522
Fort Benning Georgia Task Order Request Number W912HN-09-X-1813 Booker Range 75 th Ranger Regiment RFP Letter, Bid Schedule, Wage Decision, Proposal Requirements and Technical Provisions Divisions 01 through 33 PN HH80087, HH80088, HH80088, HH80090 August 2012 U.S. ARMY ENGINEER DISTRICT, SAVANNAH CORPS OF ENGINEERS 100 WEST OGLETHORPE AVENUE SAVANNAH, GEORGIA 31401-3640 US Army Corps of Engineers Savannah District

Revision 1 Specs

Embed Size (px)

DESCRIPTION

Booker Range Renovation proposal

Citation preview

  • Fort Benning Georgia

    Task Order Request Number W912HN-09-X-1813 Booker Range 75th Ranger Regiment RFP Letter, Bid Schedule, Wage Decision, Proposal Requirements and Technical Provisions Divisions 01 through 33 PN HH80087, HH80088, HH80088, HH80090 August 2012

    U.S. ARMY ENGINEER DISTRICT, SAVANNAH CORPS OF ENGINEERS 100 WEST OGLETHORPE AVENUE SAVANNAH, GEORGIA 31401-3640

    US Army Corps of Engineers Savannah District

  • This page was intentionally left blank for duplex printing.

  • DEPARTMENT OF THE ARMY SAVANNAH DISTRICT, CORPS OF ENGINEERS

    100 W. OGLETHORPE AVENUE SAVANNAH, GEORGIA 31401-3640

    REPLY TO August 31, 2012

    ATTENTION OF:

    Contracting Division

    Execution Branch

    SUBJECT: MATOC Request for Proposal for Task Order Request Number W912HN-09-X-

    1813, Booker Range Renovation and Modernization, Ft Benning, GA

    1. In accordance with Local Clause 52.216-4008, Multiple Award Fair Opportunity Task and

    Delivery Order Contracts, subject project is being offered to all Offerors in the MATOC pool, as

    identified below, giving each fair opportunity to compete for this action by issuance of this

    Request for Proposal (RFP) letter. Any Offeror who does not wish to be considered for this

    particular task order is requested to notify this office in writing, within seven (7) calendar days of

    receipt of this letter, indicating reason for non-participation. Those who do wish to compete must

    submit a proposal by the date and time indicated in paragraph 12 below, and in accordance with

    the criteria specified herein.

    Brantley Construction Services, LLC

    Attn: Sidney Brantley

    8300 Dorchester Road

    Charleston, SC 29419-2903 Email: [email protected] & [email protected]

    Phone: 843-552-0150

    Leebcor Services, LLC

    Attn: John Karafa

    5400 Discovery Park Blvd Ste 104

    Williamsburg, Virginia 23188-2882

    Email: [email protected] & [email protected]

    Phone: 747-220-5577

    Team Construction, LLC

    Attn: Melissa A Leifheit

    101-A Middle Street

    Jacksonville, NC 28546-6798

    Email: [email protected] & [email protected]

    Phone: 910-353-3797

    Triune-Beck Joint Venture

    Attn: Vince Fudzie

    1807 Ross Avenue, Suite 500

    Dallas, TX 75201-8006

    Email: [email protected] & [email protected]

    Phone: 214-503-0549

  • 2

    Tyler Construction Group, Inc.

    Attn: Charles Tyler

    433 Rabon Road

    Columbia, SC 29113-5028

    E-mail: [email protected]

    Phone: 803-865-1404

    2. Interested participants must submit a price and technical proposal for work detailed in the

    scope of work, drawings and specifications posted on FedTeDs. To access the scope of work,

    specifications and drawings go to the following link:

    https://www.fbo.gov/fedteds/W912HN09X1813

    3. Technical inquiries are to be submitted via Bidder Inquiry in ProjNet at

    www.projnet.org\projnet Bidder Inquiry Key: LS34DX-7KMUNY All questions regarding this RFP must be submitted in writing via aforementioned method no later than 5

    calendar days prior to the date established for receipt of proposals as shown in paragraph 12

    below. The Government reserves the right to not respond to questions/inquiries received after

    this date.

    4. To submit and review bid inquiry items, bidders will need to be a current registered user or

    self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry,

    select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click

    login. Fill in all required information and click create user. Verify that information on next

    screen is correct and click continue.

    5. If an Offeror believes the requirements in this RFP contain an error, omission, or are

    otherwise unsound; the offeror shall immediately notify the Contracting Officer in writing, to

    include supporting rationale. Such communication may be submitted via the POC identified in

    paragraph 16 below.

    6. The scope of work for this project includes, but is not limited to:

    Bid Schedule A:

    Erosion Control and Sediment Control Plan Implementation for Booker Range and all work

    required by the Design Drawings to comply with State Approved Plan.

    400 M Range Renovation to existing targets and berms to allow for expansion beyond the

    current treeline. New work will consist of tree removal, covered firing line, extension of current

    range road, target pit and storage building downrange for targets and other equipment.

    100 M Covered Range Renovation to existing targets and berms to allow for the construction of

    a cover. New work will consist of covered canopy over the range as designed and a covered

    firing line.

  • 3

    100 M Flat Range Renovation to existing targets and berms to set the conditions for new work.

    New work will consist of a covered firing line and a bleacher enclosure.

    50 M Flat Range Renovation to existing targets and berms to set the conditions for new work.

    New work will consist of a covered firing line and a bleacher enclosure.

    Bid Schedule B:

    Construct a Classroom Bldg. 6,500 sf. which will have 5,000 sf to accommodate 100 soldiers in

    a single classroom, a Cadre Office and Conference Room. Building shall have a separate

    cleaning station / area approximately 1,500 sf with entrance doors from the inside and outside.

    Building shall support infrastructure for 10 x cleaning station tables made of stainless steel

    (government furnished) for standing operation. Building shall have proper industrial ventilation

    and 10 x air hoses along the back wall tied into a ~ 700 gallon air compressor (placed outside of

    the building and government furnished). Building shall have lighting.

    Construct 25' x 50' concrete pad for Arms Room vault and ARMAGs which may be located

    opposite side of road to fall in line with current communication lines.

    7. This Request for Proposal has two Bid Schedules. Offerors may propose on one or both of

    the Bid Schedules. Each Bid Schedule will be evaluated independently. The Contracting Officer

    may award a separate task order for the work in each Bid Schedule to more than one Contractor

    if it is most advantageous to the Government or the Contracting Officer may award the work in

    both Bid Schedules to the same offeror through award of a single task order.

    Bid Schedule A (Booker Ranges): The construction magnitude for this Bid Schedule (Booker

    Ranges) is between $1.0 million and $5.0 million dollars. The Contracting Officer will award a

    task order for this work to the lowest priced offeror. Award will be based on price alone.

    In accordance with FAR Clause 52.217-5, Evaluation of Options, the Government will evaluate

    offers for Bid Schedule A for award purposes by adding the total price for all options to the total

    price for the basic requirement. Evaluation of options will not obligate the Government to

    exercise the option(s).

    Bid Schedule B (Booker Range Classroom/Pad): The construction magnitude for Bid Schedule B

    (Booker Range Classroom/Pad) is between $500,000 and $1.0 million. :

    The Government will evaluate proposals submitted for this task order using a best value trade-off

    evaluation methodology. Technical representatives shall review all proposals and provide the

    Contracting Officer with a written technical analysis of each Offerors proposal. The Contracting Officer, in conjunction with the Project Delivery Team (PDT), will review these analyses for

    correctness and completeness. Upon conclusion of this review, proposals and factors will be

    rated by the Contracting Officer using the adjectival descriptions shown at Appendix C, Ratings

    and Definitions. The following Factors are identified as applicable Bid Schedule B:

    FACTOR 1: Building Function and Aesthetics.

  • 4

    In conduct of this evaluation process the Government has established the following relative order

    of importance:

    PRICE is more important than ALL NON-COST FACTORS when combined.

    FACTOR 1: Building Function and Aesthetics: This factor is of less importance than Price.

    BASIS OF AWARD for Bid Schedule B: Proposals must meet the criteria stated in this RFP in

    order to be eligible for award, to include responsiveness and technical acceptability. In order to

    determine which proposal represents the best value for award of the work in Bid Schedule B, the

    Government will compare proposals to one another. The Government will award the Task Order

    to the Offeror whose technical submittal and price proposal for the Task Order contains the

    combination of those criteria described in this document and its associated Appendices and the

    technical specifications which offers the best value to the Government. Best value will be

    determined by a comparative assessment of proposals against all criteria in this RFP.

    The Government reserves the right to accept other than the lowest priced offer for award of a

    task order for the work in Bid Schedule B. The right is also reserved to reject any and all offers

    for this Bid Schedule. After review by the Contracting Officer and Project Delivery Team, the

    task order shall be awarded for the work in Bid Schedule B to the contractor whose proposal

    offers the best value to the Government.

    8. In accordance with FAR Clause 52.228-1, Bid Guarantee, Offerors are required to submit a

    bid bond with the proposal. A separate Bid Guarantee must be submitted for each Bid Schedule.

    A single Bid Guarantee may not be submitted for both Bid schedules. The Bid Guarantee shall

    be 20% of the bid price or $3 Million, whichever is less. Bid bonds must be submitted in original

    form and contain original signatures. Photocopied, facsimile, scanned or otherwise mechanically

    reproduced bid bonds will not be accepted. Failure to submit a proper bid bond may be cause for

    rejection of an Offerors proposal.

    9. Wage Decision GA120179 dated 8/24/2012 GA179 (Attachment1 and 2) applies to all CLINs

    of the attached Bid Schedule A and Bid Schedule B; with the exception of CLIN 0001 in Bid

    Schedule A, Erosion Control and Sediment Control Plan Implementation for Booker Range.

    Wage Decision GA120071 dated 8/24/2012 GA71 applies to CLIN 0001 ONLY in the

    attached Bid Schedule A. Offerors are reminded that wage determinations are subject to change

    prior to award. All proposed pricing shall include the most current wage rates. All offerors are

    encouraged to review wage rates established by the Department of Labor prior to submitting

    proposals.

    10. In accordance with FAR Clause 52.237-2, Site Visit (Construction), a site visit was held on

    30 Aug 2012, 1000 hours beginning at the Booker Range located on 1st Division Road near

    the intersection of Ivy Road and 1st Division Road, Ft. Benning GA. POCs are Eddie

    Culpepper at 706-617-4047 and John McLain 706-905-1402.

  • 5

    11. In accordance with FAR Provision 52.222-23, Notice of Requirement for Affirmative Action

    to Ensure Equal Employment Opportunity for Construction, minority participation goals are

    29.6% for each trade and female participation goal is 6.9%.

    12. Proposals shall be organized and tabbed in accordance with Appendix A, General Proposal

    Submission and Tabbing Requirements and Appendix B, Proposal Factors and Submission

    Requirements. Proposals shall be signed by a duly authorized official of the Offerors company and are required no later than 12:00 PM local time on Wednesday, September 12, 2012. Refer

    to Appendix A for numbers of copies. Proposals shall be submitted in accordance with the

    following instructions:

    ELECTRONIC PROPOSAL SUBMISSION, TO INCLUDE E-MAIL AND FACSIMILE

    TRANSMISSIONS, IS NOT AUTHORIZED.

    HAND CARRIED PROPOSAL SUBMISSION, except for delivery by Federal Express

    and United Parcel Service, IS NOT AUTHORIZED.

    Proposals must be delivered by U.S. Mail, including U.S. Express Mail, Federal Express or

    United Parcel Service.

    All proposals must be clearly identified with the contractors name and address. To ensure timely and proper handling, the lower left corner of the outermost wrapper should indicate the

    following:

    Request for Proposal No: W912HN-09-X-1813

    Due Date of Proposal: 12 September 2012

    Time by which Proposals are due: 12:00 pm (Local Time)

    Title of Project: Booker Range, Ft Benning, GA

    Proposals must be addressed as indicated below.

    U.S. Army Engineer District, Savannah

    ATTN: CECT-SAS-E (Shannon Anthony)

    100 West Oglethorpe Avenue

    Savannah, Georgia 31401-3640

    The date and time of delivery established by commercial carriers is not the official time of

    receipt by the Government. Security Guards posted at the loading dock entry for the building do

    not receive proposals and will contact Mailroom personnel. Once Mailroom personnel are

    available, the proposal will be processed by the Security Guards using established security

    procedures and subsequently picked up by Mailroom personnel. After receipt by the Mailroom

    personnel, a record will be made of the receipt of the proposal. Completion of these actions will

    constitute delivery of the proposal by the date and time designated for receipt of proposals.

    Offerors are responsible for allowing sufficient time for the proposal to be processed for

    receipt and are cautioned that sufficient time may be as much as 24 hours prior to the date

    and time designated for receipt of proposals.

  • 6

    The Government will not be responsible for proposals delivered to any location or to anyone

    other than those designated to receive proposals on its behalf. Offerors are responsible for

    ensuring that proposals are submitted so as to reach the office designated for receipt of proposals.

    Offerors are responsible for allowing sufficient time for the proposal to be physically received

    and processed by Mailroom personnel in accordance with the information provided.

    13. Offerors shall acknowledge all revisions to the RFP issued prior to the due date for the

    submission of proposals in writing via a cover letter accompanying the proposal, unless

    instructed to do otherwise by the Contracting Officer.

    For all revisions to the RFP issued after the submission of proposals, the offerors shall

    acknowledge the revision in writing, at the time and place directed by the Contracting Officer in

    the revision letter.

    14. In accordance with FAR Clause 52.215-1, Instructions to OfferorsCompetitive Acquisitions, the Government reserves the right to make award without discussions. Therefore,

    Offerors should submit their best technical and price terms in their initial offer and not

    automatically assume that they will have an opportunity to participate in discussions, if later

    determined to be in the best interests of the Government, or to submit a revised offer.

    Discussions, if held, may be held with only the highest rated Offerors or Offeror.

    15. In accordance with clause 52.249-4001 I TIME EXTENSIONS FOR UNUSUALLY

    SEVERE WEATHER (APR 1991 OCE)

    (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, 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 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.

    MONTHLY ANTICIPATED ADVERSE WEATHER DELAY

    WORKDAYS BASED ON 5-DAY WORK WEEK

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

    9 8 6 4 4 6 9 7 5 3 4 8

  • 7

    (c) Upon acknowledgment of the Notice to Proceed and continuing through-out the contract,

    the Contractor will record on the daily Contractor Quality Control 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

    workday. 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 in 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 workdays, and issue a modification in

    accordance with the contract clause entitled DEFAULT (FIXED PRICE CONSTRUCTION).

    16. If you have any questions, please contact Shannon Anthony at (912) 652-5161.

    Sincerely,

    Attachments(s) Russette F. Hazelwood

    1. Bid Price Schedule A Contracting Officer 2. Bid Price Schedule B 3. Wage Decision

    Enclosure(s)

    1. Appendix A 2. Appendix B 3. Appendix C 4. Appendix D

  • 8

    ATTACHMENT 1

    BID SCHEDULE A

    W912HN-09-X-1813

    Booker Ranges Fort Benning, GA

    ____________________________________________________________________________________ Item Unit Line Item No. Description Quantity Unit Price Amount______

    0001 BASE - Erosion Control and Sediment Control Plan Implementation for Booker Range 1 LS XXX $________________ ***Wage Decision GA120071 applies to this CLIN ONLY*** 0002 BASE 400 M Range Renovation 1 LS XXX $________________ 0003 BASE 400 M Range with all Ancillary Improvements as shown per the SPECs and Drawings (New Work) 1 LS XXX $________________ **the statutory limit is $750,000.00** 0004 BASE 100 M Covered Range Renovation 1 LS XXX $________________ 0005 BASE 100 M Covered Range with all Ancillary Improvements as shown per the SPECs and Drawings (New Work) 1 LS XXX $________________ **the statutory limit is $750,000.00** 0006 OPTION 1 100 M Flat Range Renovation 1 LS XXX $________________ 0007 OPTION 2 100 M Flat Range with all Ancillary Improvements as shown per the SPECs and Drawings (New Work) 1 LS XXX $________________ **the statutory limit is $750,000.00** 0008 OPTION 3 50 M Flat Range Renovation 1 LS XXX $________________ 0009 OPTION 4 50 M Flat Range with all Ancillary Improvements as shown per the SPECs and Drawings (New Work) 1 LS XXX $________________ **the statutory limit is $750,000.00** TOTAL BASE OFFER BID (Items 0001-0005) $_______________ TOTAL OPTION OFFER BID (Items 0006-0009) TOTAL BASE + OPTION BID (Items 0001-0009) $__________________

  • 9

    NOTES FOR BID SCHEDULE A

    NOTE NO. 1. The total Contract Duration for the work in this Schedule will not exceed 365

    Calendar Days. There will be a separate UXO contract (separate contract action) that will be

    executed concurrently with this construction contract. CLINs 0001 through 0009 will be

    impacted by UXO removal. Work stoppage will be coordinated in advance and will not exceed

    90 calendar days of total delay. The Contract Duration includes an additional 90 calendar days

    for this delay. Work can proceed on all areas not impacted by UXO or the UXO removal

    contractor. UXO clearance may take up to 180 calendar days from the date of this task order award.

    NOTE NO. 2. Offers providing less than 90 calendar days for Government acceptance after the

    date offers are due will not be considered and will be rejected.

    NOTE NO. 3. The statutory cost limitation for Contract Line Item Numbers (CLINs) 003, 005,

    007, and 0009 is $750,000. Offers that exceed this limit for the individual CLINs will be

    rejected even if the total for the Schedule is within the construction magnitude.

    NOTE NO. 4. All modifications to proposals are to be submitted on copies of the latest Contract

    Line Item (CLIN) schedules as issued in the Request for Proposal or the latest amendment

    thereto. In lieu of indicating additions/deductions to line items, all Offerors shall state revised

    prices for each item.

    NOTE NO. 5. Offerors must insert a price on all numbered items of the CLIN Schedule. Failure

    to do so will disqualify the Offeror.

    NOTE NO. 6. The Government may require the Contractor to perform the work identified as

    Option 1, Option 2, Option 3 and Option 4 at the prices stated in the CLIN Schedule. The

    Contracting Officer may exercise the Options upon award and/or by written notice to the

    Contractor within 90 calendar days after the date issuance of the Notice to Proceed by the

    Contracting Officer. The Option items will be performed within the base contract performance

    period.

    NOTE NO. 7. LIQUIDATED DAMAGES will be assessed at $662.96 per day.

    NOTE NO. 8. By separate bid schedule, the Booker Range Classroom/Pad is being solicited and

    awarded concurrently with this contract action. The Contractor will plan for the possibility of

    coordination with the awardee of a separate task order because that contractor will be working

    adjacent to the construction limits of this task order. The coordination required will included, but is

    not limited to, site access, contractor lay down, material delivery, worker access, and equipment

    movement. Coordination will be made through the Administrative Contracting Officer (ACO) and

    Contracting Officers Representative (COR).

  • 10

    ATTACHMENT 2

    BID SCHEDULE B

    W912HN-09-X-1813

    Booker Range Classroom/Pad Fort Benning, GA

    ____________________________________________________________________________________ Item Unit Line Item No. Description Quantity Unit Price Amount______

    0001 BASE - Design and Construct Classroom (New Work) 0001A Design Classroom 1 LS XXX $________________ 0001B Construct Classroom 1 LS XXX $________________ **the statutory limit is $750,000.00** 0002 BASE Design and Construct Concrete Pad for Arms Vault (New Work) 0002A Design Concrete Pad for Arms Vault 1 LS XXX $________________ 0002B Construct Concrete Pad for Arms Vault 1 LS XXX $________________ **the statutory limit is $750,000.00** TOTAL BASE OFFER BID (Items 0001-0002) $_______________

  • 11

    NOTES FOR BID SCHEDULE B

    NOTE NO. 1. The total Contract Duration for this work will not exceed 270 Calendar Days.

    NOTE NO. 2. Offers providing less than 90 calendar days for Government acceptance after the

    date offers are due will not be considered and will be rejected.

    NOTE NO. 3. The construction magnitude for SRM funded CLIN NUMBERs 0001-0002 is

    between $500,000 and $1.0 million. The statutory cost limitation for Contract Line Item

    Numbers (CLINs) 0001B and 0002B Combined is $750,000. Offers that exceed this limit for the

    individual CLINs will be rejected even if the total for the Schedule is within the construction

    magnitude.

    NOTE NO. 4. To better facilitate the receipt and proposal process, all modifications to proposals

    are to be submitted on copies of the latest Contract Line Item (CLIN) schedules as published in

    the solicitation or the latest amendment thereto. In lieu of indicating additions/deductions to line

    items, all Offerors shall state their revised prices for each item.

    NOTE NO. 5. Offerors must insert a price on all numbered items of the CLIN Schedule. Failure

    to do so will disqualify the Offeror.

    NOTE NO. 6. LIQUIDATED DAMAGES will be assessed at $662.96 per day.

    NOTE NO. 7. By separate bid schedule, the Booker Ranges contract is being solicited and awarded

    concurrently with this contract action. The Contractor will plan for the possibility of coordination

    with the awardee of a separate task order because that contractor will be working adjacent to the

    construction limits of this task order. The coordination required will included, but is not limited to,

    site access, contractor lay down, material delivery, worker access, and equipment movement.

    Coordination will be made through the Coordination will be made through the Administrative

    Contracting Officer (ACO) and Contracting Officers Representative (COR).

  • 12

    ATTACHMENT 3

    Wage Decision

    General Decision Number: GA120179 08/24/2012 GA179

    Superseded General Decision Number: GA20100251

    State: Georgia

    Construction Type: Building

    County: Chattahoochee County in Georgia.

    BUILDING CONSTRUCTION PROJECTS (does not include single family

    homes or apartments up to and including 4 stories).

    Modification Number Publication Date

    0 01/06/2012

    1 06/01/2012

    2 08/03/2012

    3 08/24/2012

    ASBE0048-001 04/01/2012

    Rates Fringes

    ASBESTOS WORKER/HEAT & FROST

    INSULATOR........................$ 24.82 13.26

    ----------------------------------------------------------------

    ELEC0613-001 09/01/2010

    Rates Fringes

    ELECTRICIAN......................$ 29.00 8.09

    FOOTNOTES: Work on bar joists, walk logs, exposed steel and

    swinging scaffolds when the surface the worker stands or

    sits on exceeds twenty-five (25) feet above solid floor and

    the worker is subject to free fall: $1.00 per hour

    additional. Work of a similar nature above fifty (50)

    feet: $3.00 per hour additional.

    ----------------------------------------------------------------

    ENGI0474-014 07/01/2010

    Rates Fringes

  • 13

    Operating Engineers:

    Boom (over 15 tons), Crane

    (over 10 tons), Drill,

    Forklift (15 tons and

    over), and Hoist (two drum).$ 23.30 11.60

    Bulldozer, Boom (15 tons

    and under), Compactor,

    Excavator, Forklift (under

    15 tons), Hoist (one

    drum), Loader, and Scraper..$ 21.47 11.60

    Crane (over 120 tons).......$ 24.30 11.60

    Crane (over 250 tons).......$ 25.30 11.60

    Oiler.......................$ 19.13 11.60

    ----------------------------------------------------------------

    * IRON0387-001 08/01/2012

    Rates Fringes

    IRONWORKER, STRUCTURAL...........$ 24.04 10.01

    ----------------------------------------------------------------

    * PAIN0193-001 08/01/2012

    Rates Fringes

    PAINTER: Brush, Roller, Spray...$ 18.00 8.52

    ----------------------------------------------------------------

    SUGA2008-163 08/21/2008

    Rates Fringes

    BRICKLAYER.......................$ 11.65 0.17

    CARPENTER, Includes Cabinet

    Installation, and Form Work

    (Excludes Drywall Hanging).......$ 12.23 0.00

    CEMENT MASON/CONCRETE FINISHER...$ 9.77 0.21

    DRYWALL HANGER...................$ 13.50 0.00

    IRONWORKER, REINFORCING..........$ 11.05 0.21

    LABORER: Common or General......$ 8.74 0.00

    LABORER: Pipelayer..............$ 8.00 0.00

  • 14

    METAL BUILDING ERECTOR...........$ 11.28 2.30

    OPERATOR: Backhoe...............$ 9.08 0.00

    OPERATOR: Grader/Blade..........$ 9.00 0.24

    OPERATOR: Mechanic..............$ 17.95 0.00

    OPERATOR: Roller................$ 10.88 0.00

    PIPEFITTER, Excludes HVAC

    Pipe Installation................$ 13.00 1.35

    PLUMBER, Includes HVAC Pipe

    Installation.....................$ 14.07 1.03

    ROOFER, Excludes Installation

    of Metal Roofs...................$ 10.00 0.00

    SHEET METAL WORKER, Includes

    Metal Roof Installation..........$ 16.52 2.27

    SPRINKLER FITTER (Fire

    Sprinklers)......................$ 11.00 3.18

    TILE SETTER......................$ 15.00 0.00

    TRUCK DRIVER.....................$ 7.25 0.00

    ----------------------------------------------------------------

    WELDERS - Receive rate prescribed for craft performing

    operation to which welding is incidental.

    ================================================================

    Unlisted classifications needed for work not included within

    the scope of the classifications listed may be added after

    award only as provided in the labor standards contract clauses

    (29CFR 5.5 (a) (1) (ii)).

    ----------------------------------------------------------------

    The body of each wage determination lists the classification

    and wage rates that have been found to be prevailing for the

  • 15

    cited type(s) of construction in the area covered by the wage

    determination. The classifications are listed in alphabetical

    order of "identifiers" that indicate whether the particular

    rate is union or non-union.

    Union Identifiers

    An identifier enclosed in dotted lines beginning with

    characters other than "SU" denotes that the union

    classification and rate have found to be prevailing for that

    classification. Example: PLUM0198-005 07/01/2011. The

    first four letters , PLUM, indicate the international union and

    the four-digit number, 0198, that follows indicates the local

    union number or district council number where applicable ,

    i.e., Plumbers Local 0198. The next number, 005 in the

    example, is an internal number used in processing the wage

    determination. The date, 07/01/2011, following these

    characters is the effective date of the most current

    negotiated rate/collective bargaining agreement which would be

    July 1, 2011 in the above example.

    Union prevailing wage rates will be updated to reflect any

    changes in the collective bargaining agreements governing the

    rate.

    Non-Union Identifiers

    Classifications listed under an "SU" identifier were derived

    from survey data by computing average rates and are not union

    rates; however, the data used in computing these rates may

    include both union and non-union data. Example: SULA2004-007

    5/13/2010. SU indicates the rates are not union rates, LA

    indicates the State of Louisiana; 2004 is the year of the

    survey; and 007 is an internal number used in producing the

    wage determination. A 1993 or later date, 5/13/2010, indicates

    the classifications and rates under that identifier were issued

    as a General Wage Determination on that date.

    Survey wage rates will remain in effect and will not change

    until a new survey is conducted.

    ----------------------------------------------------------------

    WAGE DETERMINATION APPEALS PROCESS

    1.) Has there been an initial decision in the matter? This can

  • 16

    be:

    * an existing published wage determination

    * a survey underlying a wage determination

    * a Wage and Hour Division letter setting forth a position on

    a wage determination matter

    * a conformance (additional classification and rate) ruling

    On survey related matters, initial contact, including requests

    for summaries of surveys, should be with the Wage and Hour

    Regional Office for the area in which the survey was conducted

    because those Regional Offices have responsibility for the

    Davis-Bacon survey program. If the response from this initial

    contact is not satisfactory, then the process described in 2.)

    and 3.) should be followed.

    With regard to any other matter not yet ripe for the formal

    process described here, initial contact should be with the

    Branch of Construction Wage Determinations. Write to:

    Branch of Construction Wage Determinations

    Wage and Hour Division

    U.S. Department of Labor

    200 Constitution Avenue, N.W.

    Washington, DC 20210

    2.) If the answer to the question in 1.) is yes, then an

    interested party (those affected by the action) can request

    review and reconsideration from the Wage and Hour Administrator

    (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

    Wage and Hour Administrator

    U.S. Department of Labor

    200 Constitution Avenue, N.W.

    Washington, DC 20210

    The request should be accompanied by a full statement of the

    interested party's position and by any information (wage

    payment data, project description, area practice material,

    etc.) that the requestor considers relevant to the issue.

    3.) If the decision of the Administrator is not favorable, an

    interested party may appeal directly to the Administrative

    Review Board (formerly the Wage Appeals Board). Write to:

    Administrative Review Board

    U.S. Department of Labor

  • 17

    200 Constitution Avenue, N.W.

    Washington, DC 20210

    4.) All decisions by the Administrative Review Board are final.

    ================================================================

    END OF GENERAL DECISION

    Wage Decision GA120071

    Applies to Bid Schedule A, CLIN 0001 ONLY

    Erosion Control and Sediment Control Plan Implementation for

    Booker Range

    General Decision Number: GA120071 08/24/2012 GA71

    Superseded General Decision Number: GA20100143

    State: Georgia

    Construction Type: Heavy

    Counties: Chattahoochee, Crawford, Houston, Marion, Monroe

    and Muscogee Counties in Georgia.

  • 18

    Modification Number Publication Date

    0 01/06/2012

    1 08/24/2012

    ELEC0613-010 09/01/2010

    Chattahoochee, Marion and Muscogee Counties

    Rates Fringes

    ELECTRICIAN......................$ 29.00 8.09

    FOOTNOTES: High time on water tanks, steeples, TV or radio

    towers, smoke stacks & silos, where the electrical work

    performed extends twenty-five (25) feet above the base of

    these specified structures: $3.00 per hour additional. Work

    performed above three hundred (300) feet of the above

    described structures: $4.00 per hour additional. Work on

    the above structures above twenty-five (25) feet from a

    spider or bosun chair: $6.00 per hour additional. Work on

    bar joists, walk logs, exposed steel & swinging scaffolds

    when the surface the worker stands or sits on exceeds

    twenty-five (25) feet above solid floor & the worker is

    subject to free fall: $1.00 per hour additional. Work of a

    similar nature above fifty(50) feet: $3.00 per hour

    additional.

    ----------------------------------------------------------------

    ELEC1316-007 09/01/2011

    Crawford, Houston and Monroe Counties

    Rates Fringes

    ELECTRICIAN......................$ 22.60 9.14

    ----------------------------------------------------------------

    ENGI0474-006 07/01/2011

    Chattahoochee, Houston and Marion Counties

    Rates Fringes

    Operating Engineers:

    Bulldozer...................$ 21.97 11.80

    Forklift, 15 tons and over..$ 23.80 11.80

    Forklift, under 15 tons.....$ 21.97 11.80

    ----------------------------------------------------------------

    ENGI0926-008 07/01/2010

  • 19

    Crawford, Monroe, and Muscogee Counties

    Rates Fringes

    Operating Engineers:

    Bulldozer and Forklift......$ 22.45 11.18

    ----------------------------------------------------------------

    * PAIN0193-003 08/01/2012

    Rates Fringes

    PAINTER: Brush, Roller and

    Spray............................$ 22.35 8.52

    ----------------------------------------------------------------

    * SUGA2008-055 08/06/2008

    Rates Fringes

    CARPENTER........................$ 13.02 1.49

    CEMENT MASON/CONCRETE FINISHER...$ 11.75 1.08

    IRONWORKER, REINFORCING..........$ 11.50 2.04

    LABORER: Common or General......$ 9.00 0.00

    LABORER: Pipelayer..............$ 10.07 0.00

    OPERATOR: Backhoe/Excavator.....$ 12.63 0.00

    OPERATOR: Crane.................$ 17.05 3.44

    OPERATOR: Grader/Blade..........$ 14.16 0.27

    OPERATOR: Loader................$ 13.65 1.78

    OPERATOR: Piledriver............$ 10.63 0.48

    OPERATOR: Roller................$ 9.75 0.19

    OPERATOR: Trackhoe..............$ 11.00 1.10

    TRUCK DRIVER.....................$ 9.50 1.05

    ----------------------------------------------------------------

    WELDERS - Receive rate prescribed for craft performing

  • 20

    operation to which welding is incidental.

    ================================================================

    Unlisted classifications needed for work not included within

    the scope of the classifications listed may be added after

    award only as provided in the labor standards contract clauses

    (29CFR 5.5 (a) (1) (ii)).

    ----------------------------------------------------------------

    The body of each wage determination lists the classification

    and wage rates that have been found to be prevailing for the

    cited type(s) of construction in the area covered by the wage

    determination. The classifications are listed in alphabetical

    order of "identifiers" that indicate whether the particular

    rate is union or non-union.

    Union Identifiers

    An identifier enclosed in dotted lines beginning with

    characters other than "SU" denotes that the union

    classification and rate have found to be prevailing for that

    classification. Example: PLUM0198-005 07/01/2011. The

    first four letters , PLUM, indicate the international union and

    the four-digit number, 0198, that follows indicates the local

    union number or district council number where applicable ,

    i.e., Plumbers Local 0198. The next number, 005 in the

    example, is an internal number used in processing the wage

    determination. The date, 07/01/2011, following these

    characters is the effective date of the most current

    negotiated rate/collective bargaining agreement which would be

    July 1, 2011 in the above example.

    Union prevailing wage rates will be updated to reflect any

    changes in the collective bargaining agreements governing the

    rate.

    Non-Union Identifiers

    Classifications listed under an "SU" identifier were derived

    from survey data by computing average rates and are not union

    rates; however, the data used in computing these rates may

    include both union and non-union data. Example: SULA2004-007

  • 21

    5/13/2010. SU indicates the rates are not union rates, LA

    indicates the State of Louisiana; 2004 is the year of the

    survey; and 007 is an internal number used in producing the

    wage determination. A 1993 or later date, 5/13/2010, indicates

    the classifications and rates under that identifier were issued

    as a General Wage Determination on that date.

    Survey wage rates will remain in effect and will not change

    until a new survey is conducted.

    ----------------------------------------------------------------

    WAGE DETERMINATION APPEALS PROCESS

    1.) Has there been an initial decision in the matter? This can

    be:

    * an existing published wage determination

    * a survey underlying a wage determination

    * a Wage and Hour Division letter setting forth a position on

    a wage determination matter

    * a conformance (additional classification and rate) ruling

    On survey related matters, initial contact, including requests

    for summaries of surveys, should be with the Wage and Hour

    Regional Office for the area in which the survey was conducted

    because those Regional Offices have responsibility for the

    Davis-Bacon survey program. If the response from this initial

    contact is not satisfactory, then the process described in 2.)

    and 3.) should be followed.

    With regard to any other matter not yet ripe for the formal

    process described here, initial contact should be with the

    Branch of Construction Wage Determinations. Write to:

    Branch of Construction Wage Determinations

    Wage and Hour Division

    U.S. Department of Labor

    200 Constitution Avenue, N.W.

    Washington, DC 20210

    2.) If the answer to the question in 1.) is yes, then an

    interested party (those affected by the action) can request

    review and reconsideration from the Wage and Hour Administrator

    (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

  • 22

    Wage and Hour Administrator

    U.S. Department of Labor

    200 Constitution Avenue, N.W.

    Washington, DC 20210

    The request should be accompanied by a full statement of the

    interested party's position and by any information (wage

    payment data, project description, area practice material,

    etc.) that the requestor considers relevant to the issue.

    3.) If the decision of the Administrator is not favorable, an

    interested party may appeal directly to the Administrative

    Review Board (formerly the Wage Appeals Board). Write to:

    Administrative Review Board

    U.S. Department of Labor

    200 Constitution Avenue, N.W.

    Washington, DC 20210

    4.) All decisions by the Administrative Review Board are final.

    ================================================================

    END OF GENERAL DECISION

  • 23

    ENCLOSURE 1

    APPENDIX A

    GENERAL PROPOSAL SUBMISSION AND TABBING REQUIREMENTS

    W912HN-09-X-1813

    Booker Range

    Fort Benning, GA

    1. VOLUME I: Shall be submitted in hardcopy only (One original).

    TAB A Schedule A, Bid Price Schedule. Schedule B, Bid Price Schedule

    TAB B- Bid Bonds (original only)

    2. VOLUME II: Shall be submitted in hardcopy and electronic copy (CD-ROM) (Original, plus two (2) copies and one (1) copy on CD-ROM).

    Electronic Requirements: Written portions of the proposal should be in MS Word, or

    Adobe Acrobat PDF. The electronic version shall be a single file tabbed in the same order as the

    hard copy. Drawings should be in Adobe Acrobat PDF. Any portion of the proposal not available

    in electronic format, i.e. cut sheets, should be scanned in Adobe Acrobat PDF format. The CD-

    ROM must be clearly labeled by solicitation number, project name, installation, and Offerors name. In the event of any conflict between the electronic submission and the hard copy

    submission, the hard copy submission will govern and will be the material upon which the

    Government bases its evaluation and ultimately, its decision.

    TAB C - FACTOR 1: BUILDING FUNCTION AND AESTHETICS applies to only to

    items on Bid Schedule B (Booker Range Classroom/Pad) only as a Design Build approach

    applies to these CLINs.

    The technical data criteria specified for each factor identified herein and as desribed in

    Appendix B shall be submitted as part of the proposal. All alternate designs shall be graphically

    described on separate drawings from the basic proposal.

    Manufacturers catalog sheets that are submitted, as part of the proposal, will be used to evaluate offers based on their qualitative features and risk to the Government. It is expected that

    some specific models and capacities may not be indicated at the time of proposal submission.

    However, manufacturers, product features, product lines, and models can be proposed and

    qualitative and risk evaluations can and will be made by the Government. Those manufacturers,

    product features, product lines, and models are to be included in the final design documents and

    will be incorporated into the construction contract.

    Failure to submit all the data required by the RFP, this Appendix and Appendix B may be

    cause for determining a proposal incomplete and, therefore, not considered for award.

  • 24

    ENCLOSURE 2

    Appendix B

    Proposal Factors and Submission Requirements

    W912HN-09-X-1813

    Booker Range, Ft. Benning

    Offerors are reminded that this Appendix is intended to provide a comprehensive list of potential

    factors and corresponding submission and evaluation criteria. However, as the Government

    identifies the need for other potential factors, this list is subject to revision as needed. Please

    refer to the RFP letter for identification of the specific factors that may apply to the instant task

    order under consideration.

    FACTOR 1: BUILDING FUNCTION AND AESTHETICS (Applies to Bid Schedule B

    (Booker Range Classrooms/Pad) Only.

    SUBMISSION REQUIREMENTS:

    1.1 Presentation Drawings:

    1.1.1 Presentation Exterior Elevations of each facility clearly noting proposed materials and

    colors.

    1.1.2 At least one (1) Exterior Perspective Rendering (may be CADD rendering) for each facility

    type included in the contract. Rendering should be at least 11 x 17 in order to show a detailed perspective view of the building.

    1.1.3 Schematic floor plans for each floor of each facility.

    1.2 Technical Approach Narratives.

    1.2.1 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.

    1.2.2 Minimum Space and Facility Size. Describe the spaces provided for each facility, in

    accordance with the 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 and/or specifications. See the sample Format for Table of Facilities

    and Format for Table of Spaces at Attachments 3 and 4, respectively.

    1.2.3 Architectural Theme and Materials. This narrative shall be no longer than 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

  • 25

    the facilities and improves the living and/or working conditions for the 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.

    1.3 Evaluation Criteria.

    1.3.1 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 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:

    1.3.1.1 How well the floor plan responds to the Functional Relationship requirements described

    in the Statement of Work.

    1.3.1.2 How well the floor plan and space arrangement facilitate work flow and access necessary

    to successfully operate this facility in accordance with its mission.

    1.3.1.3 Do the facilities provide acceptable life safety and fire safety measures?

    1.3.1.4 Do the proposed plans demonstrate compliance with the mandatory requirements for

    circulation, furnishings (e.g., for UEPHs, will the required furniture fit in the rooms?), equipment, and other specifically identified items in the Statement of Work?

    1.3.1.5 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 will be considered under this area:

    1.3.2 Exterior Considerations: As Applicable

    1.3.2.1 Proposals shall be evaluated on design of facades, roof lines, delineation of entrances,

    proportions of fenestration in relation to elevations, shade and shadow effects, materials,

    textures, exterior color schemes.

    1.3.2.2 Is the building 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?

    1.3.3 Interior Considerations: As Applicable

    1.3.3.1 Are the proposed colors and material finishes conducive to the working environment of

    the facility?

    1.3.3.2 For administrative areas, does the interior design provided establish a positive working

    environment?

  • 26

    1.3.3.3 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?

    1.3.3.4 Do the proposed ceiling material, elevation, and design enhance the environment?

    1.3.3.5 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.

    1.3.3.6 Does the proposal provide for acoustic control of noise from service/support spaces to

    administrative areas?

    1.3.4 Minimum Space and Facility Size

    1.3.4.1 The proposal must include all the mandatory spaces in response to the requirements set

    forth in the Statement of Work. Proposals will be evaluated on compliance with these

    requirements.

    1.3.4.2 Proposals shall identify any individual areas which are less than the required areas and

    describe how such deviation would enhance the building function.

    1.3.4.3 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 the Statement of Work.

    Price

    2. Submission Requirements:

    2.1 Pricing shall be completed and submitted on the Task Order Pricing ScheduleSchedule A and Schedule B of the RFP.

    2.2 Evaluation Criteria: Price analysis will be performed to determine if proposed prices

    are fair and reasonable as well as to assure offeror understanding of the work and ability to

    execute task order at price proposed. The evaluation will determine the extent to which the price

    proposal is consistent with the requirements of the RFP, to include statutory limitations.

    Historical price information, competitive price information, the Independent Government

    Estimate (IGE), or any other pricing tool as necessary will be utilized in making this

    determination. Offerors are advised that any offer wherein pricing is deemed unfair,

    unreasonable or unrealistic may be rendered ineligible for award.

  • 27

    ENCLOSURE 3

    APPENDIX C

    RATINGS AND DEFINITIONS

    W912HN-09-X-1813

    Booker Range, Ft. Benning

    Evaluation factor ratings will be determined and assigned by the Contracting Officer using the

    adjectival descriptions contained herein. Upon assessment of individual factor ratings, the

    Contracting Officer will then determine and assign the appropriate overall rating for the proposal

    using these same adjectival descriptions. Offerors are reminded that as each technical factor is evaluated an assessment of performance risk is also made as it relates to present and past work

    performed under the existing umbrella contract, and the Offerors ability to successfully perform the requested task order. (Applies to Bid Schedule B (Booker Range Classrooms/Pad) Only.)

    OUTSTANDING Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of

    unsuccessful performance is very low.

    GOOD - Proposal meets requirements and indicates a thorough approach and understanding

    of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of

    unsuccessful performance is very low.

    ACCEPTABLE - Proposal meets requirements and indicates an adequate approach and

    understanding of the requirements. Strengths and weaknesses are offsetting or will have little

    or no impact on contract performance. Risk of unsuccessful performance is no worse than

    moderate.

    MARGINAL Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more

    weaknesses which are not offset by strengths. Risk of unsuccessful performance is high.

    UNACCEPTABLE Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable.

  • 28

    ENCLOSURE 4

    APPENDIX D

    BUILDING FUNCTION AND AESTHETICS

    SAMPLE FORMAT FOR TABLE OF FACILITIES

    W912HN-09-X-1813

    Booker Range, Ft. Benning

    (Applies to Bid Schedule B (Booker Range Classrooms/Pad) Only.

    FACILITY

    (1)

    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. Tactical Equipment Maintenance Facility (TEMF), Company Operations Facility (COF) Headquarters Facility (HQ), 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 request for proposal. If the Request for Proposal 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 requirements. + differences

    represent areas above the Request for Proposal requirements and differences represent areas below the requirements. Offerors 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 Offerors to place additional relevant information with respect to building area.

  • 29

    BUILDING FUNCTION AND AESTHETICS

    SAMPLE FORMAT FOR TABLE OF SPACES

    FACILITY: _____________________

    SPACE

    DESIGNATION

    (1)

    REQUIREMENTS

    MIN REQUIRED

    (2)

    SF

    PROPOSAL

    PROVIDED

    (3)

    SF

    DIFFERENCE

    (+/-)

    (4)

    SF

    NOTES/REMARKS

    (5)

    Notes:

    (1) The Offeror shall list all spaces within the identified facility in this column. (2) The Offeror shall complete this column by taking the information directly from the Request for Proposal Statement

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

    (3) The Offeror shall complete this column directly from the information contained in the proposal. (4) This column represents the mathematical difference between the proposal and the requirements. + differences

    represent areas above the requirements and differences represent areas below the requirements. (5) This column is provided to allow the Offerors to place additional relevant information with respect to spaces

    provided.

    (6) 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.

  • This page was intentionally left blank for duplex printing.

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    PROJECT TABLE OF CONTENTS

    DIVISION 01 - GENERAL REQUIREMENTS

    01 11 00 *1 SUMMARY OF WORK01 32 01.00 10 *1 PROJECT SCHEDULE01 33 00 *1 SUBMITTAL PROCEDURES01 35 26 *1 GOVERNMENTAL SAFETY REQUIREMENTS01 42 00 *1 SOURCES FOR REFERENCE PUBLICATIONS01 45 00.00 10 *1 QUALITY CONTROL01 45 00.10 10 *1 QUALITY CONTROL SYSTEM (QCS)01 50 00 *1 TEMPORARY CONSTRUCTION FACILITIES AND CONTROLS01 57 20.00 10 *1 ENVIRONMENTAL PROTECTION01 57 23 *1 TEMPORARY STORM WATER POLLUTION CONTROL01 62 35 *1 RECYCLED / RECOVERED MATERIALS01 74 19 CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT01 78 00 *1 CLOSEOUT SUBMITTALS01 78 23 *1 OPERATION AND MAINTENANCE DATA

    DIVISION 02 - EXISTING CONDITIONS

    02 41 00 *1 DEMOLITION

    DIVISION 03 - CONCRETE

    03 30 00 *1 CAST-IN-PLACE CONCRETE

    DIVISION 05 - METALS

    05 12 00 *1 STRUCTURAL STEEL05 30 00 *1 STEEL DECKS05 40 00 *1 COLD-FORMED METAL FRAMING05 50 13 *1 MISCELLANEOUS METAL FABRICATIONS

    DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES

    06 10 00 *1 ROUGH CARPENTRY

    DIVISION 07 - THERMAL AND MOISTURE PROTECTION

    07 11 13 *1 BITUMINOUS DAMPPROOFING07 42 13 *1 METAL WALL PANELS07 53 24 *1 FABRIC COVER STRUCTURE07 54 50 *1 TPO THERMOPLASTIC SINGLE-PLY ROOFING07 60 00 *1 FLASHING AND SHEET METAL07 61 14.00 20 *1 STEEL STANDING SEAM ROOFING07 92 00 *1 JOINT SEALANTS

    DIVISION 08 - OPENINGS

    08 11 13 *1 STEEL DOORS AND FRAMES 08 91 00 *1 METAL WALL LOUVERS

    DIVISION 09 - FINISHES

    09 90 00 *1 PAINTS AND COATINGS

    DIVISION 13 - SPECIAL CONSTRUCTION

    PROJECT TABLE OF CONTENTS Page 1

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    13 12 50 *1 ANGLE FRAME BLEACHERS

    DIVISION 26 - ELECTRICAL

    26 20 00 *1 INTERIOR DISTRIBUTION SYSTEM26 41 01.00 10 *1 LIGHTNING PROTECTION SYSTEM26 51 00 *1 INTERIOR LIGHTING

    DIVISION 31 - EARTHWORK

    31 00 00 *1 EARTHWORK

    DIVISION 32 - EXTERIOR IMPROVEMENTS

    32 11 23 *1 AGGREGATE AND/OR GRADED-CRUSHED AGGREGATE BASE COURSE32 16 13 *1 CONCRETE SIDEWALKS AND CURBS AND GUTTERS32 92 19 *1 SEEDING

    DIVISION 33 - UTILITIES

    33 40 00 *1 STORM DRAINAGE UTILITIES33 70 02.00 10 *1 ELECTRICAL DISTRIBUTION SYSTEM, UNDERGROUND

    -- End of Project Table of Contents --

    PROJECT TABLE OF CONTENTS Page 2

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    SECTION 01 11 00A

    *1 SUMMARY OF WORK08/11

    PART 1 GENERAL

    1.1 WORK COVERED BY CONTRACT DOCUMENTS

    1.1.1 Project Description

    Construct Booker Range 75th Ranger Regiment in accordance with Construction plans and Specifications.

    This project consists of the construction of Ranges and various support facilities at the Booker Range, Fort Benning. This range facility consists of the following structures to facilitate this training: overhead range cover, firing line canopies at each of the four ranges, a storage building, target lifter pit and two bleacher enclosures.

    1.1.2 Location

    The work shall be located at the existing Booker Range, Fort Benning, Georgia. The exact location will be shown by the Contracting Officer.

    1.2 OCCUPANCY OF PREMISES

    Before work is started, the Contractor shall arrange with the Contracting Officer a sequence of procedure, means of access, space for storage of materials and equipment, and use of approaches.

    Contractor shall coordinate with Range Division thru Contracting Officer for work due to proximity of this range with other active houses in the area.

    1.3 EXISTING WORK

    In addition to "FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements":

    a. Remove or alter existing work in such a manner as to prevent injury or damage to any portions of the existing work which remain.

    b. Repair or replace portions of existing work which have been altered during construction operations to match existing or adjoining work, as approved by the Contracting Officer. At the completion of operations, existing work shall be in a condition equal to or better than that which existed before new work started.

    1.4 LOCATION OF UNDERGROUND FACILITIES

    Contractor shall be responsible for obtaining approval for all utility spotting and dig permits. Contractor shall provide to the COR copies of approval for spottings and digging. Contractor shall be responsible for cost associated with digging and / or utility / cable repairs.

    Notify the Contracting Officer at least 48 hours prior to starting excavation work.

    SECTION 01 11 00 Page 1 (Revised by RFPLetter_R1)

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    1.5 GOVERNMENT-FURNISHED MATERIAL AND EQUIPMENT

    There is no Government furnished equipment in this contract.

    1.6 GOVERNMENT-INSTALLED WORK

    The Government will install range equipment after the Contractor has turned over the completed project to the Government. Contractor shall coordinate with Government for target carriers that will be Government installed to ensure the attachment to contractor installed structure..

    1.7 SALVAGE MATERIAL AND EQUIPMENT

    There is no material or equipment to salvage on this Contract.

    PART 2 PRODUCTS

    Not used.

    PART 3 EXECUTION

    Not used. -- End of Section --

    SECTION 01 11 00 Page 2 (Revised by RFPLetter_R1)

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    SECTION 01 32 01.00 10A

    *1 PROJECT SCHEDULE08/08

    PART 1 GENERAL

    1.1 REFERENCES

    The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

    U.S. ARMY CORPS OF ENGINEERS (USACE)

    ECB 2005-10 (2005) Scheduling Requirements for Testing of Mechanical Systems in Construction Contracts

    ER 1-1-11 (1995) Administration -- Progress, Schedules, and Network Analysis Systems

    1.2 SUBMITTALS

    Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

    SD-01 Preconstruction Submittals

    Project Schedule; G

    1.3 QUALITY ASSURANCE

    Designate an authorized representative to be responsible for the preparation of the schedule and all required updating (activity status) and preparation of reports. The authorized representative shall have previously developed, created, and maintained at least 2 electronic schedules for projects similar in nature to this project and shall be experienced in the use of the scheduling software that meets the requirements of this specification.

    PART 2 PRODUCTS

    Not Used

    PART 3 EXECUTION

    3.1 GENERAL REQUIREMENTS

    Prepare for approval a Project Schedule, as specified herein, pursuant to the Contract Clause, SCHEDULE FOR CONSTRUCTION CONTRACTS. Show in the schedule the sequence in which the Contractor proposes to perform the work and dates on which the Contractor contemplates starting and completing all schedule activities. The scheduling of the entire project, including the

    SECTION 01 32 01.00 10 Page 1 (Revised by RFPLetter_R1)

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    design and construction sequences, is required. The scheduling of construction is the responsibility of the Contractor. Contractor management personnel shall actively participate in its development. Subcontractors and suppliers working on the project shall also contribute in developing and maintaining an accurate Project Schedule. Provide a schedule that is a forward planning as well as a project monitoring tool.

    3.1.1 Approved Project Schedule

    Use the approved Project Schedule to measure the progress of the work and to aid in evaluating time extensions. Make the schedule cost loaded and activity coded. The schedule will provide the basis for all progress payments. If the Contractor fails to submit any schedule within the time prescribed, the Contracting Officer may withhold approval of progress payments until the Contractor submits the required schedule.

    3.1.2 Schedule Status Reports

    Provide a Schedule Status Report on at least a monthly basis. If, in the opinion of the Contracting Officer, the Contractor falls behind the approved schedule, take steps necessary to improve its progress including those that may be required by the Contracting Officer, without additional cost to the Government. In this circumstance, the Contracting Officer may require the Contractor to increase the number of shifts, overtime operations, days of work, and/or the amount of construction plant, and to submit for approval any supplementary schedule or schedules as the Contracting Officer deems necessary to demonstrate how the approved rate of progress will be regained.

    3.1.3 Default Terms

    Failure of the Contractor to comply with the requirements of the Contracting Officer shall be grounds for a determination, by the Contracting Officer, that the Contractor is not prosecuting the work with sufficient diligence to ensure completion within the time specified in the contract. Upon making this determination, the Contracting Officer may terminate the Contractor's right to proceed with the work, or any separable part of it, in accordance with the default terms of the contract.

    3.2 BASIS FOR PAYMENT AND COST LOADING

    Use the schedule as the basis for determining contract earnings during each update period and therefore the amount of each progress payment. Lack of an approved schedule update, or qualified scheduling personnel, will result in the inability of the Contracting Officer to evaluate contract earned value for the purposes of payment. Failure of the Contractor to provide all required information will result in the disapproval of the preliminary, initial and subsequent schedule updates. In the event schedule revisions are directed by the Contracting Officer and those revisions have not been included in subsequent revisions or updates, the Contracting Officer may hold retainage up to the maximum allowed by contract, each payment period, until such revisions to the Project Schedule have been made. Activity cost loading shall be reasonable, as determined by the Contracting Officer. The aggregate value of all activities coded to a contract CLIN shall equal the value of the CLIN on the Schedule.

    3.3 PROJECT SCHEDULE DETAILED REQUIREMENTS

    The computer software system utilized to produce and update the Project

    SECTION 01 32 01.00 10 Page 2 (Revised by RFPLetter_R1)

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    Schedule shall be capable of meeting all requirements of this specification. Failure of the Contractor to meet the requirements of this specification will result in the disapproval of the schedule.

    3.3.1 Critical Path Method

    Use the Critical Path Method (CPM) of network calculation to generate the Project Schedule. Prepare the Project Schedule using the Precedence Diagram Method (PDM).

    3.3.2 Level of Detail Required

    Develop the Project Schedule to an appropriate level of detail. Failure to develop the Project Schedule to an appropriate level of detail, as determined by the Contracting Officer, will result in its disapproval. The Contracting Officer will consider, but is not limited to, the following characteristics and requirements to determine appropriate level of detail:

    3.3.2.1 Activity Durations

    Reasonable activity durations are those that allow the progress of ongoing activities to be accurately determined between update periods. Less than 2 percent of all non-procurement activities shall have Original Durations (OD) greater than 20 work days or 30 calendar days. Procurement activities are defined herein.

    3.3.2.2 Procurement Activities

    The schedule must include activities associated with the submittal, approval, procurement, fabrication and delivery of long lead materials, equipment, fabricated assemblies and supplies. Long lead procurement activities are those with an anticipated procurement sequence of over 90 calendar days. A typical procurement sequence includes the string of activities: submit, approve, procure, fabricate, and deliver.

    3.3.2.3 Mandatory Tasks

    The following tasks must be included and properly scheduled:

    a. Submission, review and acceptance of design packages.

    b. Submission of mechanical/electrical/information systems layout drawings.

    c. Submission and approval of O & M manuals.

    d. Submission and approval of as-built drawings.

    e. Submission and approval of 1354 data and installed equipment lists.

    f. Submission and approval of testing and air balance (TAB).

    g. Submission of TAB specialist design review report.

    h. Submission and approval of fire protection specialist.

    i. Submission and approval of testing and balancing of HVAC plus commissioning plans and data. Develop the schedule logic associated with testing and commissioning of mechanical systems to a level of detail consistent with ECB 2005-10.

    SECTION 01 32 01.00 10 Page 3 (Revised by RFPLetter_R1)

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    j. Air and water balancing.

    k. HVAC commissioning.

    l. Controls testing plan submission.

    m. Controls testing.

    n. Performance Verification testing.

    o. Other systems testing, if required.

    p. Contractor's pre-final inspection.

    q. Correction of punchlist from Contractor's pre-final inspection.

    r. Government's pre-final inspection.

    s. Correction of punch list from Government's pre-final inspection.

    t. Final inspection.

    3.3.2.4 Government Activities

    Show Government and other agency activities that could impact progress. These activities include, but are not limited to: approvals, inspections, utility tie-in, Government Furnished Equipment (GFE) and Notice to Proceed (NTP) for phasing requirements.

    3.3.2.5 Activity Responsibility Coding (RESP)

    Assign responsibility Code for all activities to the Prime Contractor, Subcontractor or Government agency responsible for performing the activity. Activities coded with a Government Responsibility code include, but are not limited to: Government approvals, Government design reviews, environmental permit approvals by State regulators, Government Furnished Equipment (GFE) and Notice to Proceed (NTP) for phasing requirements. Code all activities not coded with a Government Responsibility Code to the Prime Contractor or Subcontractor responsible to perform the work. Activities shall not have more than one Responsibility Code. Examples of acceptable activity code values are: DOR (for the designer of record); ELEC (for the electrical subcontractor); MECH (for the mechanical subcontractor); and GOVT (for USACE). Unacceptable code values are abbreviations of the names of subcontractors.

    3.3.2.6 Activity Work Area Coding

    Assign Work Area code to activities based upon the work area in which the activity occurs. Define work areas based on resource constraints or space constraints that would preclude a resource, such as a particular trade or craft work crew, from working in more than one work area at a time due to restraints on resources or space. Examples of Work Area Coding include different areas within a floor of a building, different floors within a building, and different buildings within a complex of buildings. Activities shall not have more than one Work Area Code. Not all activities are required to be Work Area coded. A lack of Work Area coding will indicate the activity is not resource or space constrained.

    SECTION 01 32 01.00 10 Page 4 (Revised by RFPLetter_R1)

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    3.3.2.7 Contract Changes/Requests for Equitable Adjustment (REA) Coding (MODF)

    Assign Activity code to any activity or sequence of activities added to the schedule as a result of a Contract Modification, when approved by the Contracting Officer, with a Contract Changes/REA Code. Key all Code values to the Government's modification numbering system. Any activity or sequence of activities added to the schedule as a result of alleged constructive changes made by the Government may be added to a copy of the current schedule, subject to the approval of the Contracting Officer. Assign Activity codes for these activities with a Contract Changes/REA Code. Key the code values to the Contractor's numbering system. Approval to add these activities does not necessarily mean the Government accepts responsibility and, therefore, liability for such activities and any associated impacts to the schedule, but rather the Government recognizes such activities are appropriately added to the schedule for the purposes of maintaining a realistic and meaningful schedule. Such activities shall not be Responsibility Coded to the Government unless approved. An activity shall not have more than one Contract Changes/REA Code.

    3.3.2.8 Contract Line Item (CLIN) Coding (BIDI)

    Code all activities to the CLIN on the Contract Line Item Schedule to which the activity belongs. An activity shall not contain more than one CLIN Item Code. CLIN Item code all activities, even when an activity is not cost loaded.

    3.3.2.9 Phase of Work Coding (PHAS)

    Assign Phase of Work Code to all activities based upon the phase of work in which the activity occurs. Code activities to a Construction Phase. Code fast track construction phases proposed by the Contractor to allow filtering and organizing the schedule by fast track design and construction packages. If the contract specifies construction phasing with separately defined performance periods, identify a Construction Phase Code to allow filtering and organizing the schedule accordingly. Each activity shall be identified with a single project phase and have only one Phase of Work code.

    3.3.2.10 Category of Work Coding (CATW)

    Assign Category of Work Code to all Activities based upon the category of work to which the activity belongs. Category of Work Code must include, but is not limited to: construction submittal approvals, Acceptance, Procurement, Fabrication, Delivery, Weather Sensitive Installation, Non-Weather Sensitive Installation, Start-Up, Test and Turnover. Assign a Category of Work Code to each activity. Each activity shall have only one Category of Work Code.

    3.3.2.11 Definable Features of Work Coding (FOW1, FOW2, FOW3)

    Assign a Definable Feature of Work Code to appropriate activities based on the definable feature of work to which the activity belongs. Definable Feature of Work is defined in Specification Section 01 45 00.00 10 QUALITY CONTROL. An activity shall not have more than one Definable Feature of Work Code. Not all activities are required to be Definable Feature of Work Coded.

    SECTION 01 32 01.00 10 Page 5 (Revised by RFPLetter_R1)

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    3.3.3 Scheduled Project Completion and Activity Calendars

    The schedule interval shall extend from NTP date to the required contract completion date. The contract completion activity (End Project) shall finish based on the required contract duration in the accepted contract proposal, as adjusted for any approved contract time extensions. The first scheduled work period shall be the day after NTP is received by the Contractor. Schedule activities on a calendar to which the activity logically belongs. Activities may be assigned to a 7 day calendar when the contract assigns calendar day durations for the activity such as a Government Acceptance activity. If the Contractor intends to perform physical work less than seven days per week, schedule the associated activities on a calendar with non-work periods identified including weekends and holidays. Assign the Category of Work Code - Weather Sensitive Installation to those activities that are weather sensitive. Original durations must account for anticipated normal adverse weather. The Government will interpret all work periods not identified as non-work periods on each calendar as meaning the Contractor intends to perform work during those periods.

    3.3.3.1 Project Start Date

    The schedule shall start no earlier than the date on which the NTP was acknowledged. Include as the first activity in the project schedule an activity called "Start Project"( or NTP). The "Start Project" activity shall have an "ES" constraint date equal to the date that the NTP was acknowledged, and a zero day duration.

    3.3.3.2 Schedule Constraints and Open Ended Logic

    Constrain completion of the last activity in the schedule by the contract completion date. Schedule calculations shall result in a negative float when the calculated early finish date of the last activity is later than the contract completion date. Include as the last activity in the project schedule an activity called "End Project". The "End Project" activity shall have an "LF" constraint date equal to the contract completion date for the project, and with a zero day duration or by using the "project must finish by" date in the scheduling software. The schedule shall have no constrained dates other than those specified in the contract. The use of artificial float constraints such as "zero fee float" or "zero total float" are typically prohibited. There shall only be 2 open ended activities: Start Project (or NTP) with no predecessor logic and End Project with no successor logic.

    3.3.3.3 Early Project Completion

    In the event the Preliminary or Initial project schedule calculates an early completion date of the last activity prior to the contract completion date, identify those activities that it intends to accelerate and/or those activities that are scheduled in parallel to support the Contractor's "early" completion. The last activity shall have a late finish constraint equal to the contract completion date and the schedule will calculate positive float. The Government will not approve an early completion schedule with zero float on the longest path. The Government is under no obligation to accelerate activities for which it is responsible to support a proposed early contract completion.

    SECTION 01 32 01.00 10 Page 6 (Revised by RFPLetter_R1)

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    3.3.4 Interim Completion Dates

    Constrain contractually specified interim completion dates to show negative float when the calculated early finish date of the last activity in that phase is later than the specified interim completion date.

    3.3.4.1 Start Phase

    Include as the first activity for a project phase an activity called "Start Phase X" where "X" refers to the phase of work. The "Start Phase X" activity shall have an "ES" constraint date equal to the date on which the NTP was acknowledged, and a zero day duration.

    3.3.4.2 End Phase

    Include as the last activity for a project phase an activity called "End Phase X" where "X" refers to the phase of work. The "End Phase X" activity shall have an "LF" constraint date equal to the specified completion date for that phase and a zero day duration.

    3.3.4.3 Phase "X" Hammock

    Include a hammock type activity for each project phase called "Phase X" where "X" refers to the phase of work. The "Phase X" hammock activity shall be logically tied to the earliest and latest activities in the phase.

    3.3.5 Default Progress Data Disallowed

    Do not automatically update Actual Start and Finish dates with default mechanisms that may be included in the scheduling software. Activity Actual Start (AS) and Actual Finish (AF) dates assigned during the updating process shall match those dates provided from Contractor Quality Control Reports. Failure of the Contractor to document the AS and AF dates on the Daily Quality Control report for every in-progress or completed activity, and failure to ensure that the data contained on the Daily Quality Control reports is the sole basis for schedule updating shall result in the disapproval of the Contractor's updated schedule and the inability of the Contracting Officer to evaluate Contractor progress for payment purposes. Updating of the percent complete and the remaining duration of any activity shall be independent functions. Disable program features which calculate one of these parameters from the other.

    3.3.6 Out-of-Sequence Progress

    Activities that have progressed before all preceding logic has been satisfied (Out-of-Sequence Progress) will be allowed only on a case-by-case basis subject to approval by the Contracting Officer. Propose logic corrections to eliminate all out of sequence progress or justify not changing the sequencing for approval prior to submitting an updated project schedule. Correct out of sequence progress that continues for more than two update cycles by logic revision, as approved by the Contracting Officer.

    3.3.7 Negative Lags and Start to Finish Relationships

    Lag durations contained in the project schedule shall not have a negative value. Do not use Start to Finish (SF) relationships.

    SECTION 01 32 01.00 10 Page 7 (Revised by RFPLetter_R1)

  • Booker Range 75th Ranger Regiment W912HN-09-X-1813

    3.3.8 Calculation Mode

    Schedule calculations shall retain the logic between predecessors and successors even when the successor activity starts and the predecessor activity has not finished. Software features that in effect sever the tie between predecessor and successor activities when the successor has started and the predecessor logic is not satisfied ("progress override") will not be allowed.

    3.3.9 Milestones

    The schedule must include milestone activities for each significant project event including but not limited to: milestone activities for each fast track design package released for construction; design complete; foundation/substructure construction complete; superstructure construction complete; building dry-in or enclosure complete to allow the initiation of finish activities; permanent power complete; and building systems commissioning complete.

    3.4 PROJECT SCHEDULE SUBMISSIONS

    Provide the submissions as described below. The data CD, reports, and network diagrams required for each submission are contained in paragraph SUBMISSION REQUIREMENTS.

    3.4.1 Preliminary Project Schedule Submission

    Submit the Preliminary Project Schedule, defining the Contractor's planned operations for the first 90 calendar days for approval within 15 calendar days after the NTP is acknowledged. The approved Preliminary Project Schedule will be used for payment purposes not to exceed 90 calendar days after NTP. Completely cost load the Preliminary Project Schedule to balance the contract award CLINS shown on the Price Schedule. Detail it for the first 90 calendar days. It may be summary in nature for the remaining performance period. It must be early start and late finish constrained and logically tied as previously specified. The Preliminary Project Schedule forms the basis for the Initial Project Schedule specified herein and must include all of the required Pla