTOR 2 Vol. 1 DESIGN TECHNICAL Equal in Importance to Factor 1

Element 2-1 Vol. 1 TAB A Building Functional and Aesthetics

Not Separately Rated

Element 2-2 Vol. 1 TAB B Quality of Building Systems and Materials

Element 2-3 Vol. 1 TAB C Site Design

Element 2-4 Vol. 2 TAB D Sustainability

Factor/ Element

Location Description Relative Importance

FACTOR 4 Vol. 3 TAB A Price (Standard Form 1442 and Proposal Bid Schedules)

Least important

N/A Vol. 3 TAB B Bid Guarantee

Go/No Go N/A Vol. 3 TAB C Required Pre-Award Information

N/A Vol. 3 TAB D Representations and Certifications

Page 8: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 35 of 90

is not asking for design analyses in the proposal and is not obligated to perform an engineering design review at this stage. After, award, In the event of conflict between the contractor’s accepted proposal and the requirements in the final, amended RFP, the order of precedence is indicated in Special Contract Requirement 1.2, DESIGN/BUILD CONTRACT – ORDER OF PRECEDENCE. The Offeror shall identify what it considers to be Betterments in its proposal for Elements 1-4 (See Section 00 73 00, SCR “Proposed Betterments“). The final design must comply with the RFP requirements except that accepted betterments become the new contract minimum requirements. Note that the Government will not evaluate any material that exceeds the page limits, where indicated below. 4.2. VOLUME 1 - TAB A –Element 2-1 - BUILDING FUNCTIONAL, AESTHETICS AND SPACE 4.2.1. Submission Requirements: 4.2.1.1. Presentation Drawings: (a) Exterior Elevation(s) of the primary elevation(s) of each facility clearly noting proposed materials and colors. (b) At least one (1) Exterior Perspective Rendering (may be CADD rendering) for each facility type included in the

contract with enough detail to aid in the evaluation of the exterior building aesthetics, as described in paragraph 5.2.2.2 (a), below. Rendering should be at least 11" x 17" in order to show a detailed perspective view of the building

(c) At least one building section demonstrating typical exterior wall sections, typical exterior construction materials, finished floor elevations, and ceiling heights.

NOTE: The Government will use this information to evaluate functional and aesthetic considerations, such as floor to ceiling heights and may use it to help evaluate exterior aesthetics and appearance. The Government may also use this information in conjunction with the submission information under the element: QUALITY OF BUILDING SYSTEMS AND MATERIALS, below, to evaluate quality of wall finishes as well as looking at how the proposer has considered air barrier . The Government is NOT evaluating the structural framing system. (d) Schematic floor plans for each floor of each facility. Not necessary if the Government provides the floor plans

in the solicitation and the proposer proposes to use them, without change. In that event, the proposer must clearly acknowledge that it will provide the floor plan without change. If the proposer intends to change any Government provided floor plan, it must clearly identify any and all proposed changes to the floor plans, either on a floor plan or in a narrative.

(e) A color board including primary interior and exterior finish materials. 4.2.1.2. Technical Approach Narratives Provide technical approach narratives, both qualitative and quantitative, defining the elements of the proposal. Preface the narratives with a design concepts narrative, providing the design rationale and basis of the proposal. (a) Minimum Space and Facility Size. Describe the spaces provided for each facility, in accordance with Section 01 10 00, Statement of Work. As a minimum, include a tabulation of the net square footage for rooms, zones, or other areas, the total gross square footage for each floor of each facility, and the total gross square footage for each facility to clearly demonstrate compliance with the project requirements. See the sample spreadsheets at the end of this section (attachments 1 and 2). (b) Architectural Theme and Materials. This narrative shall be no longer than three (3) typewritten pages. Describe the architectural themes of the various facilities and spaces which demonstrate how the proposal achieves the results desired by the Statement of Work. Narrative should address how the selection of materials and colors enhances the exterior and interior aesthetics of the facilities and improves the living and/or working conditions for the soldier populations who will utilize the facilities. This narrative is not intended to be a material listing, but to explain/reflect how the selections were made and how they address the requirements. 4.2.2. Evaluation Criteria: 4.2.2.1. Building Functional Arrangement: This element considers the overall functional layout (Floor Plan) and interaction of the spaces in the facilities as well. This element considers the planning and design of the spaces with respect to soldier working conditions and the operations of the facility. The following criteria will be considered in the evaluation of the functional arrangement of the various facilities:

(a) How well the floor plan responds to the Functional Relationship requirements described in the Statement of Work

Page 9: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 36 of 90

(b) How well the floor plan and space arrangement facilitate work flow and access necessary to successfully operate this facility in accordance with its mission.

(c) Do the proposed plans demonstrate compliance with the mandatory requirements for circulation, furnishings (AM#4), equipment, and other specifically identified items in the Statement of Work?

4.2.2.2. Building Aesthetics: This element considers the overall “appeal” of the facility and the desire that both the interior and exterior of the facilities present a professional, attractive appearance. The following two areas will be considered under this element and are equal in consideration (not separately rated): (a) Exterior Considerations: To the extent possible within the Government identified contract cost limitation (CCL), the proposal must comply with the look and feel of the Installation architectural theme identified in the Request for Proposal. The first priority in order of importance is how well the proposal provides comparable building mass, size, height, and configuration in comparison with the architectural theme expressed in the Solicitation. The second priority in order of importance is how well the proposal provides compatible exterior skin appearance based upon façade, architectural character (period or style), exterior detailing, matching the architectural theme expressed in the Solicitation. Proposals shall be evaluated on mass, size, height, and configuration in comparison with the architectural theme expressed in the Solicitation, design of facades, roof lines, delineation of entrances, proportions of fenestration in relation to elevations, shade and shadow effects, materials, textures, architectural character (period or style), exterior color schemes. How compatible is the proposed design with the installation architectural theme expressed in the RFP? If not an exact "copy" of the theme, how well does it harmonize or blend with the expressed theme? How well does the proposal provide comparable building mass, size, height, and configuration in comparison with the architectural theme expressed in the Solicitation? How well does the proposal provide compatible exterior skin appearance based upon façade, architectural character (period or style), exterior detailing, matching the architectural theme expressed in the Solicitation? Is the building’s scale and proportion complimentary of the adjacent structures? Is the building an attractive addition to the Installation? How well does the building harmonize with its environment, including surrounding facilities? Has the proposer addressed/coordinated the arrangement of stacks, louvers, vents, and roof mounted equipment, etc. to provide a visually attractive structure? (c) Interior Considerations: Are the proposed colors and material finishes conducive to the working environment of the facility? For administrative areas, does the interior design provided establish a positive working environment? Has the proposal addressed/provided for natural and artificial light in the living and working spaces and is the arrangement of fenestration and lighting fixtures in the spaces conducive to furniture placement and space usage? Do the proposed ceiling material, elevation, and design enhance the environment? Has “support item” placement been considered and addressed in the proposal to enhance the environment? For example: placement of supply/exhaust devices, placement of electrical panels, placement of exhaust fans, etc. Does the proposal provide for acoustic control of noise from service/support spaces to administrative areas? 4.2.2.3. Minimum Space and Facility Size The proposal must include all the mandatory spaces in response to the requirements set forth in Section 01 10 00, Statement of Work. For this element, proposals will be evaluated on compliance with these requirements. Proposals shall identify any individual areas which are less than the required areas and describe how such deviation would enhance the building function. Individual areas may slightly exceed the requirements, so long as building function is not compromised elsewhere and as long as the overall square footage is not greater than that as described in Section 01 10 00, as authorized by Congress. 4.3. VOLUME 1- TAB B – Element 2-2 - QUALITY OF BUILDING SYSTEMS AND MATERIALS General: As part of this Element, the Government has identified certain items as desirable features or preferable items. Desirable features are identified below in the evaluation criteria. Preferable items are listed in order of priority. These items, along with any Offeror identified voluntary betterment, will be given additional consideration during the evaluation process, provided that they are included within the contract cost limitation (CCL) identified in

Page 10: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 37 of 90

the Solicitation. Offerors shall clearly identify in their proposal whether an item is considered either: a desirable feature, preference, or voluntary betterment. Offerors shall list an individual price for each voluntary betterment that is proposed. Offerors shall not list individual prices for desirable features or preferences; those prices shall already be incorporated into the Offeror’s base price 4.3.1. (AM#4) Not Preferences Preferences are: 1) Provide standing seam metal roof. 2) No roof top mechanical equipment. 3) Provide VAV systems and air handling units. (/AM#4) . 4.3.2. Submission Requirements: 4.3.2.1. Presentation Drawings There are no specific drawings requirements for this Element. However, the Offeror has the option of providing concept level drawing information for specific materials and/or systems which the Offeror feels are necessary to describe the proposed systems or materials. 4.3.2.2. Technical Approach Narratives: Provide technical approach narratives, both qualitative and quantitative, defining the elements of the proposal. It is acceptable to include all the sub-items shown below into a single combined narrative for the entire facility. It is the responsibility of the proposer to ensure that all aspects identified in the evaluation criteria below are addressed. Whether individual narratives or a single combined narrative is provided, the maximum total length for narratives shall be ten (10) typewritten pages. (a) Architectural Finishes: Describe how the materials selected provide for a suitable environment for the expected population of the facility. Discuss how these selections provide value to the Government and how they address the minimum requirements of the solicitation. Narrative should focus on durability and maintenance of the finishes proposed. (b) Furniture Systems: Not Used (c) Mechanical Systems: Describe how the mechanical systems selected provide for a highly efficient environmental control system including information about provisions for indoor air quality maintenance. Discuss how these selections provide value to the Government and how they address the minimum requirements of the solicitation. Narrative should focus on maintenance considerations, limiting energy consumption, and suitability of the proposed systems for the expected usage. (d) Plumbing Systems: Describe how the plumbing systems selected provide for a highly efficient domestic hot water system and an efficient piping system. Discuss how these selections provide value to the Government and how they address the minimum requirements of the solicitation. Narrative should focus on maintenance considerations, energy consumption, and suitability of the proposed systems for the expected usage. (e) Electrical Systems: Describe how the electrical power and lighting systems, telephone, data, and cable television systems selected provide for a highly efficient electrical system. Discuss how these selections provide value to the Government and how they address the minimum requirements of the solicitation. Narrative should focus on maintenance considerations, energy consumption, and suitability of the proposed systems for the expected usage. (f) Anti-Terrorism and Force Protection (ATFP) Considerations: Describe how the proposed materials, systems, and designs address the mandatory building ATFP requirements included in the Statement of Work. (g) Site Utilities and Site Systems: Describe how the site utility systems selected provide for an efficient piping system. Discuss how these selections provide value to the Government and how they address the minimum requirements of the solicitation. Narrative should focus on maintenance considerations and suitability of the proposed systems for the expected usage. Include information regarding coordination with privatized utility providers where applicable. (h) Interoperability: Describe how systems integrated into the new facilities which require connection and interface with existing installation-wide systems will be accommodated in the proposed project. Narrative should address the following systems as minimum: Fire Alarm, Telephone, Cable Television, UMCS, and privatized utility companies where applicable. (i) Solar Hot Water Heating: Include provisions to provide at least 30% of the domestic hot water requirements through solar heating methodologies, unless the results of a Life Cycle Cost Analysis (LCCA),

Page 11: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 38 of 90

developed utilizing the Building Life Cycle Cost Program (BLCC) demonstrates to the Government’s satisfaction that the solar hot water system is not life cycle cost effective in comparison with other hot water heating systems. Discuss and outline Offeror's strategy for this solar system including components, placement of collectors, and controls Include all applicable input data, assumptions, first cost, replacement cost, and maintenance and repair cost that were utilized in the calculations. If using the LCCA to justify non-selection of solar hot water heating, make all life cycle cost comparisons to a baseline system to provide domestic hot water without solar components. Analyze at least two different solar hot water methodologies to compare against the baseline system. Use a study period of 25 years and use the Utility cost information in Appendix K. 4.3.2.3 Proposed Material Identifications: In order to evaluate and rate the quality of the materials being proposed, including any material or equipment warranties exceeding the one year warranty in the contract clause “Warranty of Construction”, the Offeror shall include in the proposal material identification for major materials in each of the areas shown below. Provide this information in tabular form supported, if necessary to clearly identify level of proposed quality, by catalog information (may provide on CD-ROM). Table should include manufacturer’s name, model number, if known or at least model series, length of warranty, size/capacity (where available), efficiency (where applicable), and any other notes or information selected by the Offeror. The Government will evaluate and consider materials and equipment proposed by brand name and model series or number as a quality standard. Unless substitution of a manufacturer, brand name or model is otherwise specifically prohibited in the contract, if the successful Offeror desires to substitute manufacturers, brand names or models after award, the substituted product must meet the contract requirements and be approved by the designer of record and the Government as equal in function, performance, quality and salient features to that initially proposed. Acceptance of the proposal is not a guaranty that the proposed products meet the contractual requirements. See below under Evaluation Criteria for more explanation.

Architectural Finishes

Interior Walls Floors Ceilings Exterior Walls Any Special Features Hardware systems (not individual hardware sets) Door systems/types (not individual doors) Window systems/types (not individual windows) Roofing Systems

(j) Furniture Systems: Not Used (k) Mechanical Systems

Central Heating/Cooling Equipment Pumps Air Handling Equipment HVAC System Control Equipment Energy Conservation Features

(l) Plumbing Systems Fixtures Domestic Hot Water Generator

(m) Electrical Systems Lighting Fixtures Main Switchgear and Panels Data, Telephone, Cable TV, Intercom, CCTV, or Other Special Systems as Identified in the SOW 4.3.2.3. Provide a list of quality improvements that are above the minimum stated with the performance specifications. Develop the following table, or similar, to identify quality betterments.

Page 12: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 39 of 90

Improved Quality

Indicate if preference, desirable feature, or voluntary betterment*

Concise description of improved quality

Feature is included within the Contract Cost Limitation – YES/NO

Additional Cost (Not included in Base Price) FOR VOLUNTARY BETTERMENTS ONLY

Arch. Finishes

Etc.

* If a voluntary betterment, the item should be priced separately and not included in the Base Price. Preferences and desirables should not be priced separately and included in the Base Price. 4.3.3. Evaluation Criteria: 4.3.3.1. General: It is the Army's objective that these buildings will have a 25-year useful design life before a possible reuse/repurpose or renovation requirement, to include normal sustainment, restoration, modernization activities and a 50-year building replacement life. Within that overriding theme the Government will evaluate the Offeror selected systems and components proposed in terms of extended warranties provided, maintenance considerations (frequency, estimated cost, access, equipment locations), operability (ease of use, placement of control features, simplicity), durability (withstand troop usage, ease of cleaning), sustainability, and energy consumption (HVAC, lighting, power). The minimum acceptable level of quality for finishes and materials for these buildings are those materials suitable for the expected population and usage. Residential or similar grade finishes and materials are not acceptable for inclusion in these buildings, unless otherwise specifically allowed in Section 01 10 00. Acceptance of the proposal is not a guaranty that the proposed products meet the contractual requirements or that they are the appropriate size or application for the design which will be developed after award. The intent during the proposal submission and review process is not to require detailed design effort or to perform a detailed design engineering review but to focus on the proposed quality levels of materials and systems. After award, in the event of conflict between the contractor’s accepted proposal and the requirements in the final, amended RFP, the order of precedence is indicated in Special Contract Requirement 1.2, DESIGN/BUILD CONTRACT – ORDER OF PRECEDENCE. 4.3.3.2. The Government encourages the Offeror to place emphasis on those design features which optimize and emphasize functional/operational requirements; interior/exterior finishes and systems; and life cycle/ energy efficiency. The Offeror may choose the lowest “Type of Construction” allowed by the Building Code for this occupancy/project and put the money into durable finishes and efficient systems. The features that the Government has identified below as desirable features will be given additional consideration in the evaluation. The items that the Government identified in paragraph (AM#4) 5.3.1 4.3.1 (/AM#4) as preferable will be also be given additional consideration during the evaluation process, provided that they are included within the contract cost limitation identified in the Solicitation. Offeror-identified voluntary betterments may also be given additional consideration during the evaluation process, provided that they are included within the contract cost limitation identified in the solicitation. The order of importance for rating purposes is as follows: desirable features (reference (AM#4) 5.33.2 4.3.3.2 (/AM#4) (a), (d), (e), and (g)), preferable items identified in (AM#4) 5.3.1 4.3.1 (/AM#4) and Offeror identified voluntary betterments (an improved quality not identified as a preference or a desirable feature). Each voluntary betterment will be evaluated to assess whether the proposed betterment is advantageous to the Government. The Government will decide whether to accept or reject a proposed voluntary betterment. If a voluntary betterment is accepted, its individual price will be added to the Offeror’s evaluated price and the Offeror will be given technical consideration for the voluntary betterment. If a voluntary betterment is rejected, its individual price will not be included in the Offeror’s evaluated price and the Offeror will receive no technical consideration for the voluntary betterment. Voluntary betterments without an individually listed price will not be evaluated. Unsubstantiated claims or narrative information will not be given evaluation credit during the evaluations. The following elements (not rated separately) will be considered in the evaluation of the building systems and materials of the various facilities:

(a) Architectural Finishes, Components and Systems:

Page 13: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 40 of 90

Acceptable proposals include finishes, components and systems which provide usable spaces for the intended purposes and that provide the basic function necessary. Proposals will receive additional consideration for materials, and systems offered that include extended warranties, longer life expectancies, sustainability, durability (stand up to troop usage), have low maintenance requirements, and enhance the overall life cycle cost efficiency of the facility. Desirable features: solid wood cabinetry; solid surface counter tops; ceramic tile; 25 year non-pro-rated, no-leak roof warranty; high efficiency windows and doors; (AM#4) indoor boot rinsing stations in UEPH facilities (/AM#4).

(b) Furniture Systems: Not Used (c) Mechanical Components and Systems:

Acceptable proposals include components and systems that provide the basic environmental control function necessary. Proposals will receive additional consideration for components and systems offered that include extended warranties, longer life expectancies, reduce energy consumption, sustainability, maintainability (cyclical maintenance, access, equipment placement), and enhance the overall life cycle cost efficiency of the facility.

(d) Plumbing Components and Systems: Acceptable proposals include components and systems that provide the basic function necessary. Proposals will receive additional consideration for components and systems offered that include extended warranties, longer life expectancies, sustainability, durability (stand up to troop usage), have low maintenance requirements, and enhance the overall life cycle cost efficiency of the facility. Desirable features: lifetime domestic hot water storage tank warranty; high efficiency equipment; easy/local availability of replacement/repair parts; zoned/valved sub-systems to allow repair without building shutdown; shower heads on hoses; (AM#4) seamless tub surrounds in UEPH facilities (/AM#4).

(e) Electrical Components and Systems: Acceptable proposals include components and systems that provide the basic function necessary. Proposals will receive additional consideration for components and systems offered that include extended warranties, longer life expectancies, sustainability, durability (stand up to troop usage), have low maintenance requirements, and enhance the overall life cycle cost efficiency of the facility. Desirable features: all copper conductors; additional telephone/data/cable TV outlets ; ceiling fans in the bedrooms of UEPH buildings (AM#4).

(f) ATFP Considerations: This consideration verifies the inclusion/compliance with the building related (laminate windows, design for progressive collapse, etc.) ATFP minimum standard constraints included in the Statement of Work. All proposals must be compliant with the ATFP requirements of the Statement of Work to be considered for award. Acceptable proposals are compliant with all ATFP requirements. Acceptance of the successful proposal does not constitute acceptance of a design that does not conform to ATFP requirements. Final designs must comply with the ATFP requirements.

(g) Site Utilities Components and Site Systems: Acceptable proposals include components and systems that provide the basic function necessary. Proposals will receive additional consideration for components and systems offered that include extended warranties, longer life expectancies, sustainability considerations, have low maintenance requirements, and enhance the overall life cycle cost efficiency of the facility. Desirable features: enhanced parking/roadway construction/surfaces; sidewalks above the minimum size and construction required; corrosion resistance; valves for isolation/repair of fluid systems; low impact development considerations that exceed the minimum contract requirements; utility placement to allow future replacement/maintenance without significant impact to other systems or access to facilities.

(h) Interoperability: Fire Alarm, Telephone, Cable Television, UMCS, and privatized utility systems (where applicable) must be integrated into the new facilities which require connection and interface with existing installation-wide systems must be accommodated in the proposed project.

(i) Solar Hot Water Heating: The Government will evaluate the systems and materials proposed for use in the solar domestic hot water system. Proposals that demonstrate solar hot water provisions above 30% will receive additional consideration during the evaluation, provided that it does not increase first cost beyond the contract cost limitation (CCL). No additional consideration will be given for proposals providing for more than 30% solar hot water if the proposed price exceeds the CCL. If the Offeror has provided life cycle cost analyses documenting the non-feasibility of the solar system provision, the Government will verify as reasonable and complete. Errors or inconsistencies in the calculations will be considered deficiencies during evaluations.

Page 14: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 41 of 90

4.4. VOLUME 1 - TAB C – Element 2-3 – SITE DESIGN 4.4.1. Submission Requirements: 4.4.1.1. Presentation Drawings: 4.4.1.2. Schematic/Conceptual Site Plans showing site improvements for drainage, buildings, paving, walks, and landscaping. Indicate all building setbacks and separations, which must meet antiterrorism design requirements. Delineate vehicle circulation and pedestrian access to allow evaluation of the integration of this new development into the existing surrounding infrastructure. Select the format of the drawings provided to best illustrate compliance with the requirements of the Statement of Work. 4.4.1.3. Technical Approach Narrative: Provide technical approach narrative, both qualitative and quantitative, defining the elements of the proposal. The narrative may include simple sketches or drawings to help illustrate the Proposer’s solutions to the Statement of Work Requirements. Begin the narrative with a preface concerning the design concepts, providing the design rationale and basis of the proposal. It is acceptable to include all the sub-items shown below into a single combined narrative for the entire project. It is the responsibility of the Offeror to ensure that all aspects identified in the evaluation criteria below are addressed. Whether individual narratives or a single combined narrative is provided, the narratives shall not exceed ten (10) typewritten pages.

• Grading Cut/Fill Considerations

(j) Landscaping Plant Material Selection Other Feature Selection Site Lighting Considerations

(k) Pedestrian Circulation Development of Circulation Patterns Way Finding Between Facilities Separation from Vehicular Circulation

(l) Vehicle Circulation Development of Circulation Patterns Parking Locations and Quantities Interface with Existing Street/Roadway Systems

(m) Anti-Terrorism/Force Protection Compliance with the Statement of Work Requirements.

4.4.2. Evaluation Criteria: 4.4.2.1. This Element considers the overall layout of the site and the various specialties which define a workable, pleasing environment for the soldiers. The proposed site development plan must incorporate all the specific requirements from the Statement of Work as well as comply with all statutory and regulatory requirements outlined therein. All site related Anti-Terrorism/Force Protection (ATFP) considerations must be included and/or addressed in the proposal. (1) Grading and Landscaping: Acceptable proposals include reasonable amounts of cut/fill and regarding as necessary to ensure proper drainage and positive drainage away from facilities and parking areas. Landscaping provided must meet the minimums required by the Statement of Work. Proposals which include innovative solutions to storm water management, landscaping to enhance the complex environment, or other similar improvements beyond the basic requirements will receive additional consideration during the proposal evaluation process. (2) Pedestrian and Vehicle Circulation and Storage: Acceptable proposals address and include all the specific requirements of the Statement of Work. The following items will be considered with respect to pedestrian and vehicle circulation and storage. These are not sub-factors. Pedestrian Considerations: Are all parking areas served by sidewalks?

Page 15: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 42 of 90

Are all facility entrances/exits served by a paved sidewalk system? Does the proposed sidewalk system provide direct, convenient access to all facilities? Is the new sidewalk system an extension of the existing adjacent sidewalk system? Are sidewalk systems enhanced by appropriate landscaping? Is site lighting provided to enhance the security and usability of the site by pedestrians? Vehicle Considerations: Are the vehicle entrance/exit ways pathways clear? Have a sufficient number of parking spaces for privately owned vehicles (POV) been provided? Do the new vehicle roadways and access points tie into the existing roadway network in an efficient manner? Does the proposal provide for a separation of parking area entrance/exits from street intersections? Is lighting provided to enhance the security and usability of the parking and roadway areas? Internal circulation patterns within the parking areas. (3) ATFP Considerations: This element verifies the proposal’s inclusion/compliance with the site related (setbacks, etc.) ATFP constraints included in the Statement of Work. The proposal must be compliant with the ATFP requirements of the Statement of Work to be considered for award. Acceptable proposals are compliant with all ATFP requirements. Acceptance of the successful proposal does not constitute acceptance of design that does not conform to ATFP requirements. The final design must comply with the ATFP requirements. 4.5. VOLUME 1 - TAB D – Element 2-4 – SUSTAINABILITY REQUIREMENTS 4.5.1. Submission Requirements: 4.5.1.1 The Firm shall acknowledge that final design must achieve LEED Silver rating. 5.0 VOLUME 2 - FACTOR 3 –PERFORMANCE CAPABILITY PROPOSAL 5.1. VOLUME 2 - TAB A – ELEMENT 3-1 – PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE 5.1.1. Submission Requirements: 5.1.1.1. Proposed Contract Duration: The Offeror shall propose the contract duration in the appropriate Contract Line Item Number in the CLIN Schedule, not to exceed the maximum contract duration specified in the CLIN. 5.1.1.2. Summary Schedule: Submit a summary level schedule for integrated design and construction. Schedules or diagrams may be provided separately in a size that is easily read, but shall be bound and clearly labeled as Tab B. This summary schedule will, after contract award, be replaced with a project schedule as required by Section 01 32 01.00 10: Project Schedule. The summary schedule shall be task oriented, indicating the number of calendar days, after notice to proceed, by which milestones are to be achieved. Offeror may use a critical path or other method of his choice; however, schedules shall be graphically represented. The proposed project schedule shall reflect the proposed contract duration Give attention to the following features:

(a) Provide a narrative, describing the design packaging plan for separate design packages, based on the Offeror’s plan for fast tracking. Describe all design and construction to be “fast-tracked” (See section 01 33 16: Design After Award). If long lead item equipment must be ordered prior to completion of a design phase, describe the requirement in the narrative and show the required ordering date in the schedule.

(b) Show the design phase, including events associated with coordinating the interim and final design submittals for each package and the proper handling of the review comments for each design package (See section 01 33 16).

(c) Show the overall construction phase for each facility, for the site work, and for utilities. Show fast track starts for design packages but it isn’t necessary to show the detailed breakdown construction (e.g., by trades) of each facility, site work and utilities.

(d) Show turnover of each facility. Identify any proposed phased turnovers. The time to complete the facility and turnover to the Government must consider the requirement for the Contractor’s CQC completion inspection and the subsequent joint Contractor-Government turnover inspection.

(e) Show as-built submissions (See section 01 78 02.00 10). (f) Constraints: Offeror must demonstrate the capability and flexibility to plan and schedule the complete

project to meet the proposed contract completion period. Clearly identify any constraints on the schedules presented

Page 16: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 43 of 90

(e.g., labor or material availability, permits, weather, etc.). Indicate the anticipated overall critical path on the schedule.

5.1.2. Evaluation Criteria: 5.1.2.1. Proposed Contract Duration: This duration will become the contractually binding completion period. The Government will evaluate the contract duration, as proposed by the Offeror in the Contract Line Item Schedule, not to exceed the maximum allowed duration of 540 days. In assessing the reasonableness of the proposed contract duration, the Government may take into account how well the proposed summary schedule supports the proposed duration, as well as use other information, such as but not limited to independent judgment concerning logic, constraints and typical construction durations. A proposed contract duration matching the maximum allowed contract duration is “acceptable” A proposed contract duration shorter than the maximum allowed duration will receive additional rating consideration, provided it is realistic and deemed to be achievable. The Government will consider an unreasonably condensed contract duration, which places additional cost or schedule risk on the Government or which may create a risk of contract or performance failure, as a significant weakness or a deficiency, depending upon the evaluators' judgment. During the subsequent comparison between proposals, differences between proposed contract durations of at least three weeks (differences of 21 calendar days between proposals) will be considered an advantage to the Government, with greater differences also considered, accordingly. No advantage will be considered between proposals for differences less than 21 calendar days. 5.1.2.2. Summary Schedule: In addition to the proposed contract duration, the Government will evaluate the summary schedule for integrated design and construction. The length of the schedule must match the Offeror’s proposed contract duration. If it is shorter than the proposed contract duration, it offers no advantage to the Government because it is non-binding, only representing a preliminary planned schedule. A Schedule shorter than the proposed contract duration may indicate the Offeror is placing additional risk on the Government for any delays between the scheduled completion date and the required contract completion period. Both parties shall assume field overhead costs are included in the contract price for the full proposed contract duration. Therefore, the Government believes that there is no valid need to shorten the schedule less than the full proposed contract duration. The Government will evaluate the schedule to assess the strength of understanding of the project scope, restrictions which must be considered in the schedule e.g., permitting (see section 01 10 00), long lead items, etc. The Government will evaluate the strength of understanding of events associated with coordinating design submittals, reviews and incorporating review comments, the Offeror's capability to schedule the complete project within the proposed contract duration and the realism of the schedule. The Government will evaluate the design packaging plan for logic, reasonableness, how it facilitates meeting the proposed contract duration and how it facilitates the Government’s ability to timely perform its design reviews. The packaging plan should minimize risk to the Contractor and to the Government for tear-out and coordination for reviews. For example, is the footing and foundation plan based on adequate design for building loads; etc.? A schedule that offers advantage(s) to the Government over one that merely indicates an adequate understanding of the scope, restrictions, major milestones and general understanding of the various events that can affect start and completion of construction will receive additional consideration. 6.0 VOLUME 4 – PRICE AND OTHER REQUIRED INFORMATION 6.1. GENERAL Submit the other required information in a separate envelope labeled: “Phase 2, Volume 4 – Price and Other Required Information.” 6.2. TAB A – FACTOR 3 – PRICE (STANDARD FORM 1442 AND CONTRACT LINE ITEM SCHEDULE). 6.2.1. Submission Requirements: 6.2.1.1. Submit the properly filled out and executed SF 1442, along with the CLIN Schedule, containing proposed line item and total pricing, as well as the proposed contract duration. See instructions in section 00 21 00, “Instructions to Offerors”. 6.2.1.2. Supplemental Price Breakdown. If deemed necessary to evaluate the price proposals, the Government’s will request a Phase 2 price breakdown of the Contract Line items in a sealed envelope marked “Phase 2 Price Breakdown Information”, in Excel format. The Government will provide details on where and how to send the breakdown. This information will not be needed sooner than three working days after the proposal submission due

Page 17: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 44 of 90

date. This information may be required for the initial Phase 2 proposal and, if requested, for any revised proposals. This information is not an opportunity for an Offeror to revise its non-price or price proposal. 6.2.2. Evaluation Criteria: 6.2.2.1. Price will not be rated or scored, but will be evaluated for fairness and reasonableness through the use of a price analysis. The price evaluators will also check for appearance of unbalanced line item prices. Offerors are cautioned to distribute direct costs, such as material, labor, equipment, subcontracts, etc. and to evenly distribute indirect costs, such as job overhead, home office overhead, bond, etc., to the appropriate contract line items. Both parties shall presume that field overhead costs through the proposed contract duration are inclusive in the offered price for the contract. For purposes of evaluating price, an Offeror’s evaluated price will include the price of any accepted voluntary betterments, but will not include the price of any rejected voluntary betterments. 6.2.2.2. If deemed necessary, the supplemental price breakdown information will be used to assist the Government in performing the price evaluations described above. 6.2.2.3. Award cannot be made for project cost for design and construction exceeding the cost limitation described herein. 6.3. TAB B – BID GUARANTEE 6.3.1. Submission Requirements Submit the Bid Bond in accordance with the Instructions in Section 00 21 00, Provision 52.228-1 Bid Guarantee. 6.3.2. Evaluation requirements: This item is not rated. The Government will review the Bid Bond for legal sufficiency. The Bond must be legally sufficient. Failure to submit a bid bond may make the Offeror’s proposal ineligible for award. 6.4. TAB C – REQUIRED PRE-AWARD INFORMATION 6.4.1. Submission Requirements: 6.4.1.1. Submit this information for the Contracting Officer’s determination of Offeror responsibility, which includes, but is not limited to the following:

(a) A list of present commitments, including the dollar value thereof, and name of the organization under which the work is being performed. Include names and telephone numbers of personnel within each organization who are familiar with the prospective contractor’s performance.

(b) A certified statement listing; (1) each contract awarded within the preceding three month period exceeding $1,000,000.00 in value with a brief description of the contract; and (2) each contract awarded within the preceding three year period not already physically completed and exceeding $5,000,000.00 in value with a brief description of the contract.

(c) If the prospective contractor is a joint venture, each joint venture member will be required to submit the above defined certification. 6.4.2. Evaluation Requirements: In addition to the other Phase 1 and Phase 2 proposal information, the Contracting Officer shall use this information in making an affirmative responsibility determination for award to the Successful Offeror, in accordance with FAR Part 9. Failure to achieve an affirmative responsibility determination will make the Offeror ineligible for award. 6.5. TAB D – REPRESENTATIONS AND CERTIFICATIONS 6.5.1 Submission requirements. Confirm that the Offeror’s representations and certifications have been completed in the Online Representations and Certifications Application (ORCA) in accordance with FAR 52.204-8. Submit the representations and certifications not covered by ORCA that are included in Section 00 45 00 of this solicitation, under this tab. 6.5.2 Evaluation Criteria. The representations and certifications submitted under this tab and online will be reviewed to ensure the Offeror’s representations are consistent, accurate and in accordance with regulation. It will not be rated. 7.0 EVALUATION PROCEDURES 7.1. GENERAL:

Page 18: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 45 of 90

The Source Selection Evaluation Board will evaluate the proposals and assign a consensus rating for each evaluation factor, utilizing the evaluation and rating system described in section 00 22 10, except for past performance, which has its own rating scale. 7.2. DISCUSSIONS (If Necessary) – 7.2.1. During Phase 2, the Government intends to award without discussions. A “Competitive Range” is a subjective determination of the most highly rated Phase 2 proposals in the event that discussions with Offerors are required in Phase 2. In such an event, the SSA will approve a competitive range of all the most highly rated Phase 2 proposals. 7.2.2. If discussions are held, the Government may engage in a broad give and take with each Offeror in the competitive range, in accordance with FAR 15.306 (d). The Government will provide the Offeror an advance agenda for the discussions. During discussions, the Government may ask the Offeror to further explain its proposal and to answer questions about it. 7.2.3. Upon conclusion of discussions, those Offerors still considered the most highly rated, will be afforded an opportunity to submit their Phase 2 proposal revisions for final evaluation and selection.

Page 19: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 46 of 90

FORMAT FOR TABLE OF FACILITIES SECTION 00 22 20 - ATTACHMENT 1

FACILITY

(1)

SOLICITATION REQUIREMENTS

(2)

PROPOSAL PROVIDED

(3)

DIFFERENCE (+/-) (4)

NOTES/REMARKS(5)

Net SF Gross SF Net SF Gross SF Net SF Gross SF Notes:

(1) Facility column shall identify building, e.g. Dining Facility, TEMF, UEPH, etc. Where different designs are offered for the same overall building type, each different design shall be identified and tabulated separately.

(2) Complete these columns directly from information in the solicitation. If the solicitation is silent on net square feet for a particular facility, leave this blank.

(3) Complete these columns directly from the information in your proposal. (4) This column represents the mathematical difference between the proposal and the solicitation requirements

+ differences represent areas above the solicitation requirements and – differences represent areas below the solicitation requirements. Proposers are cautioned that exceeding the statutory limitations on building size will cause a proposal to be considered non-compliant.

(5) This column is provided to allow the proposers to place additional relevant information with respect to building area.

Page 20: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054 Amendment No. 0004

Page 47 of 90

FORMAT FOR TABLE OF SPACES SECTION 00 22 20 - ATTACHMENT 2

FACILITY: _____________________ SPACE

DESIGNATION

(1)

SOLICITATION REQUIREMENTS MIN REQUIRED

(2) SF

PROPOSAL PROVIDED

(3) SF

DIFFERENCE (+/-)

(4) SF

NOTES/REMARKS

(5)

Notes:

(6) The proposer shall list all spaces within the identified facility in this column. (7) The proposer shall complete this column by taking the information directly from the solicitation Statement

of Work. Where a particular space does not have a specific solicitation requirement, this column may be left blank.

(8) The proposer shall complete this column directly from the information contained in the proposal. (9) This column represents the mathematical difference between the proposal and the solicitation requirements.

+ differences represent areas above the solicitation requirements and – differences represent areas below the solicitation requirements.

(10) This column is provided to allow the proposers to place additional relevant information with respect to spaces provided.

(11) Where multiple facilities of the same type (e.g. Dining Facility, UEPH, etc) are included in a single contract, each facility shall be identified in a separate table.

End of Section 00 22 20

Page 21: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 1 of 13

SECTION 00 73 10 (TASK ORDER

SUPPLEMENTAL CONTRACT REQUIREMENTS

1.0 GENERAL

1.1. COST LIMITATION

1.2. 52.211-10 COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK (APR 1984).

1.3. 52.211-12 LIQUIDATED DAMAGES – CONSTRUCTION (SEP 2000).

1.4. 252.236-7001 CONTRACT DRAWINGS, MAPS, AND SPECIFICATIONS (AUG 2000).

1.5. TIME EXTENSIONS FOR UNUSUALLY SEVERE WEATHER (ER 415-1-15) (OCT 1989).

1.6. PHYSICAL DATA (FAR 52.236-4) (APR 1984).

1.7. IDENTIFICATION OF GOVERNMENT-FURNISHED PROPERTY.

1.8. PAYMENT FOR MATERIALS DELIVERED OFF-SITE (EFARS 52.232-5000) (MAR 1995).

1.9. TASK ORDER SITE SAFETY AND HEALTH OFFICER REQUIREMENTS AND QUALIFICATIONS (APR 10)

1.10 BASE ID/IQ CONTRACT

1.11 IDENTIFICATION OF CONTRACTOR EMPLOYEES IN THE FEDERAL WORKPLACE (Sep 2008)

1.12 CONTRACTOR VERIFICATION OF CONTRACT SURVEY DATA

1.13 DEFINITIONS

1.14 CONTRACTOR TEMPORARY FACILITIES

1.15 TEMPORARY PROJECT SAFETY FENCING

1.16 CONSTRUCTION QUALITY MANAGEMENT FOR CONTRACTORS"COURSE

1.17 BACKFLOW PREVENTERS CERTIFICATE

1.18 CLEANUP

1.19 REAL PROPERTY MAINTENANCE RECORDS

1.20 TERMINOLOGY

1.21 WEB-BASED DESIGN SUBMITTALS

1.22 SAFETY REQUIREMENTS

Page 22: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 2 of 13

1.23 REQUIRED INSURANCE

1.24 HAZARDOUS MATERIALS ABATEMENT INSURANCE

1.25 UTILITIES

1.26 HAZARDOUS MATERIALS

1.27 CONTRACTOR PERFORMANCE EVALUATIONS

1.28 CONTRACTOR PAYROLL RECORD

1.29 CORRESPONDENCE IDENTIFICATION

1.30 EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE

1.31 U.S. ARMY CORPS OF ENGINEERS SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-l-l

1.32 ELECTRONIC SUBMITTAL OF OFFEROR’S PROPOSAL

Page 23: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 3 of 13

1.0 GENERAL

1.1. COST LIMITATION

The cost limitation for this task order is $5,734,000.00

1.2. 52.211-10 COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK (APR 1984).

The Contractor shall be required to (a) commence work under this contract within ten (10) calendar days after the date the Contractor receives notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than the number of calendar days specified below. The time stated for completion shall include final cleanup of the premises.

a. Complete the Design and Construction of the Central Issue Facilities, including turfing and landscaping, no later than 540 calendar days from receipt of the notice to proceed.

b. Commencement and Completion of Turfing: Turfing work shall be accomplished during the planting season just prior to substantial completion of building construction. Maintenance of turfing work shall commence immediately after completion of initial watering and shall continue for a period of not less than 45 calendar days. Refertilizing shall commence not earlier than 5 weeks after commencement of maintenance and shall be completed not later than 3 days after commencement. No payment will be made for establishment of turf until all requirements for turfing are adequately performed and accepted as determined by the contracting officer.

c. Commencement and Completion of Landscaping: Planting of trees, shrubs, and vines shall be accomplished during the first planting season, or portion thereof (but not less than 15 days), following substantial completion of building construction. Maintenance and replacement of trees, shrubs, and vines shall commence immediately after each plant is planted, mulched, and staked and shall continue for a period of 120 calendar days after all plants are planted, mulched, and staked.

Notes:

(1) If the Offeror proposes a shorter duration than what is shown above, the Offeror’s duration will become the contractually binding completion period, inclusive of all review periods and Government phasing requirements specified. If the Government accepts a proposal for a completion period of lesser duration, and such proposal alters the time periods for review and phasing, the Contract shall be read to include the original periods for review and phasing.

(2) As-Built Drawings. The Contractor shall complete work on the final as-built drawings upon his receipt of the approved working as-built drawings. The Contractor shall provide final as-built drawings as specified in Contract Section 01 78 02.00 10 Closeout Submittals. Upon satisfactory completion of this work the Contractor shall have earned the the withholding amount shown for Final As-Built Drawings in Contract Section 01 78 02.00 10 Closeout Submittals.

(3) O & M Manuals. O & M Manuals shall be developed and submitted in accordance with Contract Section 01 78 02.00 10 Closeout Submittals, at least 60 calendar days prior to the scheduled contract completion date. Upon approval of fully developed O & M Manuals, the Contractor shall have earned the withholding amount shown for "Operations and Maintenance Manuals" in Contract Section 01 78 02.00 10 Closeout Submittals.

(4) In the event the Heating and/or Air Conditioning Systems cannot be tested at or near design temperatures during the above period, beneficial occupancy and use of the facilities may be accepted and final testing and

Page 24: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 4 of 13

adjustments of the heating and/or air conditioning deferred as specified in the appropriate testing clauses of the Technical Provisions. The HVAC Testing that the Contractor schedules after substantial completion has a value to the Government of 10 percent of the value of the equipment to be tested. The Contractor shall reserve that amount to be paid on any equipment that will require testing after substantial completion pursuant to the above referenced specification paragraph.

1.3. 52.211-12 LIQUIDATED DAMAGES – CONSTRUCTION (SEP 2000).

a. If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $605.00 for each calendar day of delay until the work is completed or accepted. In the event that the completion date for the work covered by two or more items of work becomes delinquent concurrently, the liquidated damages will not be the sum of the liquidated damages for each item of work which becomes delinquent in the amounts stated.

b. If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.

1.4. 252.236-7001 CONTRACT DRAWINGS, MAPS, AND SPECIFICATIONS (AUG 2000).

a. The Government -

(1) The Contract shall consist of the documents enumerated in Section 00 73 00 SPECIAL CONTRACT REQUIRMENTS' clause DESIGN-BUILD CONTRACT-ORDER OF PRECEDENCE. It is the Contractor's responsibility to reproduce a set of contract drawings and specifications from the solicitation, including amendments. The Government will not provide the Contractor contract drawings or specifications beyond the documents provided during the solicitation stage. The Government will not provide the Contractor any hard copy paper drawings or specifications for any contract resulting from this solicitation. Publications incorporated into the technical provisions by reference will not be provided except as chosen by the Contracting Officer.

b. The Contractor shall -

(1) Check all drawings furnished immediately upon receipt;

(2) Compare all drawings and verify the figures before laying out the work;

(3) Promptly notify the Contracting Officer of any discrepancies;

(4) Be responsible for any errors that might have been avoided by complying with this paragraph (b); and

(5) Reproduce and print contract drawings and specifications as needed.

c. In general -

(1) Large-scale drawings shall govern small-scale drawings.

(2) The Contractor shall follow figures marked on drawings in preference to scale measurements.

d. Omissions from the drawings or specifications or the misdescription of details of work which are manifestly necessary to carry out the intent of the drawings and specifications, or that are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work. The Contractor shall perform such details as if fully and correctly set forth and described in the drawings and specifications.

Page 25: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 5 of 13

1.5. TIME EXTENSIONS FOR UNUSUALLY SEVERE WEATHER (ER 415-1-15) (OCT 1989).

(AM#4)

a. This provision specifies the procedure for determination of time extensions for unusually severe weather in accordance with the contract clause FAR 52.249-10 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:

(1) 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.

(2) 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.

b. The following schedule of monthly anticipated adverse weather delays due to precipitation and temperature 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. Wind is not considered in the Monthly Anticipated Adverse Weather Calendar Day Schedule.

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

8 9 6 4 5 6 11 9 5 4 5 6

c. Upon acknowledgment of the Notice to Proceed (NTP) and continuing throughout the contract, the contractor will record on the daily CQC report, the occurrence of adverse weather and resultant impact to normally scheduled work. Actual adverse weather delay days must prevent work on critical activities for 50 percent or more of the contractor's scheduled work day.

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 in paragraph "b", above, 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)."

a. This provision 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:

(1) The weather experienced at the project site during the contract period must be found to be unusually severe. Unusually severe weather is defined as hurricanes, floods, tornados, or earthquakes.

(2) 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.

Page 26: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 6 of 13

(3) The contractor’s progress schedule must reflect completion of the project within the specified contract duration including all weather except that as defined as unusually severe in (a)(1).

b. Upon acknowledgement of the Notice to Proceed (NTP) and continuing throughout the contract, the Contractor will record on the daily CQC report, the weather experienced each day, including the occurrence of unusually severe weather as defined in (a)(1). For a time extension to be granted under this clause, unusually severe weather must prevent work on critical path activities for 50-percent or more of the contractor’s scheduled workday. The contracting officer will convert any qualifying delays to calendar days and issue a modification in accordance with the contract clause entitled DEFAULT (FIXED PRICE CONSTRUCTION).

(/AM#4)

1.6. PHYSICAL DATA (FAR 52.236-4) (APR 1984).

Data and information furnished or referred to below is for the Contractor’s information. The Government shall not be responsible for any interpretation of or conclusion drawn from the data or information by the Contractor.

a. The indications of physical conditions on the drawings and in the specifications are the result of site investigations by .surveys and borings.

b. Ground water levels: It has been observed that ground water levels in heavily timbered or grassed areas quite often undergo a significant temporary rise when the area is cleared and/or stripped. This increase in water level can hinder traffic and construction progress in the affected areas. The duration of the ground water rise varies considerably, depending on prevailing weather and/or climatic conditions.

1.7. IDENTIFICATION OF GOVERNMENT-FURNISHED PROPERTY.

a. The Government will furnish to the Contractor the property identified in the Schedule to be incorporated or installed into the work or used in performing the contract. If the property will be furnished from storage at Fort Benning, GA, the Contractor will be required to load and transport the property to the job site at its own expense. If the listed property will be furnished f.o.b. railroad cars at the place specified in the contract schedule or f.o.b. truck at the project site, the Contractor is required to accept delivery, pay any demurrage or detention charges, and unload and transport the property to the job site at its own expense. When the property is delivered, the Contractor shall verify its quantity and condition and acknowledge receipt in writing to the Contracting Officer. The Contractor shall also report in writing to the Contracting Officer within 24 hours of delivery any damage to or shortage of the property as received. All such property shall be installed or incorporated into the work at the expense of the Contractor, unless otherwise indicated in this Contract.

b. Each item of property to be furnished under this clause shall be identified in subparagraph (d).

c. The Government will deliver the listed property between the dates shown. The Contractor will be responsible for the proper storage and maintenance of the property from the time of acceptance until such time as it is returned to the Government.

d. Government-Furnished/Contractor-Installed Property: None

1.8. PAYMENT FOR MATERIALS DELIVERED OFF-SITE (EFARS 52.232-5000) (MAR 1995).

a. Pursuant to FAR clause 52.232-5, "PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS", materials delivered to the Contractor at locations other than the site of the work may be taken into consideration in making payments if included in payment estimates and if all the conditions of the General Provisions are fulfilled. Payment for items delivered to locations other than the work site will be limited to: (1) materials required by the

Page 27: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 7 of 13

Technical Provisions; or (2) materials that have been fabricated to the point where they are identifiable to an item of work required under this contract.

b. Such payments will be made only after receipt of paid or receipted invoices or invoices with canceled check showing title to the items in the prime contractor and including the value of material and labor incorporated into the item. In addition to petroleum products, payment for materials delivered off site is limited to the following items: None.

1.9. TASK ORDER SITE SAFETY AND HEALTH OFFICER REQUIREMENTS AND QUALIFICATIONS (APR 10)

(a) The Contractor shall employ a competent person at each project to function as the Site Safety and Health Officer (SSHO) in accordance with EM 385-1-1, Section 01.A.17. The SSHO shall report to the senior project official or to a senior corporate official. Submit the qualifications of the proposed SSHO for Government Approval.

(b) The SSHO may be a collateral duty responsibility.

1.10 BASE ID/IQ CONTRACT

The requirements of the Base ID/IQ Contract Division 00 PROCUREMENT AND CONTRACTING REQUIREMENTS sections and documents and Division 01 GENERAL REQUIREMENTS sections apply to this task order except as otherwise specified in the task order documents.

1.11 IDENTIFICATION OF CONTRACTOR EMPLOYEES IN THE FEDERAL WORKPLACE (Sep 2008)

a. The contractor shall provide each of its employees who will be involved in the performance of the contract, on a Government facility, with an identification (ID) badge. The ID badge shall clearly display the contractor’s name and the employee’s name and color photograph. The Contracting Officer or his/her designee shall approve the ID badge before the commencement of contract performance. It is the contractor’s responsibility to ensure that all contractor personnel wear the ID badge at all times when performing work under this contract at a Government facility. Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of their clothing and above their waist, except when safety or health reasons prohibit such placement. This requirement is in addition to any Government facility security provisions that require that a Government-issued security badge also be worn.

b. Contractor personnel shall clearly identify themselves to all attendees as a contractor employee before the commencement of meetings with Government or other contractor personnel. Contractor personnel shall clearly and immediately identify themselves as a contractor employee when placing, answering or participating in telephone/VTC conversations with Government or other contractor personnel.

c. When contractor personnel send e-mail messages from or to a Government-owned computer, they shall include a signature block that includes their employer’s name and the employee’s full name and e-mail address.

d. Each of the requirements set forth in paragraphs a-c above, must be included in all subcontracts at any tier.

1.12 CONTRACTOR VERIFICATION OF CONTRACT SURVEY DATA

During initial site layout and before existing conditions are disturbed the Contractor shall verify, in writing, the basic survey data provided on the contract drawings. Verification shall be initiated from the point shown on the contract drawings or from the contract drawing reference point designated by the Contracting Officer's Authorized Representative and shall include, as a minimum, benchmark elevations, horizontal control points, and sufficient spot checks of critical elevations to ensure that the survey data adequately reflects existing conditions. The Contractor shall not proceed with construction until survey verification is provided to the Contracting Officer's Authorized Representative. Before an existing benchmark referenced on the contract drawings is disturbed the

Page 28: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 8 of 13

Contractor shall establish a new benchmark which has been approved by the Contracting Officer's Authorized Representative. Benchmarks which are destroyed without authorization from the Contracting Officer's Authorized Representative must be replaced at the Contractor's expense as prescribed in Section 00 72 00 Contract Clause, "Layout of Work." The Contractor shall refer to Contract Clauses, "Differing Site Conditions" and "Site Investigation and Conditions Affecting the Work," for additional requirements.

Data and information furnished or referred to below is for the Contractor's information. The Government shall not be responsible for any interpretation of or conclusion drawn from the data or information by the Contractor.

1.13 DEFINITIONS

References to ‘Offeror”, “Bidder”, “Design-Build Contractor”, “DB Contractor”, “D/B Contractor”, “Design-Builder”, "DB", “D-B”, “Architect”, “Engineer”, or simply the “Contractor” in this Contract or in the commercially available guide specifications used for the technical specifications for this Contract shall refer to the contractor who is the signatory to this Contract. References to “Contracting Officer” and “owner” refer to the Government.

1.14 CONTRACTOR TEMPORARY FACILITIES

a. Safety: Protect the integrity of any installed safety systems or personnel safety devices. If entrance into systems serving safety devices is required, the Contractor must obtain prior approval from the Contracting Officer. If it is temporarily necessary to remove or disable personnel safety devices in order to accomplish contract requirements, provide alternative means of protection prior to removing or disabling any permanently installed safety devices or equipment and obtain approval from the Contracting Officer.

b. Administrative Field Offices: Provide and maintain administrative field office facilities within the construction area at the designated site. Government office and warehouse facilities will not be available to the Contractor's personnel.

c. Storage Area: Construct a temporary 6 foot high chain link fence around trailers and materials. Include plastic strip inserts, colored brown, so that visibility through the fence is obstructed. Fence posts may be driven, in lieu of concrete bases, where soil conditions permit. Do not place or store Trailers, materials, or equipment outside the fenced area unless such trailers, materials, or equipment are assigned a separate and distinct storage area by the Contracting Officer away from the vicinity of the construction site but within the installation boundaries. Trailers, equipment, or materials must not be open to public view with the exception of those items which are in support of ongoing work on any given day. Do not stockpile materials outside the fence in preparation for the next day's work. Park mobile equipment, such as tractors, wheeled lifting equipment, cranes, trucks, and like equipment within the fenced area at the end of each work day.

d. Supplemental Storage Area: Upon Contractor's request, the Contracting Officer will designate another or supplemental area for the Contractor's use and storage of trailers, equipment, and materials. This area may not be in close proximity of the construction site but will be within the installation boundaries. Fencing of materials or equipment will not be required at this site; however, the Contractor is responsible for cleanliness and orderliness of the area used and for the security of any material or equipment stored in this area. Utilities will not be provided to this area by the Government.

e. Appearance of Trailers: Trailers utilized by the Contractor for administrative or material storage purposes shall present a clean and neat exterior appearance and be in a state of good repair. Trailers which, in the opinion of the Contracting Officer, require exterior painting or maintenance will not be allowed on installation property.

f. Maintenance of Storage Area: Keep fencing in a state of good repair and proper alignment. Grassed or unpaved areas, which are not established roadways, will be covered with a layer of gravel as necessary to prevent rutting and the tracking of mud onto paved or established roadways, should the Contractor elect to traverse them with construction equipment or other vehicles; gravel gradation will be at the Contractor's discretion. Mow and

Page 29: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 9 of 13

maintain grass located within the boundaries of the construction site for the duration of the project. Grass and vegetation along fences, buildings, under trailers, and in areas not accessible to mowers will be edged or trimmed neatly.

g. Grass and weedy vegetation within the areas utilized by the Contractor, including work areas, administrative areas, and storage areas, shall be kept mowed to control vegetative growth. Vegetation shall be mowed before or when it reaches a height of 6 inches. Mowing shall be to a height of 3 inches. Mowing shall be accomplished with a rotary mower that leaves the clippings evenly distributed on the soil surface. Mowing shall be accomplished during periods and in such manner that the soil and grass will not be damaged. Towed or self-propelled riding mowers shall not be operated within 3 feet of trees or shrubs. Areas adjacent to trees and shrubs shall be mowed with hand-propelled mowers.

(1) Areas Not Mowed: Government may immediately after notice to the Contractor and at the discretion of the Contracting Officer mow the Contractor's areas at any time the vegetation height exceeds 6 inches.

(2) Payment: No separate payment will be made for mowing as required under this section and all costs incurred by the Government for performing such work shall be deducted from the Contract.

h. Security Provisions: Contractor shall provide adequate outside security lighting at the Contractor's temporary facilities. The Contractor will be responsible for the security of its own equipment. In addition, the Contractor will notify the appropriate law enforcement agency requesting periodic security checks of the temporary project field office.

i. Restoration Of Storage Area: Upon completion of the project remove the bulletin board, signs, barricades, haulroads, and any other temporary products from the site. After removal of trailers, materials, and equipment from within the fenced area, remove the fence that will become the property of the Contractor. Restore to the original or better condition, areas used by the Contractor for the storage of equipment or material, or other use. Gravel used to traverse grassed areas must be removed and the area restored to its original condition, including top soil and seeding as necessary.

1.15 TEMPORARY PROJECT SAFETY FENCING

As soon as practicable, but not later than 15 days after the date established for commencement of work, furnish and erect temporary project safety fencing around the construction site . The safety fencing shall be a 9 ga. chain link fencing, a minimum of 72 inches high, supported and tightly secured to steel posts located on maximum 10 foot centers, constructed at the approved location. Maintain the safety fencing during the life of the contract and, upon completion and acceptance of the work, will become the property of the Contractor and be removed from the work site.

1.16 CONSTRUCTION QUALITY MANAGEMENT FOR CONTRACTORS"COURSE

In addition to the above experience and education requirements specified in Section 01 45 04.00 10 CONTRACTOR QUALITY CONTROL, the CQC System Manager shall have completed the course entitled "Construction Quality Management For Contractors". This class is mandatory for the Contractor's quality control manager. Certificates issued upon successful completion are valid for five years. This course is periodically offered at the Corps of Engineers Fort Worth and Savannah District Offices. Attendees must be fluent in the English language (able to read and write) at the high school level.

Registration is required; call Contracting Officer's Representative for times and reservations.

Page 30: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 10 of 13

1.17 BACKFLOW PREVENTERS CERTIFICATE

Certificate of Full Approval from FCCCHR List, University of Southern California, attesting that the design, size and make of each backflow preventer has satisfactorily passed the complete sequence of performance testing and evaluation for the respective level of approval. Certificate of Provisional Approval will not be acceptable.

a. Backflow Tester Certificate: Prior to testing, submit to the Contracting Officer certification issued by the State or local regulatory agency attesting that the backflow tester has successfully completed a certification course sponsored by the regulatory agency. Tester must not be affiliated with any company participating in any other phase of this Contract.

b. Backflow Prevention Training Certificate: Submit a certificate recognized by the State or local authority that states the Contractor has completed at least 10 hours of training in backflow preventer installations. The certificate must be current.

1.18 CLEANUP

Remove construction debris, waste materials, packaging material and the like from the work site daily. Any dirt or mud which is tracked onto paved or surfaced roadways must be cleaned away. Store within the fenced area described above or at the supplemental storage area any materials resulting from demolition activities which are salvageable. Neatly stacked stored materials not in trailers, whether new or salvaged.

1.19 REAL PROPERTY MAINTENANCE RECORDS

The following are additional requirements for Section 01 33 16, paragraph 3.7.5. Preparation of DD Form 1354 (Transfer of Real Property):

DD Form 1354, TRANSFER AND ACCEPTANCE OF MILITARY REAL PROPERTY, is the formal document that the Corps of Engineers uses to transfer project ownership to the installation. In accordance with Section 01 33 16 DESIGN AFTER AWARD requirements for this form, complete the Excel files "Contractor Template for DD1354 .xls" and “Contractor Template for Appendix D.xls” and submit with the interim final design(s). These Excel forms, completed examples, and a list of the category codes are included in the solicitation files. The DD Form 1354 and appendix D documents identify project design information to support additional Real Property records and installation life safety requirements. Break the data down by applicable Category Codes necessary for the Government to use in updating the DD Form 1354 data in RMS. Expand list as applicable. The required data includes:

(1) A description of the item

(2) The applicable Category Code

(3) The quantity and unit of measure

(4) The item’s contract cost to the Government

During project construction, the contractor is responsible for keeping the DD1354 data current by updating the approved Excel spreadsheet submitted during design with any new and/or changed construction data caused by field changes. This assistance will be necessary whenever a construction modification is issued and/or the Contractor elects to modify the original design. The updated Excel spreadsheet shall be provided at the Red Zone meeting or no later than 60 days prior to anticipated BOD or project completion. Data shall be provided to the Contracting Officer Representative.

Page 31: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 11 of 13

1.20 TERMINOLOGY

The identified terms and phrases used in the plans and specifications shall be edited and interpreted as listed in the following:

ENGINEER – All references to the engineer shall be replaced with the Contracting Officer.

ARCHITECT – All references to the architect shall be replaced with the Contracting Officer.

The terms DESIGN-BUILD CONTRACTOR and CONTRACTOR shall be synonymous.

THE OWNER and OWNER’S REPRESENTATIVE – All references to the owner shall be coordinated with and approved by the Contracting Officer.

LANDSCAPE ARCHITECT – All references to the landscape architect shall be replaced with the Contracting Officer.

SUBMITTALS – All references to Section 01 33 00 shall be replaced with Section 01330 SUBMITTAL PROCEDURES. All submittals shall be made to the Contracting Officer. No other agent shall receive submittals defined in the Technical Specifications.

QUALITY ASSURANCE – All paragraphs entitled QUALITY ASSURANCE shall be replaced with the title QUALITY CONTROL BY THE CONTRACTOR and shall be performed as defined in Section 01 45 04.00 10 Contractor Quality Control. Quality assurance will be performed by the Government.

1.21 WEB-BASED DESIGN SUBMITTALS

Web-based Design Submittals, as permitted in Section 01 33 16 DESIGN AFTER AWARD, paragraph 3.9.2, are not allowed. Submit paper copies as shown in the Submittal Distribution and Quantities Table for design submittals.

1.22 SAFETY REQUIREMENTS

The Contractor shall comply with the Contract FAR clause 52.236-13, Accident Prevention, and with all pertinent provisions of the latest version of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the solicitation. the Contractor's Accident Prevention Plan shall follow the format shown in COE EM 385-1-1, Appendix A - Minimum Basic Outline for Accident Prevention Plan.

a. Language

For each work group that has employees who do not speak English, the Contractor will provide a bilingual foreman who is fluent in English and in the language of the workers. The Contractor will implement the requirements of COE EM 385-1-1, paragraphs 01.B.01, 01.B.02, and 01.C.02 through these foremen.

1.23 REQUIRED INSURANCE

Pursuant to FAR 28.307-2, the Contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance:

a. Workers' compensation and employers' liability insurance in compliance with applicable state statutes, with a minimum employers' liability coverage of $100,000.

Page 32: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 12 of 13

b. Comprehensive general liability insurance for bodily injury in the minimum limits of $500,000 per occurrence. No property damage liability insurance is required.

c. Comprehensive automobile liability insurance covering the operation of all automobiles used in connection with the performance of the contract in the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. (See Contract Clause entitled Insurance--Work on a Government Installation)

1.24 HAZARDOUS MATERIALS ABATEMENT INSURANCE

a. If hazardous materials (e.g. asbestos, lead-based paint, polychlorinated biphenyl (pcb) compounds) abatement/removal or any other work with hazardous materials is required under this contract and Comprehensive General Liability Insurance is required, the policy of insurance which covers the hazardous materials abatement/removal or other work with asbestos shall be a "per occurrence" policy as that term used in the insurance industry. A policy issued on a "claims made" basis or any other "short tail" basis will not be accepted.

b. The Comprehensive General Liability per occurrence policy shall be obtained by the prime Contractor if the hazardous materials abatement work is performed by the prime Contractor's own work force, or by an hazardous materials abatement subcontractor(s), if the hazardous materials abatement work is subcontracted. The Contractor shall insert in the subcontract a requirement for the hazardous materials abatement subcontractor(s) to provide and maintain the insurance required by this paragraph. The Contractor shall maintain a copy of the subcontractor's proof of required insurance, and shall make such copy available to the Contracting Officer upon request.

1.25 UTILITIES

Electricity, gas, water, and sewer have been privatized and are 3rd party owned. See Appendix C Utility Connections for the privatized utility provider's utility requirements and specifications. All utilities are administered by the Government regardless of ownership. Water, gas, and electricity will be charged to the Contractor at rates as provided in Contract Clause 52.236-14 AVAILABILITY AND USE OF UTILITY SERVICES.

a. Use of Government services:

(1) Contractors must reimburse government for utilities usage (electricity, gas, water, sewer, and refuse) for admin trailer and construction sites.

(2) A utilities sales agreement must be signed by Contractor prior to connection/use of utilities services.

(3) Contractor must provide all metering devices for trailer and construction project.

b. Meters and Temporary Connections

The Contractor, at its expense and in a manner satisfactory to the Contracting Officer, shall provide and maintain necessary temporary connections, distribution lines, and meter bases required to measure the amount of each utility used for the purpose of determining charges. The Contractor shall notify the Contracting Officer, in writing, 5 working days before utility (gas, water, electricity) connection is desired so that a utilities contract can be established. The Contractor will provide a meter and make the final hot connection after inspection and approval of the Contractor's temporary wiring installation.

c. Advance Deposit

An advance deposit for utilities consisting of an estimated month's usage or a minimum of $50.00 will be required. The last monthly bills for the fiscal year will normally be offset by the deposit and adjustments will be billed or returned as appropriate. Services to be rendered for the next fiscal year, beginning 1 October, will require a new

Page 33: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 13 of 13

deposit. Notification of the due date for this deposit will be mailed to the Contractor prior to the end of the current fiscal year.

d. Final Meter Reading

Before completion of the work and final acceptance of the work by the Government, the Contractor shall notify the Contracting Officer, in writing, 5 working days before termination is desired. The Government will take a final meter reading, disconnect service, and remove the meters. The Contractor shall then remove all the temporary distribution lines, meter bases, and associated paraphernalia. The Contractor shall pay all outstanding utility bills before final acceptance of the work by the Government.

1.26 HAZARDOUS MATERIALS

Construction material shall be free of lead, mercury, chromate, and other hazardous and toxic material. Prior to the final inspection of the project, or with the appropriate submittals, furnish Material Safety Data Sheets (MSDS) for caulking, sealant, surfacing material (i.e. glazing material and drywall texture), wallboard, drywall texture, paint, roofing and sealant materials, floor tiles, mastic, and other materials indicating that the materials are non-asbestos containing materials. Also furnish an Asbestos Free Construction Material Certification certifying that the project is asbestos-free.

1.27 CONTRACTOR PERFORMANCE EVALUATIONS

In accordance with the provisions of Subpart 36.201 (Evaluation of Contractor Performance) of the Federal Acquisition Regulation (FAR), construction contractor’s performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Regulation 415-1-17 to fulfill this FAR requirement. For construction contracts awarded at or above $100,000.00, the USACE will evaluate contractor’s performance and prepare a performance report using the Construction Contractor Appraisal Support System (CCASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using CCASS requires specific software, called PKI certification, which is installed on the user’s computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110 - $125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the web site: http://www.cpars.navy.mil/. If the Contractor wishes to participate in the performance evaluation process, access to CCASS and PKI certification is the sole responsibility of the Contractor.

1.28 CONTRACTOR PAYROLL RECORD

Contractor shall be required to log payrolls for all their own employees and subcontractors utilizing ENG Form 3180. Each subcontractor requires a separate ENG 3180 for their payrolls. The Contractor shall maintain the ENG 3180, along with the payrolls, on site and available for review by the Contracting Officer's Representative. The ENG 3180's shall be updated weekly as payrolls are submitted. After making copies for their files, the Contractor is required to submit the originals of each week’s payrolls to the Resident Office. Before final payment, the Contractor shall provide the completed ENG 3180’s to the Contracting Officer's Representatives.

1.29 CORRESPONDENCE IDENTIFICATION

a. The Contractor shall use a serial numbering system on all formal correspondence sent to the Contracting Officer or his representative. The Contractor will provide one original and two duplicate copies of all correspondence.

b. The Contractor may use a Request for Information (RFI) system for drawing/specification clarifications, subject to the following conditions:

Page 34: Ft Benning Fp Guide

ACCOMPANYING AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

W9126G-11-R-0054, to0001 Seed Task Order

Page 14 of 13

(1) The Contractor shall use a sequential numbering system for all RFI's separate and apart from the correspondence numbering system.

(2) The Contractor shall provide one original and two copies of all RFI's.

(3) The Contractor shall designate ONE individual responsible person, subject to approval by the Contracting Officer, for reviewing and issuing RFI's.

(4) For projects requiring Network Analysis Systems (NAS), all RFI's shall identify the NAS activities directly or indirectly affected by the RFI on the progress schedule. The Contractor should anticipate a minimum of 10 calendar days for Government review and response.

(5) No requests for deviations or variations from the contract by RFI will be allowed. Deviations/variations are to be submitted on ENG Form 4025 as described in Section 01330 Submittal Procedures.

(6) The use of RFI's does not relieve the Contractor of the responsibility for reviewing the contract documents and coordinating the work to be performed. If the Contracting Officer determines that the RFI system is being used for other than its intended purpose, the Contracting Officer has the authority to discontinue the use of the RFI's for the remainder of the contract.

1.30 EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE

Whenever a contract or modification of contract price is negotiated, the Contractor's cost proposals for equipment ownership and operating expenses shall be determined in accordance with the requirements of EFARS 52.213-5000, EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE. Interested parties may purchase copies of EP 1110-1-8 (Volumes 1 through 12) by phoning (202) 783-3238, or by writing "Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402." Major credit cards are accepted. An electronic copy of this publication may be found the US Army Corps of Engineers Publication web site at http://www.usace.army.mil/inet/usace-docs/eng-pamphlets/cecw.htm.

1.31 U.S. ARMY CORPS OF ENGINEERS SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-l-l

Reference Federal Acquisition Regulation (FAR) Clause 52.236-13, Accident Prevention. Engineer Manual (EM) 385-l-l and its changes are no longer available as part of this solicitation/contract but rather is available at http://www.hq.usace.army.mil (select Safety and Occupational Health). Consequently, the Contractor shall be responsible for complying with the current edition and all changes posted on the web as of the effective date of this solicitation.

1.32 ELECTRONIC SUBMITTAL OF OFFEROR’S PROPOSAL

In accordance with Section 00 22 30 Task Order Design-Build Selection Procedures and Basis of Award, the Offeror is required to submit an electronic copy of the initial proposal and one electronic copy of the final proposal revision, if applicable. In the event any discrepancy is discovered between the printed version of the offeror’s submitted proposal and this electronic version, the printed version shall govern.

End of Section 00 73 10

Page 35: Ft Benning Fp Guide

AMENDMENT #0004

REPLACEMENT SECTION 01 10 00 PARAGRAPHS 2.0 SCOPE AND 3.0 FUNCTIONAL/OPERATIONAL

REQUIREMENTS

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 36: Ft Benning Fp Guide

2.0 SCOPE Design and Construct a Central Issue Facility, a covered concrete pad, and associated site work. The mission for this Central Issue Facility (CIF) is to provide a single point for the receipt, storage, issue, and turn-in of all authorized Organizational Clothing and Individual Equipment (OCIE) items for Soldiers training at Fort Benning, GA. The Central Issue Facility (CIF) is comprised of the following functional areas: Administrative Area, Issue/Turn-In Area, and the Warehouse Area. The Administrative Area is intended to be similar, both functionally and technically, to other administration offices in the private sector surrounding the community. The Issue/Turn-In Area is intended to be similar, both functionally and technically, to other retail operations in the private sector surrounding the community. The Warehouse Area is intended to be similar, both functionally and technically, to a warehouse storage facility in the private sector surrounding the community. The Site work is composed of parking, access drives, site utilities, site drainage, landscaping, and fencing. 2.1 Central Issue Facility – General Requirements 2.1.1 Central Issue Facility (CIF) Provide one high bay Central Issue Facility with (AM#4) two an external covered pads for the Shakedown Area and a GFGI Baler.(/AM#4) This CIF shall accommodate administrative, issue and receipt, warehouse/storage, shipping and receiving operations. Maximum number of administrative personnel is 40. Assume 10 percent of personnel are female with the exception of the Issue/Turn-In Area. Account for 120 male soldiers in addition to the administrative personnel for the Issue/Turn-In Area. The maximum area for this CIF is 40,000 gross square feet. Minimum interior clear height shall be 32 feet. 2.1.2 CIF Operational Objectives/Requirements for the Issue/Turn-In Area The CIF Issue/Turn-In Area shall be designed to accommodate the issue and receipt of OCIE per the following throughput rates: (a) Issue and Receipt for 120 soldiers within 4 hours (b) Turn-In for 120 soldiers within 5 hours The Issue/Turn-In area shall be designed to maximize the flow of soldiers through the Issue/Turn-In process, thus minimizing the “bottle-neck”/traffic jam effect. 2.1.3 Refer to the floor plan, provided in Appendix J, which relates the spaces that meet the User’s operational requirements. NOTE: The conceptual site plan included in Appendix J does not reflect the CIF building footprint. The Contractor shall design the site utilizing the floor plan included in Appendix J, not the building footprint indicated on the site drawings. 2.1.4 CIF Special Requirements DISREGARD SECTION 01 10 00- PARAGRAPH 6.0. PARAGRAPH 6.0 HAS BEEN REPLACED IN ITS ENTIRETY. SEE APPENDIX HH FOR THE REPLACEMENT PARAGRAPH 6.0.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 37: Ft Benning Fp Guide

3.0 FUNCTIONAL/OPERATIONAL REQUIREMENTS

3.1 GENERAL

Central Issue Facility (CIF) is required by the Army to provide a single point for the receipt, storage, issue, exchange and turn-in of all authorized Organizational Clothing and Individual Equipment (OCIE) items at United States Army Installations.

3.2 FUNCTIONAL AND AREA REQUIREMENTS

Gross building area shall be calculated in accordance with Appendix Q. Net area is measured to the inside face of the room or space walls. Minimum dimension where stated shall be measured to the inside face of the defining enclosure. Net area requirements for programmed spaces are included in this paragraph. If net area requirements are not specified, the space shall be sized to accommodate the required function and to comply with code requirements, overall gross area limitations, and any other requirement of this RFP. Area requirements for corridors, stairs, mechanical, electrical and telecommunications rooms will typically be left to the discretion of the Offeror. Specific site requirements that affect the design and construction of the site appear below and in 01 10 00-6.0.

3.2.1 Accessibility Requirements

The CIF shall comply with the Architectural Barriers Act (ABA). 3.2.2 Functional Space Requirements 3.2.2.1 Administration Area: (a) Vestibules: Provide vestibules to serve as transition space between the exterior elements and

the facility interior. Minimum depth between exterior and interior doors shall be 7-feet. (b) (AM#4)CIF Manager: Provide a private office for one person. (/AM#4)

(c) (AM#4)Assistant CIF Manager: Provide a private office for one person. (/AM#4)

(d) Administration Area: Provide an administration area adjacent to the CIF and Asst. CIF

managers’ offices. Provide open space for three (3) desks. (e) (AM#4)Property Book Officer: Provide a private office for one person.(/AM#4)

(f) Property Section: Provide an office with space for four (4) workstations and a copy/fax area.

(g) Team Room: Provide an open office.

(h) (AM#4)Records Holding: Provide room office with space for two (2) desks and 2400 linear

feet of record storage. Records Holding shall be located adjacent to the Property Section.(/AM#4)

(i) Multipurpose Room: Provide a conference type room. The room shall accommodate seating

for 12. The room shall accommodate multiple tables on locking casters. The configuration shall accommodate multiple room settings/configurations that can be easily rearranged. Provide and install a low profile ceiling mounted system for a GFGI projector. Provide an automatically operated projection screen at the front of the room. Provide two (2) dry erase boards at least 48” in height.

(j) Corridors: Provide as required. Corridors shall have a minimum width of 72 inches. (k) (AM#4)Male Toilet: Provide toilet facilities to serve the administrative personnel assigned to

facility and customers. Signage shall note Administrative Staff Only.(/AM#4) (l) (AM#4)Female Toilet: Provide toilet facilities to serve the administrative personnel assigned

to facility and customers. Signage shall note Administrative Staff Only.(/AM#4)

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 38: Ft Benning Fp Guide

(m) Employee Break Room: Provide a break room with built-in base cabinets with matching upper

wall mounted cabinets. Base cabinet shall include 12 inch drawer and adjustable shelf with a door. (AM#4)Provide adequate counter space above the base cabinets to accommodate 3 linear feet of prep area, a built-in single bowl, stainless steel kitchen sink, and two (2) GFGI microwave ovens. Size the area to accommodate the following GFGI items: two (2) refrigerators, three (3) 36 inch tables and twelve (12) chairs and one (1) ice cube machine-dispenser. Locate a vending area in close by the employee break room. Size the vending area to accommodate three (3) full size GFGI vending machines.(/AM#4) Provide a space for the storage of recyclables. The ice cube machine-dispenser shall be designed for hotel type bucket filling, capable of producing a minimum of 250 pounds of regular ice cubes in 24 hours, with 180 pound capacity. Provide floor drain for ice cube machine-dispenser. Provide power receptacles for vending machines, ice cube machine-dispenser, refrigerators, and the microwave ovens.

(n) Janitor’s Closet: Provide a janitor’s closet. Janitor’s closet shall have a 10 inch deep floor

mounted stainless steel mop sink, with hot and cold service faucet, a four holder mop rack and two 18 inch deep by 48 inch long heavy duty stainless steel shelves for storage of cleaning supplies. Janitor’s closet shall have space for storage of buckets and vacuum.

3.2.2.2 Issue/Turn-In Area (a) (AM#4)Vestibules: Provide vestibules to serve as transition space between the exterior

elements and the facility interior. Vestibules shall be provided at the entrance to the Queuing/Orientation Hall and the Final Processing Area. Minimum depth between exterior and interior doors shall be 7-feet.Not Used. (AM#4)

(b) Queuing/Orientation Area: Provide a Queuing/Orientation Hall adjacent to the Reception and

Check-In Counter. The Queuing/Orientation Hall shall be located on an opposite side of the building from the Checkout Area. Provide and install wall mounting kits for 2- 52" GFGI flat screen TVs, to include power and communication cables. Mounting kit locations shall be coordinated with the furniture layout and shall be finalized during design. Design space to accommodate seating arrangement for a minimum of one hundred twenty (120) GFGI chairs.

(c) Reception and Check-In Counter: Provide a Reception area in-line with the entry to the

Queuing/Orientation Hall with a check-in counter area to accommodate soldier initial processing and check-in. Provide a reception desk area furnished with a built-in combination work counter and check-in counter. Work counter shall be a minimum of 30 inches high. (AM#4)Work counter shall be furnished with a minimum of six (6) lockable lateral file drawer units.(/AM#4) Customer service counter shall be a minimum of 42 inches high with a counter section that is ABA compliant. Provide seating area for three (3) persons.

(d) Issue Aisle: Provide an issue aisle to accommodate issue/turn-in of clothing/equipment at furnished issue stations. Issue aisle shall be adjacent to the Issue Counter Area.

(e) (AM#4)Issue Counter Area: Provide an issue counter area to accommodate issue/turn-in of clothing/equipment. Provide a minimum of fifteen (15) issue/turn-in stations. Each issue station shall be a minimum 72 69 inches wide, 42 inches high, and shall be furnished with a full length 30 24 inches deep built-in counter capable of supporting a minimum of 30 pounds per square foot. Designated floor space shall be provided behind the issue counters for flow racks and back-up storage. The back-up storage space shall accommodate storage bins full of OCIE material for issue.(/AM#4)

(f) Male Toilet: Provide toilet facilities to service one hundred twenty (120) soldiers.

(g) Female Toilet: Provide three (3) female toilet facilities.

(h) (AM#4)Checkout Area: Provide a checkout counter area to accommodate final processing

and checkout of clothing/equipment. Provide six (6) L-Shaped checkout stations. Each checkout station shall be minimum 36 inches wide, 48 inches high and 30 inches deep with a return of 96 inches wide, 36 inches high and 30 inches deep built-in counter capable of supporting a minimum of 30 pounds per square foot. Checkout counter shall be able to

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 39: Ft Benning Fp Guide

accommodate a workstation and a laser printer. The checkout counter shall resemble a “Grocery Store” style checkout kiosk. See Appendix ZZII for an example.(/AM#4)

(i) (AM#4)Waiting Area: Provide a waiting area to accommodate sixty (60) GFGI seats. This

area shall be adjacent to the Checkout areaNot Used. (/AM#4) (j) Exterior Shakedown Area: (AM#4)Provide a covered 3,800 3,300 square foot concrete pad.

(/AM#4) Canopy shall provide 12’ clear height and extend 2’ beyond concrete pad. The concrete pad shall be located adjacent to the exit from the Issue Area.

3.2.2.3 Warehouse Area: (a) Kitting Area: Provide designated floor space for four (4) kitting machines. Kitting machines

require electrical power connection; see Electrical Section for more information.

(b) Shipping and Receiving: Provide designated floor space adjacent to the loading dock for this function.

(c) (AM#4)Shipping and Receiving OPS(/AM#4): Provide an area in the warehouse adjacent to

the loading dock for a shipping and receiving workstation. The space shall be 10-feet wide x 10-feet deep and shall be defined by a 4-feet high screen wall. Furnish and install continuous 30-inches deep built-in work counter along each 10 feet wall. Entry into the Warehouse Supervisor Area shall be through a 3-feet wide opening at the center of the 10-feet wall. Counters shall be capable of supporting a minimum of 30 pounds per square foot. (AM#4)Set countertop height at 40-inches42-inches above finished floor.(/AM#4)

(d) Laundry: Provide a designated floor space. This area is used for laundry collection.

(e) DRMO: Provide a designated floor space. This area is used to store salvageable items.

(f) Truck Dock: Provide a two bay truck dock. Each bay shall be furnished with a 9 feet wide x

10 feet high overhead door for Shipping/Receiving Operations. Door shall be electrically operated with manual override. Provide a reinforced concrete edge guard along the edge of the loading dock, as required. Concrete edge guard shall be minimum 1 foot wide and 1 foot high. Mount guardrails on top of concrete edge guard. Loading dock shall be furnished with all necessary dock accessories, including full-pit dock levelers, dock bumpers, fixed and removable safety railing, access stairs, etc. Dock height shall be 48”. Truck/trailer heights may vary from 36” up to 60”. Provide high-capacity, low-maintenance, ergonomically-friendly, full-pit dock levelers to accommodate this variable height range (using electric fork lifts). Dock levelers shall be of sufficient width for safe and efficient fork lift operation and have features intended to prevent lifts from driving off the dock when a truck/trailer is not present. Provide wedge type dock seals on the sides plus a top curtain. Dock bumpers 12”d x 24”w x 12”h shall be installed on both sides of each truck bay per manufacturer’s specifications. Provide 6 inch diameter bollards on each side of each dock door to protect interior door jambs.

(g) Classification Room: Provide a designated space for the classification of materials. The space shall contain 24” shelving along one side wall and the back wall.

(h) Repair Room: Provide a designated space for the repair of materials. The space shall

contain 24” shelving along one side wall and the back wall.

(i) Secure Storage: Provide a designated space for the secure storage of non-sensitive records. The space shall contain 24” shelving along one side wall and the back wall.

(j) Forklift Access: Provide a forklift access door adjacent to one of the truck dock bays. The

overhead door shall be 12 feet wide x 14 feet high electrically operated with manual override. Assume the use of 5,000 pound capacity forklifts. If a ramp is required for access, the forklift access ramp shall be designed to provide required turning radius of 12-feet. Forklift access ramp shall have a minimum width of 16 feet. Provide a reinforced concrete edge guard along the entire length on both sides of the ramp. Concrete edge guard shall be minimum 1 foot wide and 1 foot high. Mount guardrails on top of concrete edge guard. Access ramp shall be

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 40: Ft Benning Fp Guide

furnished with all necessary dock accessories, including fixed and removable safety railing, access stairs, etc.

(k) Provide metal eyebrow canopies to protect forklift drivers from the elements during inclement

weather. Canopy to extend out above each vertical roll up door, including door provided for forklift access, at a height not to interfere with truck/trailer activity. Canopy shall have a minimum depth of 4-feet. All doors shall have nylon brush-style weather-stripping to prevent the entry of insects and to protect against external weather conditions.

(l) Equipment Storage Area: Provide designated floor space adjacent to the DRMO area for

storage of forklifts, cherry pickers, pallet jacks, etc. Locate the forklift charge station in this area.

(m) (AM#4)Warehouse Office Area: Provide an enclosed and conditioned area in the warehouse to support four (4) warehouse personnel. The area shall contain four (4) work stations (cubicles) for DRMO one (1), Laundry two (2) and a warehouse supervisor one (1).(/AM#4)

(n) Rack Storage Area: Provide an area for storage of goods on pallet racks. The Pallet Rack Storage System is a CFCI item. Coordinate with Government to provide suitable space, lighting and structural support for the system and to define detailed requirements. Provide the detailed design layout necessary to install a complete Pallet Rack System that utilizes industry standard components and dimensions. (AM#4)Provide a minimum of 1,212 1,302 pallet spaces (including floor and top shelf locations).(/AM#4) Assume that a 4,500 pound capacity, electric, standup, reach-type lift truck will be used to place and retrieve pallets. The rack system shall take full advantage of the clear height specified in paragraph 2.1 for the warehouse area. System design shall be based on 48” wide X 40” deep X 48” high pallets weighing no more than 2,500 pounds each. Where possible, use a standard 9’-3” module (108” open) shelf length. Provide at least two heavy-duty (non-waterfall type) pallet supports per pallet space plus wire shelf decking. Provide heavy duty waterfall type wire decks and 18” steel upright corner post protectors. Post protectors shall be bolted to the floor. Provide sufficient rack depth for pallets so that they may be placed flush with the aisle beam face without overhanging off the rear. Install top shelves below the top of 26’ high standard width uprights so that pallets at the end of a row will not accidentally slip off the side. Pallet rack system design shall include a 4-inch (minimum) clear space between adjacent pallets and a 4-inch (minimum) clear space between the top of each pallet and the bottom of the shelf beam above it. Pallet rack system design shall be such that the top of the load on the top shelves shall be a minimum of 24-inches below the clear unobstructed height required in the warehouse. Assume that a fork lift with a 320” mast will be used to place and retrieve pallets.

(o) Toilet: Provide one (1) Unisex toilet in the Warehouse Area. The toilet should be located in close proximity to the Truck Docks and the Warehouse Supervisor area.

(p) Corridors: Provide as required. Corridors shall have a minimum width of 12-feet for fork truck access between the Pallet Rack System.

(q) Mechanical, Electrical, and Telecommunications Rooms: Mechanical rooms shall

accommodate space for equipment maintenance/repair access without having to remove other equipment. Mechanical, electrical and telecommunications rooms shall be keyed separately for access by Installation maintenance personnel. All telecommunications rooms shall be conditioned space. Telecommunications room shall be provided in accordance with the latest I3A Technical Criteria. Refer to Mechanical and Electrical Sections for additional information.

(r) Forklift Charging Area: Provide a charging area for three (3) forklifts/chargers. Forklifts and

charging equipment are GFGI.

(s) Exterior Employee Break Area: Provide a 10' x 10' concrete pad on the exterior of the building for use by employees.

(t) Exterior Baler Area: Provide a covered 12’-0” x 7’-0” concrete pad for one (1) GFGI baler

machine. Canopy shall provide 12’ clear height and extend 2’ beyond concrete pad. The

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 41: Ft Benning Fp Guide

concrete pad shall be located near the shipping and receiving area. Provide lighting as specified in paragraph 6.10.12.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 42: Ft Benning Fp Guide

3.2.3 (AM#4)Space Allocation Table

SPACE Minimum NSF

ADMINISTRATION AREA

VESTIBULES As Needed

CIF MANAGER 120

ASSISTANT CIF MANAGER 120

ADMINISTRATION AREA 315

PROPERTY BOOK OFFICER 120

PROPERTY SECTION 576

RECORDS HOLDING (STORAGE) 264

TEAM ROOM 142

MULTIPURPOSE ROOM 351

CORRIDORS As Needed

MALE TOILET (ADMINISTRATION AREA) As Needed

FEMALE TOILET (ADMINISTRATION AREA) As Needed

EMPLOYEE BREAK ROOM 424

TELECOMMUNICATIONS ROOM 110

JANITOR'S CLOSET 80

ISSUE AREA

CHECK-IN / RECEPTION 200

QUEING/ORIENTATION AREA 3,600 2,033

ISSUE/TURN-IN AISLE 1,080 2,494

ISSUE/TURN-IN COUNTER AREA (15 STATIONS @ 6’ LENGTH x 12’ deep) 4,150 3,298

MALE TOILET As Needed

FEMALE TOILET As Needed

VESTIBULES As Needed

CHECKOUT (6 STATIONS) 360 1,025

WAREHOUSE AREA

KITTING AREA 550 360

WAREHOUSE SHIPPING & RECEIVING STATION 100

LAUNDRY 500

SHIPPING AND RECEIVING OPS 2,744

DRMO 500

WAREHOUSE OFFICE AREA 700

CLASSIFICATION 336

REPAIR 336

SECURE STORAGE 336

UNISEX TOILET As Needed

RACK STORAGE AREA 13,567 13,257

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 43: Ft Benning Fp Guide

MECHANICAL ROOM As Needed

ELECTRICAL ROOM As Needed

EXTERIOR

EXTERIOR SHAKEDOWN AREA (3,800 - COUNTS AS HALF SCOPE) 1,900 1650

EXTERIOR BALER AREA (100 SF – COUNTS AS HALF SCOPE) 50 42

(/AM#4) 3.3 SITE REQUIREMENTS

3.3.1 Walks

Provide pedestrian walks within the designated construction area and connect to existing sidewalks, where applicable. Sidewalks shall be a minimum of 6 feet wide. Pedestrian sidewalks shall be constructed of Portland Cement Concrete having a minimum nominal thickness of 4 inches. Design joint patterns uniformly, symmetrical, and in accordance with American Association of State Highway and Transportation Officials (AASHTO) standards. The length to width ratio shall not exceed 1.25 for non-reinforced pavements.

3.3.2 Site Structures and Amenities Dumpster Area: Dumpster enclosure area(s) and screening shall be located, designed and constructed by the Contractor. The Contractor is responsible for locating the dumpster areas in accordance with UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings. The GFGI dumpsters shall be located outside of restricted areas to allow for servicing activities. Dumpster pads shall be sized to accommodate both trash and recycling dumpsters. Dumpster screening shall be aesthetically and architecturally compatible with the building it serves and shall be designed in accordance with the Installation's requirements. 3.3.3 Site Functional Requirements 3.3.3.1 External functional requirements include a truck dock shipping and receiving with ample concrete hardstand paving for marshalling and parking of supply trucks. See Paragraph 3.2.2.3(f) for dock requirements. 3.3.3.2 Privately Owned Vehicle (POV) Parking: POV parking shall be designed and constructed by the Contractor. The location of the POV parking area(s) shall be designed based on the Installation's site constraints. The Contractor shall ensure that the location of parking complies with UFC 4-010-01. Refer to paragraphs 5.2.3 VEHICLE PAVEMENTS for additional requirements. See paragraph 6.3 for the minimum number of parking stalls required. (AM#4)Parking for physically disabled personnel shall be in accordance with the current Americans with Disabilities Act (ADA) Architectural Barriers Act (ABA) guidelines.(/AM#4) 3.3.3.3 Service Drives: The Contractor shall provide service drives to each building. The drives shall be located in accordance with UFC 4-010-01. Where applicable, access to the drives shall be restricted as required by UFC 4-010-01. The pavement design shall be as required by paragraph 5.2.3 VEHICLE PAVEMENTS. The minimum access drive width shall be 10 feet. Provide curb and gutter where needed for drainage and for compliance with Antiterrorism requirements. Minimum turning radius shall be designed as required for emergency vehicle access. 3.3.3.4 Fire Access Lanes: The Contractor shall provide fire access lanes in accordance with UFC 3-600-01, UFC 4-010-01, NFPA 1 and the Installation's requirements. 3.3.3.5 Exterior Support Facilities: See paragraphs 3.2.2.2(j), 3.2.2.3(s) and 3.2.2.3(t) for exterior supporting facility requirements.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 44: Ft Benning Fp Guide

3.4 ARCHITECTURAL REQUIREMENTS

3.4.1 Hardware

3.4.1.1 Non-Destructive Emergency Access System (NDEAS): Furnish and install a Knox-Vault 3200 Series (Single Lock Model) mounted at the building exterior adjacent to the main entry. 3.4.1.2 Finish Hardware: All hardware shall be consistent and shall conform to ANSI/BMHA standards for Grade 1. All requirements for hardware keying shall be coordinated with the Contracting Officer. Hardware finish shall conform to ANSI/BHMA A156 18. Extension of the existing Installation keying system shall be provided. The Installation's keying system is Best Lock. Locksets shall have interchangeable cores. Cores shall have no fewer than seven pins; cylinders shall have key-removable type cores. Disassembly of knob or lockset shall not be required to remove core from lockset. Locksets for mechanical, electrical and telecommunications rooms only shall be keyed to the existing Installation Master Keying System. Deadbolt locks shall be installed on mechanical, electrical and telecommunications rooms keyed to the Installation keying system. All locksets and exit devices shall accept same interchangeable cores. Plastic cores are unacceptable. Provide closers for all exterior doors, all doors opening to corridors and as required by codes. Exit devices shall be installed on all building egress doors. 3.4.1.3. Auxiliary Hardware: Provide wall or floor stops for all exterior doors that do not have overhead holder/stops. Provide other hardware as necessary for a complete installation. 3.4.1.4. Fire Door Hardware: Hardware for fire doors shall be installed in accordance with the requirements of applicable codes. Exit devices installed on fire doors shall have a visible label bearing the marking "Fire Exit Hardware". Other hardware installed on fire doors, such as locksets, closers, and hinges shall have a visible label or stamp indicating that the hardware items have been approved by an approved testing agency for installation on fire-rated doors. Hardware for smoke-control door assemblies shall be installed in accordance with applicable codes.

3.4.2 Special Acoustical Requirements

3.4.2.1 Exterior walls and roof/floor/ceiling assemblies, doors, windows and interior partitions of the Administration and Issue Areas shall be designed to provide for attenuation of external noise sources such as airfields in accordance with applicable criteria, but no less than the following: (a) Interior partitions – STC 42 (b) Exterior walls – STC 29 (c) Doors and frames – STC 25

3.4.2.2 Sound conditions and levels for interior spaces, due to the operation of mechanical and electrical systems and devices, shall not exceed levels as recommended by ASHRAE handbook criteria. Provide acoustical treatment for drain lines and other utilities to prevent noise transmission into the offices and other areas requiring noise suppression.

3.4.3 Exterior Design Objectives Provide durable and easily maintainable materials. Do not use exterior materials that require periodic repainting or similar refinishing processes. Material exposed to weather shall be factory pre-finished, integrally colored or provided with intrinsic weathering finish. 3.4.3.1 Exterior Walls: Where Exterior Insulation and Finish Systems (EIFS), or any other material except CMU or other Masonry material is used as exterior finish material, it shall be in conjunction with a CMU wainscot, wainscot shall be a minimum of 48” high. EIFS shall be “high-impact” type and shall be “drainable” type. Masonry units shall be tested for efflorescence. Efflorescence testing shall conform to the provisions of ASTM C 67. CMU construction shall comply with the provisions of ASTM C 1400.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 45: Ft Benning Fp Guide

3.4.3.2 Roof: Minimum roof slope for membrane roof systems shall be 1/4 inch per foot. Minimum roof slope for pitched roof systems shall be as recommended by roof system manufacturer. Membrane roof systems shall be fully adhered. Structural standing seam metal roofs shall comply with the requirements of ASTM E 1592. Roof system shall be Underwriters Laboratory (UL 580 Class 90) rated or Factory Mutual Global (FM) I-90 rated. Roof system shall comply with applicable criteria for fire rating.

(a) Roof Mounted Equipment: For roof-mounted equipment, provide permanent access walkways and platforms to protect roof. Roof mounted equipment on pitched roof systems is unacceptable. Roof mounted equipment on membrane roof systems shall be completely screened by the roof parapet.

(b) Roof access from building exterior is prohibited.

(c) Personal fall arrest systems shall be required for workers servicing roof-mounted equipment. All necessary anchorages for attachment of personal fall arrest equipment shall be provided in accordance with applicable codes and criteria.

3.4.3.3 Trim and Flashing: Gutters, downspouts, and fascias shall be factory pre-finished metal and shall comply with SMACNA Architectural Sheet Metal Manual. 3.4.3.4 Bird Habitat Mitigation: The Contractor shall provide details in the design necessary to eliminate the congregating and nesting of birds at, on, and in the facility. 3.4.3.5 Exterior Doors and Frames: (a) Main Entrance Doors: Provide aluminum storefront doors and frames with Architectural Class 1 anodized finish, fully glazed, with medium or wide stile for entry into lobbies or corridors. Provide doors complete with frames, framing members, subframes, transoms, sidelights, trim, applied muntins, and accessories. Framing systems shall have thermal-break design. Storefront systems shall comply with wind-load requirements of applicable codes and criteria. (b) Other Exterior Doors: Provide galvanized insulated hollow metal exterior doors for entry to all spaces other than corridors, lobbies, or reception/waiting rooms. Doors and frames shall comply with applicable codes and criteria. Doors shall be minimum Level 3, physical performance Level A, Model 2 flush; A60 galvannealed. Frames shall be 12-gauge, with continuously welded mitered corners and seamless face joints. Doors and frames shall be constructed of hot dipped zinc coated steel sheet, complying with ASTM A653, Commercial Steel, Type B, minimum A40 coating weight; factory primed. Fire-rated openings shall comply with applicable codes, and the requirements of the labeling authority. Door and frame installation shall comply with applicable codes and criteria. Provide metal eyebrow canopies. The canopy shall extend out above each pedestrian door. All doors shall have nylon brush-style weather-stripping to prevent the entry of insects and to protect against external weather conditions. (c) Electrically Operated Sectional Overhead Doors: Doors shall be industrial class, high-lift sectional overhead doors, electrically operated, with auxiliary hand chain override. In the open position, the horizontal portion of the door shall be aligned with the angle of the roof structural elements; and shall be no more than 6 inches below the bottom of the roof structural elements. Doors shall completely close the door opening in the closed position and make the full width and height of the door opening available for use in the open position. Provide a permanent label on the door indicating the name and address of the manufacturer. Door sections shall be formed from hot-dipped galvanized steel, and shall ensure a weather tight closure and alignment for full width and height of the door. Door components and methods of installation shall be designed in accordance with DASMA 102. Minimum design wind load shall be 20 psf. Maximum wind load deflection of the door shall not exceed the door height in inches divided by 120 and the door width in inches divided by 120. Doors shall be operable during design wind load when tested in accordance with ASTM E 330. Provide sections of height per manufacturer's standard. Door sections shall be insulated and shall provide a "U" factor of 0.14 or less when tested in accordance with ASTM C 1363. Interior of door sections shall be covered with steel sheets of not lighter than 20 gage to completely enclose the insulating material.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 46: Ft Benning Fp Guide

Provide operators of the type recommended by the door manufacturer. Electric operator shall be designed so that the motor may be removed without disturbing the limit switch timing and without affecting the manual operator. The manual operator shall be clutch controlled so that it may be engaged and disengaged from the floor; operation shall not affect limit switch timing. Provide an electrical or mechanical device that disconnects the motor from the operating mechanism when the manual operator is engaged. Provide a galvanized, endless chain operating over a sprocket and extend chain to within 4 feet of the floor and mount on inside of building. The force required to operate the door shall not exceed 35 pounds. Each door motor shall have an enclosed, across-the-line type, magnetic reversing contactor, thermal overload and under voltage protection, solenoid-operated brake, limit switches, and control switches. Locate control switches at least 5 feet above the floor so the operator will have complete visibility of the door at all times. Control equipment shall conform to NEMA ICS 1 and NEMA ICS 2. Control enclosures shall be NEMA ICS 6, Type 12 or Type 4, except that contactor enclosures may be Type 1. Each control switch station shall be of the three-button type; buttons shall be marked "OPEN," "CLOSE," and "STOP." The "OPEN" and "STOP" buttons shall require only momentary pressure to operate. The "CLOSE" button shall require constant pressure to maintain the closing motion of the door. If the door is in motion and the "STOP" button is pressed or the "CLOSE" button released, the door shall stop instantly and remain in the stop position; from the stop position, the door may be operated in either direction by the "OPEN" or "CLOSE" buttons. Pushbuttons shall be full-guarded to prevent accidental operation. Provide limit switches to automatically stop doors at the fully open and closed positions. Limit switch positions shall be readily adjustable. Provide a safety device on the bottom edge of electrically operated doors. The device shall immediately stop and reverse the door in its closing travel upon contact with an obstruction in the door opening or upon failure of the device or any component of the control system and cause the door to return to the full open position. The door-closing circuit shall be automatically locked out and the door shall be operable manually until the failure or damage has been corrected. Do not use the safety device as a limit switch. Each sectional overhead door shall be furnished with a “headache bar” on the interior and exterior side of the facility. Set bottom of each “headache bar” 6-inches below bottom of door head height and 4-feet from face of door. Each sectional overhead door shall be furnished with a canopy on the exterior side. 3.4.3.6 Exterior Windows: Provide insulated, high efficiency window systems, with thermally broken frames complying with applicable codes and criteria. Operable windows shall be furnished with locks, and fiberglass or aluminum insect screens removable from the inside. Curtain wall systems shall be capable of withstanding area wind loads, thermal and structural movement required by location and project requirements, and shall comply with applicable codes and criteria. Window sills shall be designed to discourage bird nesting. 3.4.3.7 Exterior Glass and Glazing: Material and installation shall comply with applicable codes and criteria. 3.4.3.8 Thermal Insulation: Provide exterior wall, floor, and roof/ceiling assemblies with thermal transmittance (U-values) required to comply with the proposed energy calculations for the facility. Insulation shall not be installed directly on top of suspended acoustical panel ceiling systems. 3.4.3.9 Exterior Louvers: Exterior louvers shall have bird screens and shall be designed to exclude wind-driven rain. Exterior louvers shall be made to withstand wind loads in accordance with the applicable codes. Wall louvers shall bear the Air Movement & Control Association (AMCA) International certified ratings program seal for air performance and water penetration in accordance with AMCA 500-D and AMCA 511. Louver finish shall be factory applied.

3.4.4. Interior Design Objectives

General: Provide sustainable materials and furnishings that are easily maintained and replaced. Maximize use of daylighting. Provide interior surfaces that are easy to clean and light in color. Interior spaces should be structured to allow maximum flexibility for future modifications.

3.4.4.1. (AM#4)Signage: Provide interior signage as required by applicable codes and criteria and in compliance with Army Standards.(/AM#4)

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 47: Ft Benning Fp Guide

3.4.4.2. Bulletin Boards: Provide one bulletin board at each entry vestibule closest to the customer assistance desk. Bulletin board shall be 4’-0” high and 6’-0” wide. Bulletin boards shall have a header panel and shall have lockable, glazed doors. 3.4.4.3. Corner Guards: Provide surface mounted, high impact resistant, integral color, snap-on type resilient corner guards, extending from floor to (AM#4)ceiling 6’ above finished floor(/AM#4) for wall and column outside corners in high traffic areas such as corridors, waiting areas, lobbies, conference and multi-purpose rooms. Factory fabricated end closure caps shall be furnished for top and bottom of surface mounted corner guards. 3.4.4.4. Chair Rail: Chair rails shall be installed in areas prone to hi-impact use, such as corridors and waiting areas. 3.4.4.5. Casework: Provide cabinets complying with AWI Quality Standards, Custom Grade. Countertops shall have waterfall front edge. Countertops at toilets and break room shall also have integral coved backsplash. (AM#4)Public toilet's vanity All countertops shall be minimum ½ inch thick cast 100 percent acrylic polymer solid surfacing material with waterfall front edge and integral coved backsplash. (/AM#4) 3.4.4.6. Fire Extinguisher Cabinets and Mounting Brackets: Furnish and install a fire extinguisher cabinets and mounting brackets as required by applicable codes and criteria. Furnish a list of installed fire extinguisher cabinets and mounting brackets (including location, type and size) to the Contracting Officer's Representative. 3.4.4.7 (AM#4)Guardrails and Bollards. Guardrails shall protect all exterior walls with minimum 17” high single guard rails and all interior the exterior walls of office spaces and/or workstations within the warehouse to minimize forklift damage. A minimum 44” high double guard rails shall be used. Bollards shall be used to protect pedestrians at doors in the warehouse.(/AM#4)

3.4.4.8 Interior Doors and Frames:

(a) Insulated Hollow Metal Doors: Comply with applicable codes and criteria. Doors shall be minimum Level 3, Physical Performance Level A, Model 2; factory primed. Provide insulated hollow metal doors at all interior door locations. Provide hollow metal doors with a wood grain finish at all offices.

(b) Hollow Metal Frames: Comply with ANSI A250.8/SDI 100. Frames shall be minimum Level 3, 16 gauge, with continuously welded mitered corners and seamless face joints; factory primed. All door frames shall be hollow metal frames.

(c) Fire-rated and Smoke Control Doors and Frames: Comply with applicable codes, criteria and requirements of labeling authority.

(d) STC ratings shall be of the sound classification required and shall include the entire door and frame assembly.

3.4.4.8 (AM#4)Window Treatment: Provide horizontal mini blinds at all exterior windows. Uniformity of window covering color and material shall be maintained to the maximum extent possible throughout each building. Window stoolssills shall be minimum ½ inch thick cast 100 percent acrylic polymer solid surfacing material. Uniformity of window covering color and material shall be maintained throughout the building. (/AM#4)

3.4.4.9 Mold Mitigation: The Designer of Record shall provide details in the design analysis and design showing steps taken to mitigate the potential growth of mold and mildew in the facility.

3.4.4.10 Toilet Accessories: Furnish and install the items listed below and all other toilet accessories necessary for a complete and usable facility. All toilet accessories shall be Type 304 stainless steel with satin finish. Toilet accessories shall include the following:

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 48: Ft Benning Fp Guide

(a) Glass Mirror/Shelf - 18 inch by 24 inch glass mirror on stainless steel frame with shelf at each lavatory (b) Hands free liquid soap dispenser at each lavatory

(c) Hands free paper towel dispenser

(d) Waste receptacle- recess mounted at each lavatory/toilet area

(e) Sanitary napkin disposal at each female toilet stall

(f) Toilet paper dispenser- lockable multiple roll toilet paper dispenser at each toilet stall

(g) Sanitary toilet seat cover dispenser- at each toilet stall

(h) (AM#4)Grab bars- as required by ADA ABA(/AM#4)

(AM#4)(i) Toilet Partitions- solid panel material, floor mounted

(j) Lockers- two tier, angled top, count as indicated on floor plan.

(k) Bench- 3 feet long, floor mounted, wood top with metal legs(AM#4)

3.4.5 Finishes

Designers are not limited to the minimum finishes listed in this paragraph and are encouraged to offer higher quality finishes.

3.4.5.1 Minimum Paint Finish Requirements

(a) All paints used shall be listed on the "Approved Product List" of the Master Painters Institute (MPI). Application criteria shall be as recommended by MPI guide specifications for the substrate to be painted and the environmental conditions existing at the project site.

(b) Exterior surfaces, except factory pre-finished material or exterior surfaces receiving other finishes shall be painted a minimum of one prime coat and two finish coats. Paints having a lead content over 0.06 percent by weight of nonvolatile content are unacceptable. Paints containing zinc-chromate, strontium-chromate, mercury or mercury compounds, confirmed or suspected human carcinogens shall not be used on this project. Exterior paints and coating products shall be classified as containing low volatile organic compounds (VOCs) in accordance with MPI criteria. Application criteria shall be as recommended by MPI guide specifications. Provide an MPI Gloss Level 5 Finish (semi-gloss), unless otherwise specified.

(c) Interior surfaces, except factory pre-finished material or interior surfaces receiving other finishes, shall be painted a minimum of one prime coat and two finish coats. Paints having a lead content over 0.06 percent by weight of nonvolatile content are unacceptable. Paints containing zinc-chromate, strontium-chromate, mercury or mercury compounds, confirmed or suspected human carcinogens shall not be used on this project. Interior paints and coating products shall contain a maximum level of 150 grams per liter (g/l) of VOCs for non-flat coatings and 50 g/l of VOCs for flat coatings. Provide an MPI Gloss Level 5 Finish (semi-gloss) in wet areas and a flat finish in all other areas.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 49: Ft Benning Fp Guide

3.4.5.2 Minimum Interior Finish Requirements

(a) Wall, ceiling and floor finishes and movable partitions shall conform to the requirements of the IBC, NFPA and UFC 3-600-01 Fire Protection Engineering for Facilities. Where code requirements conflict, the most stringent code requirement shall apply.

(b) Carpet shall be minimum of 2 yarn ply, modular tile conforming to ISO 2551, ASTM D 418, ASTM D 5793, ASTM D 5848, solution dyed, tufted, cut and loop pile, commercial 100% branded (federally registered trademark) nylon continuous filament. Vinyl composition tile (VCT) shall be minimum 1/8 inch thick, conforming to ASTM F 1066, Class 2, through pattern tile, Composition 1, asbestos free, with color and pattern uniformly distributed throughout the thickness of the tile.

(c) Walls: All gypsum board shall achieve a score of 10, the highest level of performance for mold resistance under the ASTM D 3273 test method. All gypsum board shall be transported, handled, stored and installed in accordance with the GYPSUM ASSOCIATION – Guidelines For Prevention Of Mold Growth On Gypsum Board (GA-238-03). Use impact resistant gypsum board in corridors, storage rooms, and stairwells. Gypsum wall board shall not be used as a wall finish in the warehouse area below 8 feet above finish floor. The warehouse side of all gypsum wall board partitions shall have a minimum 20 gage sheet metal finish up to a height of 8 feet above the finish floor. (d) All ceiling finishes shall be minimum 5/8” painted gypsum board, except where stated otherwise. All gypsum board shall achieve a score of 10, the highest level of performance for mold resistance under the ASTM D 3273 test method. All gypsum board shall be transported, handled, stored and installed in accordance with the GYPSUM ASSOCIATION – Guidelines For Prevention Of Mold Growth On Gypsum Board (GA-238-03).

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 50: Ft Benning Fp Guide

3.4.5.3 (AM#4)Interior Finishes Table FLOORS BASE WALLS CEILING NOTES

Res

ilien

t P

orce

lain

O

R Q

uarr

y

Tile

Ce

ram

ic T

ile

Car

pet

Tile

Sea

led

Con

cret

e

Res

ilien

t B

ase

Por

cela

in

OR

Qua

rry

Bas

e C

eram

ic

Bas

e

Pai

nted

G

YP

- B

oard

Ce

ram

ic T

ile

Lam

inat

ed

Gla

ss

Pai

nted

G

YP

- B

oard

Aco

ust

ica

l C

eilin

g T

ile

Pai

nted

S

truc

ture

Min

. Hei

ght

9’ U

nles

s S

tate

d

RE

FE

R T

O

NO

TE

ADMINISTRATION AND ISSUE AREA VESTIBULES 10’ 9, 11 QUEUING/ORIENTATION HALL AND WAITING AREA

12’

CHECK-IN / RECEPTION COUNTER AREA

12’ 7, 8

ISSUE AISLE 12’ ISSUE COUNTER AREA 12’ 7, 8 CHECKOUT AREA 12’ 3 MALE TOILET 1 FEMALE TOILET 1 CIF MANAGER ASST CIF MANAGER ADMIN AREA TEAM ROOM MULTIPURPOSE ROOM PROPERTY BOOK OFFICER

PROPERTY SECTION RECEPTION 3 RECORDS HOLDING 3 MALE TOILET (ADMIN) 1 FEMALE TOILET (ADMIN) 1 EMPLOYEE BREAK ROOM

3

JANITOR’S CLOSET 2 MECHANICAL 6 ELECTRICAL 6 TELECOMMUNICATIONS 10 WAREHOUSE AREA KITTING AREA 32’ 6, 7, 8BALER AREA 32’ 6, 7, 8SHIPPING AND RECEIVING STATION

32’ 6, 7, 8

LAUNDRY 32’ 6, 7, 8SHIPPING AND RECEIVING

32’ 6,7, 8

FORKLIFT ACCESS RAMP

5

UNISEX TOILET 1,12 WAREHOUSE OFFICE AREA

8’

DRMO 32’ 6,7,8 FORKLIFT CHARGING AREA

32’ 6,7,8

RACK STORAGE AREA 32’ 6,7,8 1. ALL WET WALLS IN TOILET ROOMS SHALL HAVE 4'-0" HIGH CERAMIC TILE WAINSCOT. 2. WALLS ADJACENT TO JANITOR’S SINK SHALL HAVE A 4’-0” HIGH CERAMIC TILE WAINSCOT. 3. ALL COUNTER TOPS SHALL HAVE A WATERFALL FRONT EDGE. COUNTER TOP IN BREAK ROOM SHALL HAVE A MINIMUM 4” INTEGRAL COVED BACKSPLASH. 4. CEILING IS PAINTED CANOPY STRUCTURE AT COVERED WALKWAYS. 5. WALL AND BASE ARE BUILDING EXTERIOR FINISH. 6. CEILING SHALL BE PAINTED STRUCTURE IF ALLOWED BY APPLICABLE CODE

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 51: Ft Benning Fp Guide

(AM#4) 7. THE AREA FROM THE BACK OF THE ISSUE COUNTER AREA TO THE BACK-END OF THE WAREHOUSE AREA SHALL BE CLEAR OF STRUCTURAL OBSTRUCTION TO A HEIGHT OF 32’-0” ABOVE FINISH FLOOR.NOT USED.(/AM#4) 8. THE WAREHOUSE SIDE OF ALL GYPSUM WALL BOARD PARTITIONS/FINISHES SHALL HAVE A MINIMUM 20 GAGE SHEET METAL FINISH UP TO A HEIGHT OF 8 FEET ABOVE THE FINISH FLOOR. 9. INSULATED STOREFRONT SYSTEM 10. COMPLY WITH THE REQUIREMENTS OF ANSI/TIA/EIA-569-B 11. ALL VESTIBULES SHALL HAVE A RECESSED ENTRY MAT. 12. UNISEX TOILET SHALL HAVE A RECESSED SLAB FOR A CERAMIC TILE.

(/AM#4)

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 52: Ft Benning Fp Guide

3.4.5.4 (AM#4)CIF Furniture Chart

Description Comments Furniture Required

Queuing/Orientation Hall

Waiting Area 264 120 wait seating, ganged in groups of eight ganged in groups to accommodate an aisle between the groups of seats.

CIF Manager Office Two desks One desk, one 4-drawer lateral file, one bookcase, one guest chair, one task chair, one managerial chair

Assistant CIF Manager

Office Two desks One desk, one 4-drawer lateral file, one bookcase, one guest chair, one task chair, one managerial chair

Property Book Officer

Private Office L-shaped double pedestal modular desk, hutch, one 4- drawer lateral files, one managerial chair, one guest chair

Administration Area Office L-shaped desk, one 4-drawer lateral file, two bookcase and three task chairs, 4 chairs for visitors

Records Holding Office/Storage Two desks, one 4-drawer lateral file, one bookcase and two task chairs

Issue Counter Twelve Fifteen built-in work counters and twelve counter-height stools with casters or glides with a foot ring

Checkout Check-out Area

Counter

Provide Built-in combination work counter and customer service counter. Work counter furnished with lockable lateral file drawers and ten six counter-height stools, with locking casters.

Property Section 48 NSF Open Workstations

Four modular workstations with work surfaces, file pedestals, and overhead storage with a light and four task chairs

Reception Reception/ Check In

Built-in U-shaped combination work counter and customer service counter to accommodate 3 clerks. Work counter furnished with lockable file drawers. One desk, three task chairs.

Records Holding Records Storage L-shaped double pedestal desk, 20 4-drawer vertical files, two counter-height stools, one task chair, two guest chairs 20 Twenty (20) 4 drawer vertical files

Team Room Open Office L-shaped double pedestal desk, 2 4-drawer vertical files, one task chair, two guest chairs

Multi-Purpose Room Conference

Room Two (2) half moon tables, four (4) rectangular tables, and twelve (12) task chairs. All furnishings are on casters.

Employee Break Room

Break area One rectangular table with seating for 10 Three round tables with twelve (12) chairs

Shipping & Receiving Stations

Open Workstation Area

L-shaped double pedestal modular desk, hutch, three 4-drawer vertical files, one task chair

Warehouse Office Area

48 NSF Open Workstations

Four (4) modular workstations with work surfaces, file pedestals, and overhead storage, four task chairs

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 53: Ft Benning Fp Guide

(/AM#4)

3.5 STRUCTURAL REQUIREMENTS

Design and construct as a complete system in accordance with APPLICABLE CRITERIA. 3.5.1 Live Loads: Design live loads shall be per the IBC but not lower than the following minimums. 3.5.1.1 Primary roof members, exposed to work floor (in addition to the uniform load):

Single panel point on lower chord of roof trusses or any point along primary structural members supporting roofs…………..........……2,000 pounds

3.5.1.2 Floor slab:

(1) Warehouse: The most stringent loading of the following: (a) Uniform load………………….............250 psf (b) Fork lift with lifting capacity of ……...5000 lb (c) Pallets with average weight of 1500 lb each will be stacked 6 high in pallets

storage racks with the first pallet will be sitting on the floor. (Maximum pallet weight is 2500 lb). Slab shall be designed for all loads induced on slab by racking system.

(2) Administration.....................………………….250 psf

(3) Mezzanine.....….………………………………150 psf Column spacing shall not be less than 25 feet in the long direction of building and 60 feet (in warehouse) in the narrow direction. Columns are to be spaced in such a way as to allow standard industrial shelving for palletized loading. Shelving shall be constructed in a back-to-back double row configuration with no interspersed single rows. (AM#4)Preference is to have no freestanding columns in open warehouse space.(/AM#4)

3.6 MECHANICAL REQUIREMENTS

3.6.1 Plumbing 3.6.1.1 Plumbing system shall be designed and installed in accordance with the International Plumbing Code (IPC). Fixtures shall be of the water saving type and approved for its use per the IPC. Hot water shall be provided for all lavatories. Refer to paragraph 5 for domestic water metering requirements. 3.6.1.2 Gas systems (if applicable) shall be designed and installed in accordance with NFPA 54. Gas fired appliances shall be of the energy saving type. Refer to paragraph 5 for gas metering requirements. 3.6.1.3 Locate emergency eye wash stations in accordance with OSHA standards 1910 and 1926. Water must be heated and a thermostatic tempering valve employed to provide water at the OSHA-required temperature. Provide a floor drain with a secondary waterless trap. Emergency eyewash system shall be provided with audible alarm with blinking light to indicate that the unit is in operation. 3.6.1.4 Provide floor drains in toilets to facilitate proper maintenance. 3.6.2 Heating, Ventilating and Air Conditioning (HVAC) 3.6.2.1 All offices, Issue/Turn-In Areas and public spaces shall be heated and air conditioned.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 54: Ft Benning Fp Guide

Offices, Issue/Turn-In Areas and public spaces shall have user adjustable controls of +/- 2 degrees F with a set point of 75 degrees F for cooling and 70 degrees F for heating. Installation shall be in accordance with the International Mechanical Code (IMC). Toilets shall be continuously exhausted during occupied hours. Air conditioning for communications room shall remain active at all times. 3.6.2.2 All warehouse and storage areas shall be heated and ventilated separate from the office and public spaces. During cold weather warehouse and storage areas shall be maintained at a minimum of 55 degrees F when occupied. During non occupied hours the temperature shall be maintained at a minimum of 40 degrees F for freeze protection. Air conditioning is not allowed in warehouse and storage areas. Installation shall be in accordance with the IMC. Only freeze protection is required in the fire riser room.

3.6.2.3 Refer to Paragraph 5 for temperature control information.

3.6.2.4 (AM#4)Split system air handling units (if used) shall be located in a mechanical room accessible only through an exterior door.(/AM#4) Mechanical rooms shall be sized for ease of service, maintenance, and replacement of HVAC equipment. Design shall be such that equipment is not “trapped” in the space. Rooftop-mounted package equipment (if used) shall be accessible by means of a fully caged roof ladder located in a mechanical room as described above. Provide a lockable, full size roof hatch for the ladder.

3.6.2.5 Air conditioned space zoning shall be based on exterior envelope exposures. Where VAV systems are used, limit individual zones to a maximum of 2,500 cfm.

3.6.2.6 Air handling units shall run continuously during occupied hours. Similarly, outdoor ventilation air required by ASHRAE 62.1 shall be continuous during occupied hours.

3.6.2.7 Equipment located outside (on the ground) shall be enclosed in a security-screened equipment yard. Sound/noise shall be a consideration in the selection of all equipment.

3.6.2.8 (AM#4) For hot weatherProvide a thermostatically controlled manually-controlled up-blast fan-powered warehouse ventilation system capable of exhausting stratified hot, stale air trapped below the roofline at a minimum rate of 4 cfm per square foot of under-roof-area open to the warehouse.(/AM#4) Cfm rating shall be at no less than 0.125 inch of static pressure. Limit noise level (per exhaust ventilator) to 50 fan sones (measured at 5 feet per AMCA Standard 301, installation A, tested at zero static pressure). Fixed exhaust volume (per ventilator fan) shall fall between 23,000 cfm minimum and 45,000 cfm maximum at 0.125 inch of static pressure. Ventilators shall have a cfm to sone ratio of at least 800 (cfm/sones = 800+). Ventilator ratings, etc. shall come from regularly published data provided by the equipment manufacturer. Locate ventilators to maximize the sweep of fresh air through the warehouse and prevent short-circuiting of air between intake and exhaust points. (AM#4)To minimize condensation, ventilator butterfly dampers shall be made from non-metallic material such as epoxy-fiberglass and have molded-on one-piece axles. Provide drip pans to catch any condensate.(/AM#4) Provide separate on/off control for each ventilator at a convenient single location. For purposes of night cool down provide low-wall, rain-resistant, air intake, wall louvers with motorized dampers. Louvers shall be sized for 3 air changes per hour (based on warehouse under-roof volume only) to produce a net free area velocity of no more than 500 fpm. If excess airflow is necessary (because of fan sizing) to meet the minimum airflow requirement then louvers must be sized so as to not exceed the 500 fpm maximum. Locate the louvers so as to promote balanced airflow and prevent short circuiting. Interlock fans/dampers so that operation of a single fan or any combination of fans will open all of the dampers. With all fans operating (and all dock doors and dampers open) the velocity through the free area of all louvers and dock doors shall not exceed 500 fpm. To prevent back-drafting of gas-fired appliances interlock ventilators to heating units so that they will not fire if ventilators are energized. Heating unit interlocks are not required for appliances whose combustion air supply does not communicate with the warehouse space.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 55: Ft Benning Fp Guide

3.6.2.9 Per 29 CFR 1910 and other applicable criteria provide for sufficient diffusion and ventilation of gases from fork lift storage batteries to prevent the accumulation of explosive mixtures. Batteries will be charged “in place”. 3.7 ELECTRICAL AND TELECOMMUNICATIONS REQUIREMENTS Select electrical characteristics of the power system to provide a safe, efficient, and economical distribution of power based upon the size and types of loads to be served. Use distribution and utilization voltages of the highest level that is practical for the load to be served. The effect of nonlinear loads such as computers, other electronic equipment and electronic ballasts shall be considered and accommodated as necessary. Voltage drop shall not exceed the maximum allowed per ASHRAE 90.1. Transient voltage surge protection shall be provided on service equipment. 3.7.1 Power Outlet Power shall be provided for all installed equipment requiring power including all Government Furnished Contractor Installed (GFCI) equipment and all Government Furnished Government Installed (GFGI) equipment. Power poles are not allowed. The following shall also be provided. 3.7.1.1 Provide 125-volt duplex receptacles per NFPA 70, in conjunction with the proposed equipment and furniture layouts, and as per other stated requirements elsewhere in the RFP. 3.7.1.2 In addition to receptacles required elsewhere in the RFP provide one 125-volt duplex receptacle per wall in all normally occupied spaces. 3.7.1.3 For housekeeping purposes provide a minimum of one 125-volt duplex receptacle per corridor. No point along the corridor shall be more than 25 feet from a receptacle. 3.7.1.4 Provide 125-volt duplex receptacles mounted adjacent to lavatories. Provide a minimum of one for every two adjacent lavatories. Each single lavatory shall also be provided a receptacle. 3.7.1.5 Provide a minimum of two 125-volt duplex receptacles in each mechanical room in addition to NFPA 70 requirements. In addition, provide a minimum of one 125-volt duplex receptacle in each electrical room. 3.7.1.6 Provide 125-volt duplex receptacles within the warehouse area. No point along perimeter walls in the warehouse shall be more than 25 feet from a receptacle. If applicable, install receptacles on columns. 3.7.1.7 Provide a 125-volt duplex receptacle on the exterior wall near each entrance door of the building. 3.7.1.8 Provide a dedicated circuit with disconnect switch for each forklift battery charging station. See paragraph 6.10 FACILITY ELECTRICAL AND TELECOMMUNICATIONS SYSTEMS for additional information and requirements. Battery chargers are GFGI. 3.7.1.9 Provide a dedicated circuit with disconnect switch for each Kitting machine within Kitting Area. See paragraphs 3.2.2.3(a) Kitting Area and 6.10 FACILITY ELECTRICAL AND TELECOMMUNICATIONS SYSTEMS for additional information and requirements. Kitting machines are GFGI. 3.7.1.10 Provide 125-volt duplex receptacles within the Queuing/Orientation Hall. No point along perimeter walls in the Queuing/Orientation Hall shall be more than 25 feet from a receptacle. 3.7.1.11 Provide a dedicated circuit with disconnect switch for each baler machine. See paragraphs 3.2.2.3(e) Baler Area and 6.10 FACILITY ELECTRICAL AND TELECOMMUNICATIONS SYSTEMS for additional information and requirements. Baler machine is GFGI.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 56: Ft Benning Fp Guide

3.7.2 Grounding Grounding shall be provided in accordance with NFPA 70 and the UFC 3-580-01 Telecommunications Bldg Cabling Systems Planning/Design. 3.7.3 Lighting Interior lighting controls shall be provided in accordance with ASHRAE 90.1. Compact fluorescent lamps of 12 watts or less shall not be used. Provided lighting levels shall be within +/- 10% of required lighting levels. 3.7.3.1 Warehouse storage area shall be illuminated with fluorescent lighting fixtures to a level of 15 foot-candles. The lighting fixtures shall be mounted below the bottom of the roof frame about 1-6 inches. 3.7.3.2 Issue stations shall be illuminated to a level of 30 foot-candles. 3.7.3.3 Covered Shakedown area shall be illuminated to a level of 15 foot-candles. Lighting fixtures shall be provided with wet location fluorescent fixtures and mounted at 12-foot from finished floor. Manual light switch with photocell override-off shall be provided to control the lighting in this area. The photocell override-off is to ensure the lighting fixtures in this area could not be on during the daylight. 3.7.4 Telecommunications Telecommunication outlets shall be provided per the applicable criteria based on functional purpose of the space within the building and in accordance with other provisions of this RFP. 3.7.4.1 Provide voice and data connection capability to all workstations. 3.7.4.2 Provide each Issue/Turn-in station with one voice and two data connection. 3.7.4.3 Provide data connection capability at projector locations. 3.7.5 Cable TV (CATV) All CATV outlet boxes, connectors, cabling, and cabinets shall conform to UFC-3-580-01 Telecommunication Bldg Cabling System Planning/Design, unless noted otherwise. All horizontal cabling shall be homerun from the CATV outlet to the nearest telecommunications room. Provide 2 CATV outlets in Queuing/Orientation Hall and 1 CATV outlet in Employee Break room. See paragraph 6 for additional requirements. 3.7.6 Paging System A zoned paging system shall be provided throughout the facility and integrated with the telephone system. System may utilize mass notification amplifiers and speakers, but shall be overridden by the mass notification system if mass notification system is activated while the paging system is being utilized. System shall have a minimum capacity of eight zones. Facility shall be zoned per user requirements. 3.7.7 Intrusion Detection System (IDS) The IDS shall include empty conduits and junction boxes at the control panels, balanced magnetic switches, and motion sensors unless specified otherwise in paragraph 6.10 FACILITY ELECTRICAL AND TELECOMMUNICATIONS SYSTEMS. Control panel and balanced magnetic switch locations shall include all exterior doors. Motion sensor locations shall include in the Warehouse, Final Processing, and Queuing/Orientation Hall. Empty conduit with pull string shall be installed to communication room. Design Build Contractor shall coordinate with the Installation Physical Security Officer during design for the locations and connection points of IDS devices. The IDS control panels, balanced magnetic switches, and motion sensors will be GFGI.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 57: Ft Benning Fp Guide

3.8 FIRE ALARM REQUIREMENTS 3.8.1 There shall be one complete supervised addressable fire alarm system for the building. This system shall consist of a fire alarm panel, a communication device, initiating devices and notification devices. 3.8.2. All software, software locks, special tools and any other proprietary equipment required to maintain, add devices to or delete devices from the system, or test the fire alarm system shall become property of the Government and be furnished to the Contracting Officer’s Representative prior to final inspection of the system. 3.8.3. The fire alarm system shall be designed by a registered Fire Protection Engineer and installation shall be supervised by a National Institute for Certification of Engineering Technologies (NICET) level-3 (minimum) technician. Fire alarm system shall be designed and installed in accordance with NFPA 72. 3.9 FIRE PROTECTION 3.9.1 Fire suppression systems shall be designed in accordance with the latest edition of UFC 3-600-01. Warehouse and storage areas shall be protected utilizing Early Suppression Fast Response (ESFR) type sprinklers. ESFR shall be designed and installed in accordance with NFPA 13. ESFR system shall be on a separate fire riser from the rest of the building. (Note: maximum roof slope for ESFR is 2/12.) 3.9.2 The Contractor shall investigate the need for a fire pump. Fire pumps, if required, shall be installed in accordance with NFPA 20. Fire pumps shall be installed in a separate room with access from the exterior. Fire pump room shall have one hour separation from the rest of the building. When such electrical power supplies are not available, fire pumps must be diesel driven. Spark ignited internal combustion engines must not be used to drive fire pumps. A reliable single power source is defined as a power source having an average forced down time, excluding scheduled repairs, which does not exceed 8 consecutive hours for any one incident nor more than 24 hours cumulatively over the last 3 years. 3.9.3 Water storage tanks, if required, shall meet the requirements of UFC 3-600-01 and NFPA 22. Water tanks must be supervised by the building's fire alarm system. 3.9.4 Fire Department Connection (FDC) shall be provided in accordance with NFPA requirements. 3.9.5 Post Indicator Valve (PIV) shall be provided in accordance with NFPA requirements. PIV shall be supervised by the building fire alarm system.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 58: Ft Benning Fp Guide

APPENDIX HH REPLACEMENT SECTION 01 10 00 PARAGRAPH

6.0 PROJECT SPECIFIC REQUIREMENTS

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 59: Ft Benning Fp Guide

6.0. PROJECT SPECIFIC REQUIREMENTS

6.1. GENERAL

The requirements of this paragraph augment the requirements indicated in Paragraphs 3 through 5. In the case of conflict between this paragraph and Paragraphs 3 through 5, this paragraph takes precedence.

6.2. APPROVED DEVIATIONS

The following are approved deviations from the requirements stated in Paragraphs 3 through 6 that only apply to this project:

6.2.1 This Appendix HH-Paragraph 6.0 shall replace Paragraph 6.0, located in Section 01 10 00, in its entirety.

6.2.2 The waterless urinal requirement indicated in Paragraph 5.6.7 is no longer applicable. See Paragraph 6.8.18 for Urinal requirements.

6.3. SITE PLANNING AND DESIGN

6.3.1. General

The Contractor is responsible for constructing a Central Issue Facility (CIF) and supporting site improvements. This site layout provides a conceptual solution for the site development; however, the Contractor shall adapt this layout to comply with all applicable codes, criteria and engineering practices. The Contractor shall provide a minimum of 100 POV parking spaces. This plan shall be subject to approval by the Contracting Officer. The Contractor shall be responsible for the site planning, design, and construction of all functional and technical requirements listed in this task order including, but not limited to, clearing and grubbing, cut and fill, grading, paving, establishment of the finish floor elevation, soil compaction, erosion control measures, mechanical equipment, electrical equipment, equipment pads, underground conduit, piping, utility service lines and connections (electrical, communications, cable, water, sewer, storm, gas, mechanical), sidewalks, etc., to the limits of construction. The limits of disturbance shall remain with the environmental Polygon provided by the installation. The project limits shall be located five feet outside the limits of disturbance.

6.3.1.1 Site Planning Objectives

This project requires the use of Center of Standardization (CoS) contracts for the design and construction of buildings. Site preparation is included in this project.

The Contractor shall coordinate with the privatized utility owners and the Installation’s DOIM and DPW on the exact service connection point locations and proper elevation for each utility. The Contracting Officer shall enforce project coordination within the construction limits between Contractors. The Contractor shall finalize associated site grading after construction of the facility.

6.3.1.2 Site Integration

The Contractor is responsible for the scope of work identified in this RFP.

6.3.1.3 Waters of the U.S. and State Waters

Delineation of Waters of the U.S. (Wetlands and Streams) for this project has been completed. It has been determined there are no U.S. Waters located within the project limits. It is the responsibility of the Contractor, as the Designer of Record, to determine the presence of State Waters, and prepare and submit (in coordination with the Contracting Officer’s Representative and Fort Benning’s Environmental Division) any Stream Buffer Variances required as a result of the Contractor’s specific design layout. The Contractor is responsible for any Stream Buffer Variance Request fees. The Contractor shall allow time

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 60: Ft Benning Fp Guide

in his schedule for State action on the request, and must avoid disturbance within the Stream Buffer until the request is acted on.

6.3.1.4 Staging Area

The Contractor’s staging area shall be within the limits of construction. The Contractor shall be responsible for the site preparation, fencing, access drives, and maintenance of his compound at all times.

6.3.1.5 Grading Finish grades shall slope away from the building at 5% for the first 10 feet and then shall slope at a minimum of 1% to existing or new storm drainage. A minimum gradient of 1% shall be used in all parking areas. The maximum gradient used parallel from front to rear of a space shall be 5%. The maximum gradient from side to side (width of the space) shall be 1.5%. The site may contain subsurface debris in the form of boulders, shallow rock, old fill, organic material, refuse, old structures such as concrete foundations and column pedestals, floor slabs, underground utilities, asphalt, and construction debris. All items encountered shall be removed from the site and disposed of properly off the installation at no additional cost to the government. 6.3.1.6 Finished Floor Finished floor shall be a minimum of 6 inches above the 100 year base flood elevation. The finished grades adjacent to the new building shall be a minimum of 6 inches below finished floor, except where grades are required on walkways and entrances to buildings that are handicapped accessible. 6.3.2. Site Structures and Amenities 6.3.2.1 Exterior Signage Exterior signage is the responsibility of the Fort Benning DPW, with the exception of traffic signs, and is not included in this Scope of Work. Metal plaque building number signs to be mounted on building faces and building/complex identification signs are GFGI. POC is Larry Bacca at (706) 545-4079. 6.3.2.2 Dumpster and Recycling Area The Contractor shall ensure the dumpster screening area is compatible with the building it serves. The dumpster area shall be located in an area that is convenient for employee and vehicular access. Location shall meet ATFP minimum standards. Provide a dumpster pad area for one trash dumpster and one recyclables dumpster. Dumpsters are GFGI. 6.3.2.3 Mechanical and Electrical Equipment Screening Screening for mechanical and electrical equipment should be used to block undesirable views. The Contractor shall design the screening to be compatible with the exterior of the adjacent facilities and or landscaping. 6.3.3. Site Functional Requirements 6.3.3.1 Stormwater Management (SWM) Systems 6.3.3.1.1 Design and construct an SWM system capable of controlling the runoff. Locate the SWM system within the Limits of Construction shown on the drawings.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 61: Ft Benning Fp Guide

6.3.3.1.2 Employ Low Impact Design (LID) to the Maximum Extent Practicable with the Contract Cost Limitations. Stormwater management shall focus on infiltration of stormwater runoff. The stormwater management system design, construction, and operation should facilitate the site post-development hydrologic response mimicking the site predevelopment hydrologic response. This hydrologic response parameters of focus are the character, constituents, and quantity of stormwater runoff; character (shape/form, magnitude) of the runoff hydrograph, constituents (nutrients/sediments/pollutants) of the runoff flow, quantity (volume) of stormwater discharge. The Contractor shall meet all requirements specified in the EPA Energy Independence and Security Act 438. 6.3.3.1.3 Provide a Storm Water Pollution Prevention Plan (SWPPP) for approval. Keep the approved plan onsite at all times for inspection by EPA, Georgia Department Natural Resources (Georgia DNR), and Fort Benning environmental personnel. The Contractor shall be responsible for all fees associated with the SWPPP. To the extent possible within the contract cost limit, post development runoff shall equal predevelopment runoff. Storm water design shall also consider future development upstream and that flows through the project site. Wet detention ponds are not allowed unless specifically approved by the Government for a particular situation. Grade all sites to drain without ponding of water. 6.3.3.1.4 Construction and material specified for storm drainage installation shall be in accordance with the State’s DOT requirements. All storm drainage lines constructed under organizational vehicle hardstand, entrance drives, or surfaces subject to vehicular traffic shall be reinforced concrete pipe with watertight joints. 6.3.3.2 Erosion and Sediment Control The Contractor shall provide an Erosion and Sediment Control Plan, approved by the Georgia Soil and Water Conservation Commission and certified by Georgia Level II Certified Professional. In accordance with Section 01 57 20.00 10, provide an Erosion and Sediment Control Plan, approved by the Georgia Soil and Water Conservation Commission and complying with the requirements set forth on the Fort Benning specification Section 01354 entitled Erosion and Sedimentation Control prior to construction. Any violation to such permits will result in the immediate shutdown of work until corrective measures have been taken at the Contractor’s expense. Implement any additional erosion and sediment control measures necessary to retain sediment within the boundaries of the project sites during all phases of construction. Ensure at least one GSWCC certified individual is available on-site during land disturbing activities (LDA). In the event that the GSWCC certified individual leaves the site and is the only individual on-site that is certified, then stop all LDA until the certified individual returns. 6.3.3.2.1 Notice of Intent (NOI) Document The Contractor shall submit the NOI, and approved Erosion and Sediment Control Plan to the DPW. The DPW will review the NOI package and provide comments to the Contractor. The Contractor shall revise and resubmit the NOI package for DPW signature. The Contractor shall submit the completed NOI package and land disturbance fees in the amount of $80/disturbed acre via certified mail to the Georgia Environmental Protection Division. The Contractor shall submit a copy of payment made to Georgia Environmental Protection Division and certified mail receipt to DPW. The NOI package must be received by the Georgia Environmental Protection Division at least 14 days prior to any land disturbing activities. Early project coordination with the representative from the National Resources Conservation Service (NRCS) at Fort Benning is highly recommended. 6.3.3.2.2 Notice of Termination (NOT) Document When 70 percent of the permanent vegetation utilized to stabilize 100 percent of the disturbed acreage is established, coordinate a site visit with the Environmental Division POC, Gary Hollon and submit the NOT to the DPW-Environmental Division. The DPW will sign and submit the NOT package via certified mail to

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 62: Ft Benning Fp Guide

the State of Georgia, Environmental Protection Division, provided the DPW Environmental Branch concurs with the Contractor’s 70 percent established vegetation calculation. 6.3.3.3 Vehicular Circulation Eliminate conflicting movements within parking areas and address any traffic impacts within ½ mile of the project limits. 6.4 SITE ENGINEERING 6.4.1 Existing Topographical Conditions 6.4.1.1 A three dimensional digital topographic and utility survey for this site has been prepared by the Government and is included as a part of this RFP. The survey provides control points and a coordinate system, based either on state plane coordinates or base coordinates, and identifies horizontal and vertical datum used. It is the Contractor’s responsibility to verify the Government-furnished survey and obtain all additional survey information that may be required for design and construction of the project. Any discrepancies which are found in the Government furnished survey shall be brought to the immediate attention of the Government for clarification. Additional surveys required by the Contractor to complete this project shall be performed by the Contractor at no additional cost to the Government. 6.4.1.2 The conceptual Site Layout Plan, provided by the Government, provides a workable solution for the site development. Any discrepancies which are found in the furnished plans shall be brought to the attention of the Contracting Officer. The Contractor shall complete the Site Layout Plan based on actual building footprint. The final design of the walkways, courtyards, gathering areas, site amenities, AT/FP elements, parking, dumpster areas, etc. and the installation of these items shall be the responsibility of the Contractor. 6.4.1.3 Building site location and related site features will be conceptually set within the Site Layout Plan. The Contractor shall site adapt the building based on the existing conditions. This plan shall be subject to approval by the Contracting Officer. 6.4.1.4 Contractor trailers shall be placed within the limits of the construction. Trailers within the work area may be required to be relocated at no additional cost to the Government to accommodate other site activities performed by other Contractors. The Contractor shall be responsible for the site preparation, fencing, access drives, and maintenance of the site at all times. 6.4.1.5 For proposal purposes, the Contractor shall be responsible for providing temporary utilities (water, sewer, and electricity, etc.) during construction at the project site. The Contractor shall be responsible for all fees and permits from the privatized utilities. Contractor shall be responsible for obtaining permits from the installation for each generator required for on-site electrical service. See Appendix A for a preliminary geotechnical report. Locations and logs of soil test borings are shown on the drawings included with this RFP. 6.4.2 Existing Geotechnical Conditions See Appendix A for a preliminary Geotechnical Report. Locations and logs of soil test borings are shown on the drawings included in the Appendices. 6.4.2.1 Soil Compaction The Contractor's licensed geotechnical engineer shall prepare a final geotechnical evaluation report to be submitted along with the first foundation design submittal. Geotechnical foundation recommendations shall provide the recommendations for continuous and spot-spread footings. Soil compaction shall be achieved by equipment approved by the professional geotechnical engineer. Material shall be moistened

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 63: Ft Benning Fp Guide

or aerated as necessary to provide the moisture content that will readily facilitate obtaining the compaction specified with the equipment used. Each loose layer of fill placement shall be not greater than 8 inches thick. Compact each layer to not less than the percentage of maximum density specified in Table 6-1, determined in accordance with ASTM D 1557. Table 6-1 Soil Compaction as Percentage of Maximum Density (ASTM D 1557) Beneath structures and building slabs, to 5 feet beyond structure limits, around footings and in

trenches 95 percent

Beneath structures and building slabs, to 5 feet beyond structure limits, around footings and in

trenches 95 Percent

Beneath streets and paved areas, except top 12 inches

95 Percent

Beneath streets and paved areas, top 12 inches 97 Percent Beneath shoulders

90 Percent

Beneath sidewalks and bike paths

90 Percent

Grassed areas

85 Percent

Retaining wall backfill 90 Percent The requirements shall be verified or modifications recommended by the consulting professional geotechnical engineer in the report wherever engineering, soils, or climatic factors indicate the necessity. Any modification to the stated compaction requirements shall require the approval of the Contracting Officer. 6.4.2.2 Foundation Requirements The Contractor’s geotechnical engineer shall provide the recommendations for continuous and spot-spread footings. Recommendation is subject to the approval of the Contracting Officer. 6.4.2.3 Slabs on Grade Provide all interior slabs on grade, including storage and mechanical rooms, garages, and carports with a moisture vapor barrier consisting of lapped polyethylene sheeting having a minimum thickness of 10 mils and a minimum 4-inch thick capillary water barrier. Provide capillary water barrier of clean, washed, sand, poorly grade rock, crushed gravel, or natural gravel. Conform to ASTM C 33 for fine aggregate grading with a maximum of 3 percent by weight passing ASTM D 1140, No. 200 sieve (wash), or coarse aggregate size Nos. 57, 67, 7, 78, or 89. 6.4.2.4 Quality Control of Earthwork and Foundation Construction The Contractor shall ensure that proof rolling operations (for subgrade suitability); fill placement and compaction operations, including associated soil properties, compaction and field density testing; and footing inspections are overseen and directed on a full-time basis by the Contractor’s licensed project design geotechnical engineer. The inspection, testing and documentation of the earthwork construction shall be performed by a Corps of Engineers validated geotechnical testing firm. Compaction requirements shall be in accordance with ASTM D 1557 (modified Proctor), not ASTM D 698 (standard Proctor). All subgrades (pavement, floor slab, or foundation) shall be inspected, evaluated and approved by the Contractor’s licensed geotechnical engineer, or his authorized representative, prior to placement of overlying construction materials, as appropriate. Documentation of inspections, testing, and evaluations

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 64: Ft Benning Fp Guide

of soil properties, compaction, and field density tests for facilities of future phases shall be provided to the government immediately after completion of work in each facility area. 6.4.2.5 Soil Treatment Use Section 31 31 16 SOIL TREATMENT FOR SUBTERRANEAN TERMITE CONTROL located in Appendix E. 6.4.3. Fire Flow Tests: See Appendix D for results of the fire flow tests to use for basis of design for fire flow and domestic water supply requirements. Verify the test results during design development. If the test results require revision to the basis of design, notify the Government of any proposed change, pursuant to the Changes Clause. 6.4.4. Pavement Engineering and Traffic Estimates 6.4.4.1 The Contractor’s geotechnical report shall contain rigid and/or flexible pavement recommendations including design CBR and modulus of subgrade reaction and the required compaction effort for subgrades. A licensed professional engineer shall design all pavements. Pavement shall be designed in accordance with Pavement-Transportation Computer Assisted Structural Engineering (PCASE) software available at HYPERLINK https://transportation.wes.army.mil/triservice/pcase/. The pavement shall have a design life of 25 years. Pavement designs over cohesive soil subgrades or areas with high water tables may require an under drain system. A concrete joint layout plan shall be required for all rigid concrete pavements. Joint spacing and joint types shall be shown. Minimum rigid pavement thickness shall be 6 inches over 6 inches of aggregate base course. Minimum flexible pavement thickness shall be 2 inches over 6 inches of aggregate base course. 6.4.4.2 Flexible Pavement Design (a) (a) Design heavy duty flexible pavements to support vehicle traffic consisting of the following: POV Vehicles

Two 5 kip axles

75 passes per day

Transport Bus

One 13.2 kip single axle and one 23 kip single axle

24 passes per day

5 Ton Pallet Truck

GVWR - 21,000 lb Payload - 10,000 lb

4 per day

Package Delivery Vehicle

GVWR - 16000 lb Payload – 5,720 lb

2 per day

Tractor Trailer

Two 36 kip tandem axle and on 8 kip single axle

2 per day

Front Loading Refuse Truck

One 46 kip tandem axle and one 20 kip single axle

2 per week

Fire Apparatus (Aerial 100’ Ladder)

One 54 kip tandem axle and one 23 kip single axle

1 per week

(b) Design light duty flexible pavements to support 75 vehicle (two 5 kip axles) passes per day

(c) Pavement designs over cohesive soil subgrades may require under-drain systems

The flexible pavement design shall be larger of the calculated flexible design thickness and the minimum flexible design thickness.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 65: Ft Benning Fp Guide

6.4.4.3 Rigid Pavement Design (a) Design rigid pavements to support vehicle traffic consisting of the following: POV Vehicles

Two 5 kip axles

75 passes per day

Transport Bus

One 13.2 kip single axle and one 23 kip single axle

24 passes per day

5 Ton Pallet Truck

GVWR - 21,000 lb Payload - 10,000 lb

4 per day

Package Delivery Vehicle

GVWR - 16000 lb Payload – 5,720 lb

2 per day

Tractor Trailer

Two 36 kip tandem axle and on 8 kip single axle

2 per day

Front Loading Refuse Truck

One 46 kip tandem axle and one 20 kip single axle

2 per week

Fire Apparatus (Aerial 100’ Ladder)

One 54 kip tandem axle and one 23 kip single axle

1 per week

(b) Design emergency vehicle access in accordance with the current editions of the NFPA, UFC 3-600-01, and as required by the Installation. Equip emergency access and service drive entrances with a removable bar type vehicle crash barriers located in accordance with UFC 4-010-01. 6.4.4.4 Vehicular Parking Areas (a) Do not use permeable pavements (e.g., segmented pavers, pervious concrete, or pervious asphalt) in vehicular parking and other pavements. (b) Design parking areas to avoid ponding. 6.4.4.5 Sidewalk (a) Locate sidewalks a minimum of 5 feet from main roads and streets. Slope sidewalks to meet all requirements for ADAAG. Construct sidewalks of Portland Cement Concrete. (b) Emergency vehicle access and service drives shall be concrete pavement (minimum 20 feet wide) designed to support multi-story ladder trucks weighing 75,500 pounds on three axles; one tandem axle and one single axle. Install AT/FP access control measures for the service drive meeting the requirements of UFC 4-010-01. Vehicle control swing gate shall opened/closed by one person (not to exceed 90 lbs). 6.4.5. Traffic Signage and Pavement Markings Pavement markings and traffic signage shall comply with the Installation requirements, Georgia Department of Transportation and with the Manual on Uniform Traffic Control Devices. Refer to Paragraph 5.2.3.1 for additional information regarding pavement markings and traffic signage. 6.4.6. Base Utility Information Utilities are privatized on the installation. The utility companies provide the meters for gas and electric. The Contractor shall provide and install the water meter and vaults for each facility and make all taps and

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 66: Ft Benning Fp Guide

connections. The Contractor making the taps and connections must be certified by Columbus Water Works. 6.4.6.1 Prior to the start of design, the Contractor shall perform utility coordination meetings with the Contracting Officer, Fort Benning utility personnel, and the privatized utility companies. Existing buildings adjacent to this project site shall not have their utility service interrupted. The Contractor shall use the coordination meetings to identify all utility lines impacted by project construction and verify working status of the existing lines. The Contractor shall coordinate the proposed work on impacted utility lines with the appropriate utility company. Utility impacts to be coordinated shall include, but not be limited to, removals, temporary service then removal, and permanent relocations. 6.4.6.2 Where new structures are located above existing utilities or within the 15-foot easement, the existing utilities shall be relocated. The Contractor shall bear the cost of installation and relocation of all utilities except electrical unless noted otherwise. Coordinate any electrical utility relocation and demolition requirements with Flint Energies prior to cover and backfill. 6.4.6.3 Storm Drainage Service Construction and material specified for storm drainage installation shall be per the State’s DOT requirements. All storm drainage lines and culverts constructed 12 inches in diameter or larger shall be reinforced concrete pipe with watertight joints. The installation may authorize the use of reinforced HDPE in areas outside of pavement for extenuating circumstances. During the design phase, the Contractor shall submit request to the DPW for use of reinforced HDPE. Storm drainage design shall meet the requirements of FHWA-NHI-01-021. The Contractor shall design the storm water conveyance system for a minimum 25-year design storm, except as may be required by the Georgia DNR. 6.4.6.4 Communications Service - Communication service on this installation is owned by the Government. See paragraph 6.9 and Appendix C for additional information. 6.4.6.5 Hydronic Piping - No existing chilled water or heating water distribution lines are available in or near this project area. 6.4.6.6 Relocation of Existing Utilities - Any utilities that need to be relocated to construct the facilities shall be accomplished in such a manner as to minimize the impact to other users. Existing utilities shall be relocated so they are not within 10 feet of the building footprint. Columbus Water Works will not be responsible for that relocation. All electrical utilities shall be relocated by Flint Energies. Flint Energies will be responsible relocating site lighting and primary power distribution lines and equipment. Where new structures are located above existing utilities or within the 15-foot easement, the existing utilities shall be relocated. The Contractor shall bear the cost of installation and relocation of all utilities except electrical unless noted otherwise. 6.4.6.7 Electrical Service - See paragraph 6.9 and Appendix C for primary power distribution and exterior lighting beyond the building 5-foot line additional information. 6.4.6.8 Water Service - Water service on this installation is privatized. Conceptual tie-in points are shown on the drawings. The new onsite system shall be in accordance with CWW standards and specifications. Water Standards for Design and Construction can be found in Appendix C. Exceptions to the specifications is the Contractor will disregard instructions of paragraph 4.17D. 6.4.6.9 Sanitary Service - Sanitary service on this installation is privatized to Columbus Water Works. A conceptual tie-in point is shown on the drawings. The Contractor shall design and construct on site sewer collection system. New system shall be in accordance with Columbus Water Works (CWW) specifications and details. See Appendix C for additional information and POC. 6.4.6.10 Natural Gas - Natural Gas service on Ft. Benning is privatized. The design, routing, tie-in and installation of the exterior gas distribution system (up to and including the gas meter/regulator assembly)

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 67: Ft Benning Fp Guide

will be accomplished by the private utility Contractor, Atmos Energy Corporation. See Appendix C for additional information and POC. The Contractor shall coordinate and is required to provide calculated heating loads, gas flow rates, and meter outlet pressure requirements to Atmos Energy for distribution system design purposes. The Contractor shall be responsible for connection to the meter outlet and providing all downstream piping. The Contractor is not responsible for costs incurred for services provided by Atmos Energy. The Contractor shall coordinate the designed location of the gas meter/regulator assembly with Atmos Energy, and its location shall follow Atmos Energy’s policies, standards, and specification requirements. 6.4.6.11 Cable TV Service - Cable TV service on this installation is privatized. The local cable television (CATV) company at Fort Benning is Windjammer. Windjammer shall provide and install service cabling throughout the project site, terminating in the main communications room of each building. The Contractor shall coordinate site work and site/facility interfaces with Windjammer. See Appendix C for POC information. 6.4.7. Cut and Fill All earth cut and fill slopes shall not be steeper than 3 horizontal to 1 vertical. A 10-foot wide shelf shall be constructed every 15 feet in elevation change on all cut and fill slopes. Retaining walls are an option to limit the amount of cut and fill. Soil shall be stockpiled onsite within the limits of the construction. Excess soil shall be removed from installation. 6.4.8. Borrow Material Borrow areas may be available on Fort Benning. Contact Mr. Bill Gordy at 706-577-6485 or Mr. Gary Hollon at 706-544-7070 for information. Victory Pond Borrow Area is approximately 3 miles from the11th Airbourne Division Road and 3rd Infantry Division Road intersection on Jamestown Road. 6.4.9. Haul Routes and Staging Areas 6.4.9.1. Haul routes are shown on the site drawings. The Installation must approve any requested changes to the haul routes shown. Coordinate with the installation through the COR. 6.4.9.2 Additional Site Requirements 6.4.9.2.1 Employee parking Contractor employees shall park privately owned vehicles in an area designated by the Contracting Officer. This area will be within reasonable walking distance of the construction site. Employee parking shall not interfere with existing and established parking requirements of the installation. 6.4.9.2.2 Temporary Utilities All temporary utilities (e.g., water, sewer, electrical, and telecommunications) will be at the Contractor’s expense and subject to Fort Benning and the privatized utility regulations. The utility cost information is located at Appendix K. Negotiate and contract with the privatization utility directly. 6.4.9.2.3 Storage Areas Trailers, equipment, or materials shall not be open to public view with the exception of those items which are in support of ongoing work on any given day. Locate the staging area within the Limits of Construction unless previous approved by the Contracting Officer and the Installation. The staging area must be maintained in a neat and orderly manner.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 68: Ft Benning Fp Guide

6.4.10. Clearing and Grubbing Necessary cleaning, grubbing, and demolition and grading for sitting the building and for drainage, construction of droves, parking and pedestrian walks, storm drainage system, utilities, lighting, landscaping and fire protection are all within the scope of this project. 6.4.10.1 Tree Removal and Timber Harvesting Requirements The Contractor shall submit a tree removal plan to the Government as soon as possible after receiving Notice-to-Proceed for design. The Contractor shall show the new tree line on a site layout plan. The new tree line should take into account all buffer requirements, roads, wetlands, streams, etc. The trees on the project site are Government property and therefore the Government, through the established Fort Benning timber disposal process, will sell all merchantable trees identified and approved for removal. The Contractor shall delineate the clearing limits by surveying and flagging the perimeter trees with red flagging tape. The Contractor shall notify the Government when this has been accomplished. A representative knowledgeable about the clearing limit surveying and flagging shall be designated by the Contractor to answer any questions that may arise regarding clearing limits. The Government and Contractor shall determine the site start point of the clearing operation. Once the clearing limits are delineated by the Contractor, the Government will determine the volume of merchantable timber to be harvested and then advertise, sell, and remove all merchantable timber within 120 days of notification of the clearing limits delineation. Clearing shall begin no later than 60 days after the merchantable timber removal. Merchantable / saleable timber classification is driven by local market conditions and the discretion of the government timber harvester. Pine and hardwood trees greater than 6 inches in diameter at 4.5 feet above the ground (diameter at breast height (DBH)) and at least 25 feet to a 3 inch top shall be considered as merchantable timber. Trees may be classified as non-merchantable due to size (too small or too large), deformities, accessibility to harvest the trees, metal contamination, and/or any other factor that may affect the timber harvest Contractor’s ability to efficiently harvest, transport, and sale the trees. Timber harvesting to include removal of non-merchantable trees as fuel wood can be implemented before the issuance of a NPDES permit, provided that the guidelines established by the Georgia’s Best Management Practices (BMP’s) for Forestry Manual are followed, and no ground disturbing activities in areas to be constructed or developed (to include grading and grubbing) occur until the NPDES permit and soil erosion control plan is in order. Ground disturbance activities and guidelines for the stabilization of sites such as but not limited to roads, stream crossings, log decks, skid trails, firebreaks and others must follow the Georgia Forestry BMP’s manual recommendations. 6.4.10.2 After the Government’s Timber Harvest Contractor has cleared a minimum of five acres, the Contractor may begin any clearing and grubbing required under the contract once all required environmental permits are in place. After the Timber Harvest Contractor has completed his operations all trees or portions of trees remaining shall be considered to be non-merchantable and are to be removed by the Contractor. 6.4.10.3 Slash and Residual Tree Removal The Contractor shall submit to the Government a written plan for disposal of all remaining timber. This plan shall be submitted at least 15 days prior to any removal. The plan shall indicate the method of disposal and the location. The disposal shall occur in one of the following ways unless approved otherwise by the Government:

Chip the debris and use as mulch for landscaping. Chips used for this purpose cannot exceed a depth of 3 inches.

Haul excess debris to a non-Government landfill off of Fort Benning. Burning is not permitted at Fort Benning.

All proposed locations for this method of disposal must be approved by the Government. POC is Scott Long, Corps of Engineers at (706) 544-6169.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 69: Ft Benning Fp Guide

6.4.11. Landscaping Develop a sustainable landscape plan in accordance with sustainable communities’ goals and priority. Plant native trees, shrubs and grasses in accordance with Fort Benning's plant list palette (Appendix I). Plants not listed in Appendix I may be used with approval of the landscape architect and the Fort Benning DPW. Plants listed as Category 1 and 2 Non-native Invasive Plants in Georgia shall not be approved. Place dense native evergreen mass vegetation (such Yaupon Holly, Ilex vomitoria, shrubbery) along all concrete, gravel, soil, and other pathway intersections to prevent ‘short-cutting’ outside the designated pathway surface. The length of dense native evergreen mass vegetation plantings shall generally extend at least 15 feet from the intersection edge along each pathway. Do not specify invasive and/or exotic species (plant materials) in the Landscape Plan. Consider site utilities when developing the landscape plan to prevent conflicts. Avoid placing trees under light fixtures or shrubs in front of equipment doors and fire hydrants. 6.4.12. Turf The Fort Benning preferred turf and seeding requirements are in Appendix E. 6.4.12.1 Soil Treatment The specifications shall have a section on termiticide treatment measures for subterranean termite control. Treatment specified shall meet all requirements of EPA 7 USC Section 136 Federal Insecticide, Fungicide, and Rodenticide Act. The specification prepared by the Contractor shall include all of the narrative as provided in the subparagraphs below. 6.4.12.2 The Contractor shall submit a termiticide application plan with proposed sequence of treatment work with dates and times. Include the termiticide trade name, EPA registration number, chemical composition, formulation, concentration of original and diluted material, application rate of active ingredients, method of application, area/volume treated, amount applied; and the name and state license number of the state certified applicator. The Contractor shall submit a warranty that the building site has been treated and the terms of the warranty. The Contractor shall provide a 3-year written warranty against infestations or reinfestations by subterranean termites of the buildings or building additions constructed under this contract. Warranty shall include annual inspections of the buildings or building additions. If live subterranean termite infestation or subterranean termite damage is discovered during the warranty period, and the soil and building conditions have not been altered in the interim, the Contractor shall: 6.4.12.2.1. Retreat the soil and perform other treatment as may be necessary for elimination of subterranean termite infestation; 6.4.12.2.2. Repair damage caused by termite infestation; and 6.4.12.2.3. Reinspect the building approximately 180 days after the retreatment. 6.4.12.3 The Contractor shall submit on request samples of the pesticides used in this work to the Contracting Officer. The Installation Pest Management Coordinator (IPMC), or Pest Management Quality Assurance Evaluator (PMQAE) may draw, at any time and without prior notice, from stocks at the job site. Should analysis, performed by the Government, indicate such samples to contain less than the amount of active ingredient specified on the label, work performed with such products shall be repeated, with pesticides conforming to this specification, at no additional cost to the Government. Upon completion of this work, submit Pest Management Report DD Form 1532 identifying target pest, type of operation, brand name and manufacturer of pesticide, formulation, concentration or rate of application used. The termiticide shall be currently registered by the EPA or approved for such use by the appropriate agency of the host county. Non-repellant termiticide shall be used for maximum effectiveness and duration after application. The selected termiticide shall be suitable for the soil and climatic conditions at the project site.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 70: Ft Benning Fp Guide

6.4.12.4 The Contractor's principal business shall be pest control. The Contractor shall be licensed and the termiticide applicators certified in the state where the work is to be performed. Termiticide applicators shall also be certified in the U.S. Environmental Protection Agency (EPA) pesticide applicator category which includes structural pest control. The Contractor must possess a Georgia Department of Agriculture business license for termite control. All records, including but not limited to business license, certification of application and liability insurance, must be submitted prior to application of any pesticide. The Contractor must coordinate with the Pest Management QAE at 706-545-1350 or 706-545-3224, at least 48 hours prior to application of pesticides and prior to any meetings to discuss application of termiticide. The PMQAE has to be onsite to observe the mixing and preparation and application of chemical and to ensure that at the time of any soil treatment application, the soil is in a condition with low moisture to allow uniform distribution of the treatment solution throughout the soil. Treatment cannot occur without this coordination. 6.4.12.5 Soil Compaction Soil compaction shall be achieved by equipment approved by the professional geotechnical engineer. Material shall be moistened or aerated as necessary to provide the moisture content that will readily facilitate obtaining the compaction specified with the equipment used. Each loose layer of fill placement shall be not greater than 8 inches thick. Compact each layer to not less than the percentage of maximum density specified Table 6-1, determined in accordance with ASTM D 1557. Table 6-1 Soil Compaction as Percentage of Maximum Density (ASTM D 1557) Area of Compaction Compaction Requirements Beneath structures and building slabs, to 5 feet beyond structure limits, around footings and in trenches 95 percent Beneath streets and paved areas, except top 12 inches 95 percent Beneath streets and paved areas, top 12 inches 97 percent Beneath shoulders 90 percent Beneath sidewalks and bike paths 90 percent Grassed areas 85 percent Retaining wall backfill 90 percent The requirements shall be verified or modifications recommended by the consulting professional geotechnical engineer in the report wherever engineering, soils, or climatic factors indicate the necessity. Any modification to the stated compaction requirements shall require the approval of the Contracting Officer. 6.4.12.6 Quality Control of Earthwork and Foundation Construction The Contractor shall ensure that proof rolling operations (for subgrade suitability); fill placement and compaction operations, including associated soil properties, compaction and field density testing; and footing inspections are overseen and directed on a full-time basis by his licensed project design geotechnical engineer. The inspection, testing and documentation of the earthwork construction shall be performed by a Corps of Engineers validated geotechnical testing firm. Compaction requirements shall be in accordance with ASTM D 1557 (modified Proctor), not ASTM D 698 (standard Proctor). All

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 71: Ft Benning Fp Guide

subgrades (pavement, floor slab, or foundation) shall be inspected, evaluated and approved by the licensed geotechnical engineer, or his authorized representative, prior to placement of overlying construction materials, as appropriate. 6.5 ARCHITECTURE 6.5.1. General: To the maximum extent possible within the contract cost limitation, the buildings shall conform to the look and feel of the architectural style and shall use the same colors as adjacent facilities as expressed herein. The Government will evaluate the extent to which the proposal is compatible with the architectural theme expressed in the RFP during the contract or task order competition. The first priority in order of importance is that the design provides comparable building mass, size, height, and configuration compared to the architectural theme expressed herein. The second priority is that design is providing compatible exterior skin appearance based upon façade, architectural character (period or style), exterior detailing, matching nearby and installation material/color pallets, as described herein. 6.5.2. Design 6.5.2.1 Appendix F is provided “For Information Only”, to establish the desired site and architectural theme for the area. Appendix F identifies the desired project look and feel based on Fort Benning’s Installation Architectural Theme from existing and proposed adjacent building forms; i.e. building exterior skin, roof lines, delineation of entrances, proportions of fenestration in relation to elevations, shade and shadow effects, materials, textures, exterior color schemes, and organizational layout. 6.5.2.2 The design should address Fort Benning’s identified preferences. Implement these preferences considering the following: (a) Achievable within the Construction Contract Cost Limitation (CCL) (b) Meets Milestones within Maximum Performance Duration (c) Achieves Full Scope indentified in this Solicitation (d) Best Life Cycle Cost Design (e) Meet the Specified Sustainable Design and LEED Requirements (f) Complies with Energy Conservation Requirements specified in this RFP 6.5.2.3 Priority #1. Visual Compatibility: Facility Massing (Size, Height, Spacing, Architectural Theme, etc.) Exterior Aesthetic Considerations: The building’s massing, exterior functional aesthetics, and character shall create a comprehensive and harmonious blend of design features that are sympathetic to the style and context of the Installation. The Installation’s intent of the area is: Provide facilities that are fundamentally sustainable, require minimum operation and maintenance inputs and blend harmoniously with existing style and context of development on Fort Benning. Design the CIF to enhance and complement the visual environment of the Installation. Exterior elements of these facilities shall be in accordance with the architectural character of adjacent facilities, unless required otherwise by applicable codes. Configure building massing and use exterior elements and material detailing to provide human scale. 6.5.2.4 Priority #2. Architectural Compatibility: Exterior Design Elements (Materials, Style, Construction Details, etc.) Roofs, Exterior Skin, and Windows & Door Fenestrations should promote a visually

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 72: Ft Benning Fp Guide

appealing compatibility with the desired character while not sacrificing the integrity and technical competency of building systems. 6.5.2.5 See Appendix F for exterior colors that apply to Architectural character at Fort Benning. The manufacturers and materials referenced are intended to establish color only, and are not intended to limit manufacturers and material selections. 6.5.2.6 Additional architectural requirements: (a) Install fall protection anchor points on all roofs with a slope greater than 2:12 (b) Exterior Signage: Exterior Signage is the responsibility of the Fort Benning DPW and is not included in this Scope of Work. (c) In addition to the requirements specified in paragraph 3.4.1.2, lockset cylinders shall have interchangeable cores which are removable by a special control key. Cores shall be factory set using the A4 system and E keyway. 6.5.3. Programmable Electronic Key Card Access Systems: Not Applicable. 6.5.4. Interior Design: There are no additional interior design requirements. 6.5.5. Interior Building Signage Requirements: There are no additional interior building signage requirements. 6.6. STRUCTURAL DESIGN 6.6.1 General: Consider mission effectiveness, the most economical system in the locality, life-cycle economics, and space adaptability in choosing the structural systems. Space adaptability includes future reorganization or reallocation of space. Analyze, design, and detail the building as complete structural system. Structural elements shall be designed to preclude damage to finishes, partitions, and other frangible, nonstructural elements; to prevent impaired operability of moveable components; and to prevent cladding leakage and roof ponding. Limit deflections of structural members to the allowable of the applicable material standard, e.g. ACI, AISC, Brick Industry Association (BIA). Consider climate conditions, high humidity, industrial atmosphere, saltwater exposure, or other adverse conditions when selecting the type of cement and admixtures used in concrete, the concrete cover on reinforcing steel, coatings on structural members, expansion joints, the level of corrosion protection, and the structural systems. All concrete shall have minimum 28 days compressive strength of 3,000 psi and shall be steel reinforced. Place floor mounted mechanical and electrical equipment on a 4 inch minimum thickness concrete pad. In addition to gravity, seismic, and lateral loads, design ancillary building items, e.g. doors, window jambs and connections, overhead architectural features, and equipment bracing, for the requirements of UFC 4-010-01, DOD Minimum Antiterrorism Standards for Buildings. Ensure and document that the design of glazed items includes, but is not limited to, the following items under the design loads prescribed in UFC 4-010-01:

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 73: Ft Benning Fp Guide

(a) Supporting members of glazed elements, e.g. window jamb, sill, header (b) Connections of glazed element to supporting members, e.g. window to header (c) Connections of supporting members to each other, e.g. header to jamb (d) Connections of supporting members to structural system, e.g. jamb to foundation 6.6.2. Applicable Standards, Codes and Criteria The structural design shall fully comply with the following listed criteria in addition to the provisions provided in Section 01 10 00 paragraph 4.0 APPLICABLE CRITERIA. Use the latest edition of the International Building Code (IBC) for design guidance, and coordinate design with UFC 4-010-01 and DOD Minimum Antiterrorism Standards for Buildings. 6.6.3. Project Specific Design Loads: 6.6.3.1 Live Loads: Design live loads shall be per the IBC but not lower than the following minimums: 6.6.3.2 Ground Snow: 5 psf 6.6.3.3 Wind Speed: 95 mph 6.6.3.4 Frost Penetration: 0 6.6.3.5 Seismic Design Data: The mapped maximum considered earthquake (MCE) spectral response accelerations for site class B are: Ss (at short periods) = 15% g S1 (at 1-second period) = 7% g The acceleration values identified are for the general location of the facility. Verify and use site specific criteria based on the final site location of the facility. Adjust site class per IBC to match specific site information in geotechnical report. 6.6.3.6 Antiterrorism/Force Protection loads and minimum requirements are per UFC 4-010-01. For design of structural components subjected to dynamic loads, the U.S. Army Corps of Engineers Protective Design Center (PDC) developed SBEDS, Single-Degree-of-Freedom Blast Effects Design Spreadsheets (SBEDS). SBEDS is available at the software tab of the PDC website, https://pdc.usace.army.mil/ <https://pdc.usace.army.mil/>. 6.6.4. Foundation 6.6.4.1 The foundation is site specific and must be designed upon known geotechnical considerations, by an engineer knowledgeable of the local conditions, e.g. expansive soils, groundwater levels. Coordinate the need for a vapor barrier with the architectural floor finishes and requirements of the geotechnical report. All slab-on-grade to receive a coating (e.g. epoxy) or to receive an overlaying finish (e.g. carpet or tile), shall be underlain by a vapor barrier system with a minimum 10-mil polyethylene membrane. 6.6.4.2 Perform controlled expansion consolidation tests on undisturbed samples collected from the overburden material to assess potential settlement and/or heave for piers and edge lift/center lift conditions for ribbed mat slabs and thickened slabs in accordance with ASTM D 4546, Method C, latest edition. Heave predictions using the Potential Vertical Rise (PVR) method or swell pressure predicted from free swell test are not allowed.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 74: Ft Benning Fp Guide

6.6.4.3 Assume a minimum 15-foot active zone measured from top of existing ground for uplift and heave calculations. 6.6.4.4 Provide foundation systems for permanent facilities capable of supporting the typical loadings specified elsewhere in this document that are capable of resisting the soil movement and chemical characteristics of the soils present for the design life of the facility. Systems proposed are to have been used successfully at the Installation for a time period equal to the design life of the proposed facility or submit documentation from an acceptable independent certifying entity certifying that a proposed alternate system has been used successfully for a period of time equal to the design life of the proposed facility on a minimum of 10 facilities where the soil movement and chemical characteristics are the same as at the Installation. 6.6.5. Structural Site Features Design site features, e.g. retaining walls, culverts, bridges, in accordance with the appropriate American Association of State Highway and Transportation Officials (AASHTO) criteria including AASHTO LRFD Bridge Design Specifications, AASHTO Standard Specifications for Highway Bridges, and AASHTO Guide Specifications for Design of Pedestrian Bridges. Consider operation and maintenance requirements, e.g. painting, mowing, inspection, routine maintenance. Design site features to drain properly in order to meet loading assumptions. 6.6.6. Design Analysis Computer generated calculations must identify the program name, source and version. Provide data, including loads, loading diagrams, node diagrams, and adequate documentation to illustrate the design. The schematic models used for input must show, as a minimum, nodes/joints, elements/members, materials/properties, and all loadings, induced settlements/deflections, etc., and a list of load combinations. Results must include an output listing for maximum/minimum stresses/forces and deflections for each element and the reactions for each loading case and combination. 6.7 Meet the applicable state energy code requirements consistent with EPAct 2005. 6.8 PLUMBING 6.8.1. Piping Materials: Piping materials shall be as per applicable criteria but may be restricted based on specific conditions at this site. The Design/Build engineer shall determine suitability of piping materials based on soil characteristics, water quality, and other factors. 6.8.2. Cross Connection Control: All local site specific requirements for cross connection control/backflow prevention shall be followed. All facilities will be provided with an inlet water backflow prevention device; additionally, potable water systems shall be protected from contamination by hydronic water and other industrial and mechanical systems (see fire protection codes and this RFP for backflow prevention for those systems) via a reduced pressure zone backflow preventer. 6.8.3. Gas Regulator Venting: All gas regulators in building shall be vented to the outside. 6.8.4. Domestic Water Heating: Domestic storage water heaters shall be high efficiency gas-fired type. Point-of-use water heaters shall be high efficiency gas or electric type. 6.8.5. Water and Sanitary Sewer Service Utility Provider Coordination: Reference Utility design and Construction paragraphs under 6.4 Site Engineering. 6.8.6. Equipment Pads: Floor or on-grade mounted equipment shall be elevated on 6 inch thick concrete pads to prevent accumulation of water and metal corrosion.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 75: Ft Benning Fp Guide

6.8.7. Exterior Water Piping Freeze Protection: Seasonally (not used in winter) utilized water supply piping shall be detailed and installed for complete drain down and shall be provided with an interior or below grade isolation valve. Exposed water piping that is utilized year round shall be insulated and heat traced and protected with pipe jacketing to ensure that the piping will not freeze. 6.8.8. Janitor's Closets: In janitor's closets provide at minimum a floor drain with trap primer and a service/janitorial sink. 6.8.9. Stop Valves For Specific Equipment Domestic Water Supply: Stop valves shall be provided for refrigerators and ice makers and shall be ball valves. 6.8.10. Fixture Faucet Mixing/Valve, Other Valve and Plumbing Materials and Equipment: For manual single handle type mixing faucet valves, provide seals and seats combined into one replaceable cartridge; the cartridge shall be designed to be interchangeable between lavatories or provide replaceable seals and seats that are removable either as a seat insert or as a part of a replaceable valve unit. Water conserving type flush valves shall be utilized. 6.8.10.1 Provide automatic flush and water valves for water closets and hands-free lavatories. The automatic flush valves shall be the type with long life batteries and back-up manual flush buttons for water closets. Water conserving type flush valves shall be utilized. 6.8.11. Emission Control Requirements For Domestic Hot Water Heaters and Heating Water Boilers: All fuel-fired water heaters and heating boilers shall be low nitrogen oxide (NOx) type with guaranteed NOx performance at no greater than 30 parts per million (ppm), dry volume basis and corrected to 3% excess oxygen (O2). Where possible, limit water heater and heating boiler capacities to less than 10 million British thermal units per hour. 6.8.12. Water Hammer Arrestors: The D/B Contractor shall provide water hammer arrestors as required by code. 6.8.13. Piping Runs: Piping runs shall be arranged so as not to interfere with movement of personnel and equipment. All piping shall be installed concealed, run parallel with the lines of the building, be properly supported with allowances for expansion and contraction and insulated per specifications. Neither water nor drainage piping shall be located over electrical equipment or panels. Water and waste piping shall not be located in exterior wall spaces or pipe chases, such spaces shall be checked to ensure that clearances are adequate to properly accommodate the piping and insulation. 6.8.14. Piping Invert Elevations: All building under slab piping elevations shall be coordinated with the civil engineer’s connection pointes. Verify that the pipe elevations do not conflict with the building structural footings and foundation walls. 6.8.15. Consider all viable alternative systems meeting the functional requirements of each of the facilities. Consider the use of tankless domestic water heaters. Coordinate system selection with the installation based on energy usage and life cycle cost, reliability and operating considerations, and the maintenance capabilities and resources of the user. Life cycle cost analysis shall be performed by the successful Offeror after award. 6.8.16. Floor Drains: A floor drain shall be installed in the mechanical room to receive discharge from the T&P relief valve at the water heater, HVAC condensate and drain down of equipment, and for each of the shower units. Each building will have a domestic water service entrance with a floor drain for backflow preventer testing and discharge. Floor drains shall be nickel bronze flush strainer type with deep seal traps. 6.8.17. Wall Hydrants: Provide a minimum of 4 exterior wall hydrants, at least one per face of the building. Hydrants shall have a removable key and freeze protection. Wall hydrants shall be mounted 2 feet above

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 76: Ft Benning Fp Guide

finished grade and will be spaced around the building perimeter to allow watering of all grass areas with no greater than 100 feet of garden hose. 6.8.18. Urinal Plumbing: Provide all necessary supply and drain piping for flush-type urinals regardless of the urinal type installed during construction. No waterless urinals shall be provided. Water conserving type flush valves shall be utilized. 6.9.1. General Provide and install all site development work as shown on the drawings and as described in this RFP. The site work shall be provided in this contract unless otherwise indicated. 6.9.2. Exterior Electrical Distribution System (a) Primary Distribution. The primary distribution for all buildings shall be designed and provided by the privatized electric utility company Flint Energies. See Appendix C: UTILITY CONNECTIONS for additional information and requirements. (b) Primary Distribution Coordination. Coordinate with privatized electric utility company regarding transformer sizes and impedances during the building design calculation phase. Coordinate the route of the primary service with Flint Energies to avoid conflicts with other utilities. See Appendix C: UTILITY CONNECTIONS for point of contact. (c) Secondary Service. See Appendix C: UTILITY CONNECTIONS for information and requirements. (d) Exterior Circuits. The Contractor shall provide and install all exterior circuits for sump pumps, irrigation pumps and other electrical and mechanical equipment as required. 6.9.3. Exterior Lighting (a) Parking area and walkway site lighting within the project site shall be designed by the Contractor. The design shall comply with the recommendations in the latest edition of the Illuminating Engineering Society of North America (IESNA) and shall be based on the standard fixtures of the electric utility company approved for use at Fort Benning and installed by Flint Energies. The Contractor shall obtain a cut sheet and detail of the standard area light fixtures to be installed by Flint Energies for the purpose of exterior lighting design. Light fixtures shall be full cutoff type with high pressure sodium lamps and shall be automatically controlled by photocell or astronomical time clock. Fixture variations necessary for compliance with IESNA, ASHRAE and LEED requirements shall be coordinated with Flint Energies and approved by the Contracting Officer. (b) Site lighting including fixtures, poles, foundations, conduit and wiring shall be procured and installed by the electric utility company. Site lighting circuits shall be fed from utility transformers; no site lighting circuits shall originate within a building. Coordinate design with privatized electric utility company to facilitate timely procurement and installation. See Appendix C: UTILITY CONNECTIONS for additional information and requirements. (c) Building mounted lighting for entryways and walkways within 5 feet of the building shall be designed and constructed by the Contractor. Building mounted lighting shall be fed from the building's electrical distribution system. Light fixtures shall be full cutoff type with high pressure sodium lamps and shall be automatically controlled by photocell or astronomical time clock. (d) Exterior Storage Area shall be illuminated to a level of 5 foot-candles. Light fixtures shall be full cutoff type with high pressure sodium lamps and shall be automatically controlled by photocell or astronomical time clock.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 77: Ft Benning Fp Guide

(e) See Appendix C: UTILITY CONNECTIONS for additional information and requirements. 6.9.4. Exterior Communication Services 6.9.4.1 The Contractor shall provide and install new outside plant (OSP) infrastructure to the project facility. (a) Site Infrastructure: The Contractor shall connect a new 3-way-4" ductbank from existing manhole KHE-17 located near the vicinity of Ivy Road and the entrance to General Purpose Warehouse to a new manhole located outside the new building. Install a new 3-way-4" ductbank from the new building's main telecommunications room to the new ductbank system. Coordinate design, construction, and connection point location with the installation's Network Enterprise Center (NEC) representative. See drawing ES102 in Appendix J for more additional information. (b) Building Service Cables: Provide one 100 pair copper cable in one duct and one 12 strand single mode (SM) fiber optic cable in innerduct in a second duct. One duct shall be utilized for Cable Television (CATV). (c) See Appendices C and CC: UTILITY CONNECTIONS and OUTSIDE PLANT CONDUIT AND MANHOLE INSTALLATION REQUIREMENTS for additional information and requirements. 6.9.4.2 The Contractor shall pull all telecommunication cables from the existing manhole and terminate them in the new building's main telecommunications room. See drawing ES102 in Appendix J for routing. Terminations shall be witnessed and approved by a representative of Fort Benning NEC. 6.9.5. CATV Service See Appendices C and CC: UTILITY CONNECTIONS and OUTSIDE PLANT CONDUIT AND MANHOLE INSTALLATION REQUIREMENTS for information and requirements. 6.10. FACILITY ELECTRICAL AND TELECOMMUNICATIONS SYSTEMS 6.10.1. See Appendix DD: GENERAL INTERIOR ELECTRICAL REQUIREMENTS and Appendix EE: VOICE AND NETWORK INFRASTRUCTURE WIRING REQUIREMENTS for additional information and requirements. 6.10.2. Mass Notification: A base-wide mass notification system has not yet been installed at Ft. Benning for connection to the building interior mass notification systems to be provided. The Design-Build Contractor shall provide for a future connection to a base-wide mass notification system to include telephone and wireless type connections capability. 6.10.3. Cable Television (CATV): All horizontal cables shall be terminated on CATV head end equipment in the telecommunications rooms. 6.10.4. Facility Lighting: Provide a lighting fixture(s) above or adjacent to all exterior doors including utility room doors. 6.10.5. Standby System: A standby system is required to keep the process of business running without serious interruption. Design-Build Contractor shall provide a manual transfer switch to the facility. The manual switch shall be connected to a portable generator during power outage. The size of the switch shall be adequately rated for the building critical loads. The minimum critical load shall include: the facility security and life safety devices, power and lighting for all issue stations, power and lighting for communication room. The portable generator will be for back-up only and is GFGI.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 78: Ft Benning Fp Guide

6.10.6. Battery Charging Stations: Provide 480-V, 3-phase dedicated circuit with disconnect switch and a special purpose receptacle with NEMA L16-30R for each one of four charging stations. Battery chargers will be GFGI. 6.10.7. Kitting Area: Provide 208-V, 3-phase dedicated circuit with disconnect switch and a special purpose receptacle with 3-Pole, 4-Wire, 50-Amp, 250-Volt, 3-Phase (CS8369 or CS8364C) for each Kitting machine within Kitting Area. Kitting machines will be GFGI. 6.10.8. Security Closed Circuit Television (CCTV): CCTV shall include 120-volt power and installation of empty conduit and junction boxes at future camera locations. Camera locations shall include exterior doors, loading dock area, warehouse, issue/check out stations, and kitting area. Empty conduit with pull string shall be installed to communication room. Cameras are GFGI. 6.10.9. Receptacle: Provide a 125-volt duplex receptacle nearby each dual (voice and data) connection outlet. 6.10.10. Final Processing: Provide two 125-volt duplex receptacles or a quadraplex receptacle for each check-out station. 6.10.11. Central Battery Unit: Design Build Contractor may use the central battery unit to power the egress and exit light fixtures. If central battery unit is used then the battery back-up system shall have the self-diagnostic intelligence to test and exercise the system on a preset schedule without maintenance personnel involvement. The battery unit(s) shall be located in electrical room. 6.10.12. Exterior Baler Area: Provide 208-V, 3-phase dedicated circuit with disconnect switch and a special purpose receptacle with NEMA 14-60R for each baler machine. Baler machine will be Olympic Equipments Vertical Baler Model: V-63-10HP and will be GFGI. Provide lighting with illumination to a level of 15 foot-candles. Manual light switch with photocell override-off shall be provided to control the lighting in this area. The photocell override-off is to ensure the lighting fixtures in this area could not be on during the daylight. 6.10.13. Telecommunication voice and data: Provide a minimum number of voice and data outlets for the following areas: (a) CIF Manager: Two dual (voice and data) outlets (b) Property Book Officer: Two dual (voice and data) outlets (c) Customer Assistance: Three dual (voice and data) outlets (d) Records Holding: Two dual (voice and data) outlets (e) Final Processing: One dual (voice and data) outlet for each check-out station. Provide one voice that will be located adjacent to both the issue and checkout/final processing areas (f) Warehouse Supervisor: Two dual (voice and data) outlets 6.11. HEATING, VENTILATION, AND AIR CONDITIONING 6.11.1. Utility Monitoring and Control System (UMCS) Fort Benning’s Utility Monitoring & Control Systems (UMCS) is a web based solution based on LonWorks technology. The UMCS server is located in building 470. All new building controls systems shall be an open implementation of LonWorks technology in conformance to UFC 3-410-02 and UFG specification sections 23 09 23 and 25 10 10.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 79: Ft Benning Fp Guide

The integration of the building control system into the UMCS shall be done by others under a separate contract. See appendices FF and GG for Fort Benning’s UMCS Project Standards. Before starting the design the Contractor shall meet with the operating staff to discuss the installations requirements for graphics and programming and to obtain IP addresses and domains. Integrate the control system to the installation’s existing UMCS. The existing UMCS is as specified in paragraph 6.11.1. 6.12. ENERGY CONSERVATION 6.12.1. Solar Hot Water Heating Domestic solar hot water heating shall be provided in accordance with the requirements of paragraph 5.9.4. 6.12.2. Inclusion of Renewable Energy Features. The following renewable energy features have been determined life cycle cost effective, and are included in the project budget and shall be provided: No features have been pre-identified. 6.12.3. Premium efficiency electric motors above 1 Hp shall be used on motor driven equipment. 6.13. FIRE PROTECTION 6.13.1. Fire Alarm System 6.13.1.1 Fire Alarm System: There shall be one complete Class A, addressable Fire Alarm System for each building. This system shall consist of a Fire Alarm Panel, A 911 telephone interface Mastermind Accountability System, initiating devices and notification devices. Pull Stations shall be dual action, non-glass rod type. 6.13.1.2 The fire alarm system shall be designed by a Professional Fire Protection Engineer and installed by a NICET technician. 6.13.1.3 The digital alarm communicating transmitter (DACT) shall be compatible with the FBI control panel model CP-220 at the Fire Department which has the following characteristics: (Handshake Hi/Lo 1400-Hz, reporting format 4x2 parity). 6.13.1.4 The information sent to the Fire Department receiving system shall be zone by zone information. 6.13.1.5 All tamper devices shall be sent to the Fire Department system as a supervisory tamper. 6.13.1.6 All initiating devices shall be connected, Style D, to the signal line circuit (SLC), Style 6. 6.13.1.7 All alarm appliances shall be connected to notification appliance circuits (NAC), Style Z. 6.13.1.8 All wiring to devices will be Class A installed in conduit. 6.13.1.9 A looped conduit system shall be provided so that if the conduit and all the conductors are severed at any point, all NAC and SLC will remain functional. 6.13.1.10 If gas used in offices, carbon monoxide detectors shall be provided and monitored in offices. Tampering with carbon monoxide detectors shall send a trouble signal. Trouble signals are to be transmitted to the fire department. Carbon monoxide alarm signal is not to be transmitted to fire station.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 80: Ft Benning Fp Guide

6.13.1.11 All software, software locks, special tools and any other proprietary equipment required to maintain, add devices to or delete devices from the system, or test the Fire Alarm System shall become the property of the Government and shall furnished to the Contracting Officers Representative prior to the final inspection of the system. 6.13.1.12 All fire sprinkler valves, including the PIV, shall be supervised by the fire alarm system. 6.13.1.13 Connect the main flow switch to an externally mounted 24 VDC sprinkler water flow bell. 6.13.1.14 Fire Alarm control panels and main auxiliary equipment shall be located in a conditioned space not accessible to facility occupants (usually the Electrical Room). 6.13.2 Sprinkler Service Main and Riser: The sprinkler service main shall be a dedicated line from the distribution main. Sprinkler service and domestic service shall not be combined. The sprinkler service main shall be provided with an exterior post indicator valve with tamper switch reporting to the fire alarm control panel (FACP). The ground floor entry penetration shall be sleeved per NFPA 13 requirements for seismic protection. The sprinkler entry riser shall include a double check detector type backflow preventer assembly (unless a backflow preventer is installed upstream of the riser), a fire department connection, and a wall hydrant for testing of the backflow preventer. The sprinkler system shall include an indicating control valve, an alarm check valve, a water motor alarm and a flow switch reporting to the FACP. All control valves shall be provided with tamper switches connected to the FACP. 6.13.3 Backflow Preventer: Per the requirements of Columbus Water Works, a double check detector type backflow preventer assembly shall be provided on the fire water main serving each building. This shall be located within the building. An exterior wall hydrant with dual hose connections with OS&Y valve shall be provided to allow testing of the backflow preventer at design flow as required by NFPA 13. 6.13.4 Fire Department Connection: A fire department connection shall be provided for each building with sprinkler protection. These shall be located so as to be directly accessible to the fire department. 6.13.5 Protection of Piping Against Earthquake Damage: Sprinkler and fire pump piping systems shall be protected against damage from earthquakes. Seismic protection shall include both flexible and rigid couplings, sway bracing, seismic separation assemblies where piping crosses building seismic separation joints, and other features as required by NFPA 13. 6.13.6 Fire Water Supply: Fire flow test data is provided in Appendix D. 6.13.7 Fire Pump: The Contractor shall determine if a fire pump is required based on fire flow test data and fire protection system design requirements. If a fire pump is required, a complete fire pump system installation shall be provided. Fire pump installation shall be in accordance with UFC 3-600-01, NFPA 13, and NFPA 20, Fire pump system design analysis and drawings shall be provided in the 60% and 100% design submittals. A complete exterior fire pump system, with associated emergency generator, is acceptable. 6.13.8 Fire Extinguisher Cabinets and Brackets: Fire Extinguisher cabinets and brackets shall be provided when fire extinguishers are required by UFC 3-600-01 and NFPA 101. Placement of cabinets and brackets shall be in accordance with NFPA 10. Semi-recessed cabinets shall be provided in finished areas and brackets shall be provided in non-finished areas (such as utility rooms, shops, and vehicle bays). The location of cabinets and brackets shall be noted on the architectural drawings. Fire extinguishers are GFGI. 6.13.9. Fire Dampers Provide curtain type with fire dampers damper blades out of the air stream. Install dampers that do not reduce the duct or the air transfer opening cross-sectional area.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 81: Ft Benning Fp Guide

6.14. SUSTAINABLE DESIGN 6.14.1. LEED Rating Tool Version. This project shall be executed using LEED-NC Version 3. 6.14.2. The minimum requirement for this project is to achieve LEED Silver level. Each non-exempt facility (building plus sitework) must achieve this level. In addition to any facilities indicated as exempt in paragraph 3, the following facilities are exempt from the minimum LEED achievement requirement: None. 6.14.3. Credit Validation: LEED registration, compiling of documentation at LEED Online and use of the LEED Letter Templates is required. Registration and payment of registration fees will be by the Contractor. Administration/team management of the online project will be by the Contractor. Validation of credits will be accomplished by the Government. LEED certification of the project by the Contractor is required. The Contractor will obtain LEED certification prior to project closeout. Application, payment of certification fees and all coordination with USGBC during the certification process will be by the Contractor. GBCI interim review of design phase data is not required by the Government, but is recommended. Government validation during project execution does not relieve or modify in any way the Contractor’s responsibility to satisfy all requirements for certification as defined by LEED and GBCI. Contractor is not responsible for design phase LEED documentation of any unaltered portion of the design that is accomplished by others. If the project includes unaltered complete design by others, during the certification process the Contractor will coordinate all GBCI comments on LEED credits that fall outside the Contractor’s scope of responsibility with the Government for coordination with the Designer of Record, and the Contractor will not be penalized if project fails to achieve certification at the minimum required level due to loss of credits that are the responsibility of others. 6.14.4. Commissioning: See Appendix M for Owner’s Project Requirements document(s). 6.14.5. LEED Credits Coordination: The following information is provided relative to Sustainable Sites and other credits. SS Credit 1 Site Selection. Project site IS NOT considered prime farmland. Delineation of 100-year flood elevation is shown on site drawings provided in this CONTRACT. Delineation of threatened or endangered species habitat is shown on site drawings provided in this CONTRACT. Delineation of water, wetlands and areas of concern is shown on site drawings provided in this CONTRACT. Project site WAS NOT previously used as public parkland. SS Credit 2 Development Density & Community Connectivity. Project site DOES NOT meet the criteria for this credit. SS Credit 3 Brownfield Redevelopment. Project site DOES NOT meet the criteria for this credit. SS Credit 4.1 Public Transportation Access. Project site DOES NOT meet the criteria for this credit.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 82: Ft Benning Fp Guide

EA Credit 6 Green Power. 35% of the project’s electricity WILL NOT be provided through an Installation renewable energy contract. Do not purchase Renewable Energy Credits (RECs) to earn this credit. MR Credit 2 Construction Waste Management. The Installation DOES NOT have an on-post recycling facility available for Contractor’s use. Regional Priority Credits (Version 3 only) The project zip code is 31905. 6.14.6. LEED Credit Preferences, Guidance and Resources. See Appendix L LEED Project Credit Guidance for supplemental information relating to individual credits. 6.14.7. Not Used 6.14.8. Additional Information. There is no additional sustainable information. 6.15. ENVIRONMENTAL The Contractor shall comply with all Federal, State, and local (see also Appendix E) – Fort Benning Environmental Specifications) requirements. Paragraph 6 of Section 01 10 00 shall govern if conflict exists with Appendix E. All construction debris, building remnants and old infrastructures in the way of construction shall be removed from the site and disposed of off the installation. The Contractor shall demolish all existing structures as required to develop the project site within the limits of construction. Utilities shall be removed and/or relocated as required to develop the project site within the limits of construction. Utility removed and/or relocated shall be coordinated with the privatized utilities. 6.15.1. Site Evaluation The job site has been evaluated for potential site contamination. The site is located in a traditionally non hazardous location. The installation has no reason to suspect contamination. 6.15.2 Contractual Responsibilities of All Parties in the Event of Encounter with Contamination If the Contractor encounters materials or conditions which indicate that there may be contamination on the site, the Contractor shall stop all work on the job site and report the discovery of the contaminants to the Contracting Officer's Representative (COR). The Contracting Officer, will issue a written order to the Contractor to resume work or to suspend, delay, or interrupt all or any part of the work of this contract for the period of time that the Contracting Officer determines appropriate for the convenience of the Government as provided in FAR 52.242-14 - SUSPENSION OF WORK. The Government will be responsible for making an assessment of the contaminated site if this course of action is determined to be appropriate. After the assessment has been completed, the Government reserves the right to the following courses of action: (a) Direct the Contractor to resume work. (b) Clean up the contaminated site prior to directing the Contractor to resume work. The COR will determine whether the cleanup is to be accomplished by others or the Contractor.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 83: Ft Benning Fp Guide

(c) Relocate the project site. (d) Terminate the contract for the convenience of the Government as provided in FAR 52.249-1 - TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) or FAR 52.249-2 - TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) - ALTERNATE I as applicable. 6.16. PERMITS The Government has not obtained any permits/licenses related to this project. It shall be the responsibility of the Contractor to obtain all permits/licenses required for this project. Permitted work shall be in accordance with the associated permit. Copies of the permits shall be submitted to the Contracting Officer. Copies of permit amendments shall also be provided to the Contracting Officer. The Contractor shall be responsible for determining the fee basis and paying all filing fees. The known permit forms are provided in Appendix AA. The Contractor shall prepare permit/license applications; provide all required information and supporting documentation in a form ready for signature by the Owner and submittal to the applicable agency. Should the permitting agency require additional clarification or information during the review process, the Contractor shall provide all necessary assistance to resolve the outstanding issue. All permit/license applications must indicate the following address as the owner: U.S. Army – Directorate of Public Works (DPW): Mr. Craig Taylor Burr Street, Building 6, Room 318 Fort Benning, GA 31905 The Contractor shall comply with provisions of Installation permits, compliance agreements, and plans with regulating authorities/agencies. 6.16.1. Soil Borrow Permits An erosion control permit is required to develop any soil borrow areas. POC from Land Management and Conservation Branch is Gary Hollon at phone number 706-544-7070. POC from Environmental Programs Management Branch is Felix Seda at phone number 706-545-9879. The erosion and borrow pit permits shall be processed with the appropriate branches of the DPW through the Contracting Officer. Permits are issued for the life of the specific contract only. Borrow materials may only be used on the project for which the permits are issued. The Contractor shall keep a copy of the completed permit with the vehicle throughout the contract borrow operation. 6.16.2. Site Excavation (Disturbance) and Utility Location Permits A Site Excavation and Utility Location Permits shall be presented to the Contracting Officer and approved by DPW prior to any excavation or drilling that penetrates the ground by 6 or more inches. A sample of this form can be obtained from the Contracting Officer or DPW upon request. A signed copy of the digging permit shall be kept on site at all times. POC for Site Excavation is Gary Hollon at 706-544-7070 POC for Utility Locations is Donna Jowers at 706-545-7264 6.16.3. Disposal Permits, Landfill Construction and Demolition Permit Contractor is responsible for the obtaining and the cost of all permits associated with demolition. No disposal of any type demolition material is allowed on the installation. All material shall be disposed of in the nearest permitted landfill site. DPW POC is Dorinda Morpeth at phone number 706-545-5337.

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 84: Ft Benning Fp Guide

6.16.4. State of Georgia Required Applications and Permits The Contractor shall prepare, sign, and submit the following list of commonly required State of Georgia applications and permits for Fort Benning projects. The Contractor shall obtain any additional applications and permits not listed as required for the construction of this project. Erosion and Sedimentation Control permit General Permit to Discharge Stormwater under the National Pollutant Discharge Elimination System Stormwater Management Permit Application Form Notice of Intent (NOI) and Notice of Termination (NOT) Documents. The Contractor shall prepare, sign, and submit the NOI and NOT documents to the State Georgia. 6.16.5. Air Permits The Contractor shall be responsible for coordinating with Fort Benning's Environmental Management Division (EMD) staff in obtaining all required and applicable permits as part of the design process and shall secure all permits necessary for construction of this project. Fort Benning operates under a Title V Air Permit for air quality requirements, and the Contractor is required to perform a regulatory review of all air sources in the project and submit for approval to the EMD. Each Congressional Appropriation is defined as one project. Additionally, new sources must be reviewed for NESHAP (National Emissions Standards for Hazardous Air Pollutants) applicability. Contractor is required to develop required air permit application(s) and/or coordinate with EMD on any on-going permit applications. Contractor is responsible for all air permitting fees and all required permits shall be obtained prior to construction of any new sources. Contractor is responsible for complying with all State regulatory requirements for boilers fired by either natural gas or distillate oil, and insuring that the boiler(s) is included in the Installations Title V Air Permit. New boilers with an input greater than 10 million btu/hr shall meet 40 CFR Part 60, New Source Performance Standards. All new boilers shall include low NOx burners. The Contractor is required to have an air permit for each type of material (i.e. concrete, rock crushing, asphalt batch plants) that will produce dust and other harmful particulates within the boundaries of the installation. The Installations Title V Air Permit cannot be changed unilaterally by the Contractor, and the Contractor shall coordinate any and all changes/modifications through the designated EMD staff. 6.16.5.1 Air Permit Submittal Requirements (Boilers and Domestic Water Heaters) Pursuant to satisfying requirements under the Clean Air Act, at or before the 60 percent design stage, the A-E shall submit the following to the installation's environmental office: (a) A listing of boilers and domestic hot water heaters that will be fired by natural gas, propane, and/or fuel oil (b) The fuel or fuels (primary and backup, if applicable) that will be utilized for each piece of equipment (c) The quantity of each particular size (d) The respective input firing rate. The document shall also provide a point of contact and an alternate point of contact, should the environmental office require additional information from the designer of record during the permitting process. Furthermore, two copies of the document shall also be sent to the Savannah District, one to the Project Manager for placement in Central Files, and another to the Mechanical Section. (e) This document shall not be sent prematurely, since any increase in boiler sizing subsequent to submission of the document will require revision to the permitting process. In any event, if there is a

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 85: Ft Benning Fp Guide

change in equipment sizing during refinement of the design process, an updated copy of said document shall be submitted per the guidance above. (f) Additionally, the A-E is responsible for incorporating into the design the equipment accessories required for compliance with the governing environmental laws. This includes, but is not limited to, determining the need for individual metering and the level of emissions monitoring required. The A-E's concept design narrative shall specifically address those features that will be incorporated into the boiler system design to assure compliance with the applicable environmental laws of the State. (g) Prior to the submission of form DD 1354 Acceptance of Real Property, the Contractor shall submit to EMD copies of all required Federal and/or State certifications associated with emission units, i.e. visible emissions certifications. The dates that the certifications are turned into EMD shall be noted in the remarks section of form DD 1354. 6.16.5.2 Construction Permit Proposers shall be aware that, normally, for fast track design-build contracts, the construction permit will not have been obtained prior to award of the design-build contract. No construction associated with the building(s) housing the boiler(s) or other source(s) of contaminant can be done prior to obtaining the required permit. Generally, only the following things can be done prior to possession of the permit: clearing and grading, access roads, driveways, parking lots, underground utilities up to the 5-foot line of the buildings, and ancillary structures (structures not associated with housing the sources of contaminants). Demolition of structures requires 50 percent diversion of material from the landfill. All construction debris in the way of construction shall be removed from the site and disposed of off the installation. The Contractor shall demolish all existing structures as required to develop the project site within the limits of construction. 6.17. DEMOLITION Demolition of structures requires 50 percent diversion of material from the landfill. All construction debris in the way of construction shall be removed from the site and disposed of off the Installation. The Contractor shall demolish all existing structures as required to develop the project site within the limits of construction. 6.18. ADDITIONAL FACILITIES There are no additional facilities in this contract.

End of Section 01 10 00

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 86: Ft Benning Fp Guide

APPENDIX JJ INSTALLATION SPECIFIC FIRE PROTECTION

REQUIREMENTS

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 87: Ft Benning Fp Guide

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 88: Ft Benning Fp Guide

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 89: Ft Benning Fp Guide

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 90: Ft Benning Fp Guide

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 91: Ft Benning Fp Guide

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 92: Ft Benning Fp Guide

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 93: Ft Benning Fp Guide

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 94: Ft Benning Fp Guide

ACCOMPANY AMENDMENT NO. 0004 TO SOLICITATION NO. W9126G-11-R-0054

Page 95: Ft Benning Fp Guide
Page 96: Ft Benning Fp Guide
Page 97: Ft Benning Fp Guide
Page 98: Ft Benning Fp Guide