07.07.2015 Views

RFP Part 1 - 5

RFP Part 1 - 5

RFP Part 1 - 5

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

Facilities Engineering Acquisition Division, Silverdale, WAPublic Works Department, Naval Base KitsapN44255-08-R3010-X099Work Order: F95YRCONTROLS UPGRADEAt Building 6401Naval Base Kitsap BangorSilverdale, WA


This page has intentionally been left blank


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YRPROJECT TABLE OF CONTENTSPART 1 – PROPOSAL FORMS AND DOCUMENTSPART 2 – GENERAL REQUIREMENTSDIVISION 01 - GENERAL REQUIREMENTS01 14 00.05 20 WORK RESTRICTIONS FOR DESIGN-BUILD01 20 00.05 20 PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD01 30 00.05 20 ADMINISTRATIVE REQUIREMENTS FOR DESIGN-BUILD01 31 19.05 20 POST AWARD MEETINGS01 32 17.00 20 NETWORK ANALYSIS SCHEDULES (NAS)01 33 00.05 20 CONSTRUCTION SUBMITTAL PROCEDURES01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES01 35 29.05 20 SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS FORDESIGN-BUILD01 42 00 SOURCES FOR REFERENCE PUBLICATIONS01 45 00.05 20 DESIGN AND CONSTRUCTION QUALITY CONTROL01 57 19.00 24 TEMPORARY ENVIRONMENTAL CONTROLS, NBK BANGOR01 74 19.05 20 CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT FOR01 78 23 OPERATION AND MAINTENANCE DATAPART 3 – PROJECT PROGRAMCHAPTER 1 PROJECT DESCRIPTIONCHAPTER 2 PROJECT OBJECTIVESCHAPTER 3 ENGINEERING SYSTEMS REQUIREMENTSPART 4 – PERFORMANCE TECHNICAL SPECIFICATIONSPART 5 – PRESCRIPTIVE SPECIFICATIONS-- NOT USED --PART 6 – ATTACHMENTSATTACHMENT 1 EXISTING MECHANICAL PLAN FILESATTACHMENT 2 ESTIMATED WASTE DESIGNATION TABLE FORMATTACHMENT 3 ASBESTOS SURVEYSATTACHMENT 4 NBK DESIGN GUIDE FOR INDUSTRIAL CONTROLS


This page has intentionally been left blank


N44255-08-R3010-X099Work Order: F95YRCONTROLS UPGRADEAt Building 6401Naval Base Kitsap, Bangor; Silverdale, WAPART 1Proposal Forms and Documents


This page has intentionally been left blank


62/,&,7$7,2112SOLICITATION, OFFER,AND AWARD(Construction, Alteration, or Repair)7


OFFER (Must be fully completed by offeror)1$0($1'$''5(662)2))(525,QFOXGH=,3&RGH7(/(3+21(12,QFOXGHDUHDFRGH5(0,77$1&($''5(66,QFOXGHRQO\LIGLIIHUHQWWKDQ,WHP&2'()$&,/,7


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00010 – SOLICITATION CONTRACT FORMCONTINUATION OF BLOCK 10The following items are addressed in the <strong>RFP</strong>, but are highlighted for your attention.1. Proposals must set forth full, accurate, and complete information as required by this request forproposal (including attachments). The penalty for making false statements in proposals is prescribed in 18U.S.C. 1001.2. To be eligible for award, your firm must be registered in the Central Contractor Registration (CCR)database per DFARS 252.204.7100, http://www.ccr.gov/ and in the Online Representation andCertifications Application (ORCA) dated per FAR 52.204-7, http://orca.bpn.gov/. See Section 00700.3. Intent to award without discussions: The Government fully intends to evaluate proposals and awardthe contract without discussions with offerors. However, the Government reserves the right to clarifycertain aspects of proposals or conduct discussions providing an opportunity for the offeror to revise itsproposal. Therefore, each initial offer should contain the offeror’s best terms from a technical and cost orprice standpoint. Offerors should not assume that they would be contacted or afforded an opportunity toqualify, discuss, or revise their proposals. Offerors are cautioned that proposal containing qualifications,conditions or expressing unilateral interpretations of the <strong>RFP</strong>/contract requirements may be rejected andthe offeror excluded from the potential competitive range.4. Proposals will be evaluated on the basis of established criteria and award will be made to the Offerorwhose proposal represents the best value to the Government.5. MAXIMUM FUNDING LIMITATION for award of this project is: $500,000.00<strong>Part</strong> 1 - Page 1 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00100 ~ INSTRUCTION TO OFFERORS1. Pre-Proposal Inquiries. Offerors who determine that the technical and or contractual requirements ofthis <strong>RFP</strong> require clarification(s) in order to permit submittal of a responsive proposal shall submit allquestions in writing. The pre-proposal inquiry format is provided by Section 000100, Attachment A, inthis Section. Inquiries shall be submitted via e-mail to Ingrid.anders@navy.mil with a copy toRuss.Lund@navy.mil. Questions shall be clearly stated, and include the specification or drawingreference.Due to time constraints and to ensure fairness to all offerors, the cut-off date for submission of preproposalinquiries is close of business March 22, 2012. All PPI responses will be published viaamendment to the solicitation.2. Proposal Format, Delivery method, and Due Date. Proposals submitted in response to thissolicitation shall be submitted electronically; however, a hard copy for the price proposal must bereceived within 3 business days after the proposal due date. Proposals shall be formatted as follows andfurnished in the number of copies stated herein:2.1 Proposal Package Identification. Offerors shall affix their names and return address to the upper leftcorner of the proposal package. Each package shall include the <strong>RFP</strong> number and must be sealed.Submit separate packages for the price proposals and technical proposals. Each package shall clearlyidentify the contents (price proposal or technical proposals).2.2 Proposals shall be submitted as two separate volumes. The volumes shall be organized as follows:Volume I – Technical ProposalVolume II – Price Proposal2.3 Paper dimensions shall be 8 ½‖ x 11‖, utilizing both sides of the paper whenever possible. The fontsize shall be no smaller than 11 pitch. Whenever possible use the forms provided; however, offeror maysubstitute their own forms as long as the information submitted is substantially the same as that shown oneach form.2.4 Each copy of the proposal shall be securely fastened/bound. Tab each section and label allattachments. Provide a table of contents. For recycling purposes, a soft cover or title sheet is sufficient.Submit one (1) original and one (1) copy of the price proposal; and submit electronically one (1)Technical Proposal and one (1) Price proposal. The original proposals shall be identified as ―Original‖ onthe cover.2.6 Instructions for electronic submission: Contractors will submit proposals electronically as a PDFfile to the contract specialist at: Ingrid.anders@navy.miland copy ross.lund@navy.mil. The NAVFACCost Analysis Spreadsheet shall be submitted as an excel file. The subject line of the email must containthe solicitation number ―N44255-08-R-3010 XNNN ~ PROPOSAL – (Insert Company Name)‖.Each electronic file submitted as an attachment to an email transmission shall not exceed 10 megabytes insize. If the aforementioned electronic file exceeds 10 megabytes, divide data into separate files so as notto exceed 10 megabytes per file. Due to file size limitations, each electronic file should be attached to aseparate email. Files shall be named as stated previously with the addition of ―email X of X‖ (e.g. email1 of 2) in the subject line.<strong>Part</strong> 1 - Page 2 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYR2.7 Instructions for Hard mail: Offerors shall affix their names and return address to the upper leftcorner of the proposal packages. Each package shall include the <strong>RFP</strong> number and must be sealed.Submit price proposal to:Naval Engineering Facilities Command NorthwestPublic Works Department Kitsap, FEAD BangorAttn: Mrs. Ingrid Anders1009 Skate StreetBuilding T075Silverdale, WA 983142.8 Closing Date And Late Submissions: The closing date and time for receipt of electronic proposalsshall be received no later than 2:00 p.m. local time, on April 06, 2012. NO FACSIMILE PROPOSALSWILL BE ALLOWED.2.8.1 Hard copy proposals shall be received no later than 3 business days after the proposal due date.2.8.2 Late submissions shall be handled in accordance with FAR 52.215-1, INSTRUCTIONS TOOFFERS – COMPETITIVE ACQUISITION (JAN 2004) reference subparagraphs (c)(3)(ii)(A) and (1),and FAR 15.208.Offerors shall allow sufficient time for electronic submission of proposals. Special attention is called toFAR 15.208 which states, ―Any proposal, modification, or revision, that is received at the designatedGovernment office (ie, email address) in the solicitation after the exact time specified for receipt ofproposals is ―late‖ and will not be considered unless it is received before award is made; and (1) If it wastransmitted through an electronic commerce method authorized by the solicitation (ie, email), it wasreceived at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one workingday prior to the date specified for receipt of proposals; or (2) It is the only proposal received.It is the Offeror’s responsibility to ensure sufficient time is provided for electronic submission to beprocessed through the Government’s electronic point of entry.3. Incurred Expenses. The Government is not responsible for any costs incurred or associated withpreparation and submission of a proposal in response to this solicitation.4. Determination of Competitive Range4.1 Pursuant to FAR 15.306 (c), the Contracting Officer’s determination of competitive range ofproposals submitted as a result of this solicitation will consider such criteria as technical evaluation of thetechnical proposal, initial cost/price proposed, and other items set forth in the evaluation factors. SeeEvaluation Method of this section for a definitive listing of these criteria and their relative importance.4.2 Offerors are hereby advised that only those proposals determined to have a reasonable chance foraward of a contract will be included in the competitive range. While every effort will be made tomaintain strong competition, the Contracting Officer will also look to eliminate time consuming andunnecessary discussions with those offerors whose proposals have no reasonable chance for award. Thisprocedure is considered beneficial to both the Navy and the offerors involved since, in addition to savingfurther expenditure of resources, acquisition lead-time should be reduced.<strong>Part</strong> 1 - Page 3 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYR4.3 Accordingly, offerors should submit initial proposals on their most favorable terms, from both atechnical and cost/price standpoint. Again, it should be noted that proposals will not be included in thecompetitive range solely on the basis of technical acceptability, nor will they be included due to cost/priceconsiderations alone.5. Evaluation Method/ Basis of Award5.1 The SMACC permits evaluation using the Best Value – using Trade-off analysis. This sourceselection method permits the evaluation of proposal based on price competition, technical merit, and otherfactors; permits impartial comprehensive evaluation of offeror’s proposals; permits discussion ifnecessary; and ensures selection of the offeror who provides best value to the Government.5.2 Offerors will be evaluated against the established standards set forth herein. Factors I through III(Technical Factors) are approximately equal to each other in importance. Factor IV (Price) isapproximately equal to all of the Technical Factors combined. Subcategories (if any) are approximatelyequal to each other in importance.5.3 The evaluation factors are as follows:(1) Technical(2) PriceFactor I ~ Past PerformanceFactor II ~ Relevant ExperienceFactor III ~ Basis of Design/Logistics Plan/Scheduling & CoordinationFactor IV ~ Price5.4 The Government reserves the right to reject any or all proposals at any time prior to award; tonegotiate with any or all offerors; to award the contract to other than the offeror submitting the lowesttotal price; and to award to the offeror submitting the proposal determined to be the most advantageous tothe Government. THE GOVERNMENT INTENDS TO AWARD WITHOUT DISCUSSIONS WITHOFFERORS (except minor clarifications as described in FAR 15.306(a)), however, the Governmentreserves the right to conduct discussions if determined as necessary by the Contracting Officer. Therefore,each offeror should not assume they would be contacted, nor afforded an opportunity to qualify, discuss,or revise their proposals.6. Proposal Submission Requirements6.1. Volume I, Technical Proposal6.1.1 Factor I ~ Past Performance(1) Definition: Past performance is a measure of the degree to which an offeror satisfied its customers, inregards to services provided under the SMACC. Past Performance will be evaluated as follows:a. Past Performance (completed projects).b. Current Performance (on-going projects)<strong>Part</strong> 1 - Page 4 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYR(2) Submission Requirements:a. Past Performance (completed or near complete projects). No submission necessary. Upon receiptof the Offeror’s proposal, CCASS evaluations for all projects completed by the Offeror under the termsand conditions of the subject contract will be pulled and evaluated by the Government. All CCASSevaluations, including interim or pending reports will be considered. This evaluation is limited toperformance on the current SMACC.b. Current Performance (on-going projects). Complete Section 00100, Attachment B identifying allcurrent projects awarded to your firm under the terms and conditions of the SMACC. Report the ContractNumber, Task Order Number, Administrating Contract Office, Date of Award, and Contract CompletionDate (CCD). Provide a written explanation of the circumstance surrounding any project that is currentlypast the CCD. Projects past the CCD without satisfactory explanation as to the delay may negativelyimpact the Offeror’s rating.c. If the offeror has no past performance on the subject contract or has less than satisfactory ratings, theOfferor may submit a written narrative describing the circumstances for the Government’s consideration.The Offeror’s are reminded that the Government reserves the right to pull all CCASS evaluations and orobtain other performance evaluation in regards to all Offeror performance, including work other thanperformed under the SMACC, to determine Contractor responsibility as outlined in FAR 9.104.Unsatisfactory performance may affect the abilities of the Government to award the offeror regardless ofthe technical evaluation addressed here.(3) Basis of Evaluation: The evaluation of past performance will include but not be limited to theassessment of the firm’s commitment to customer satisfaction, timely delivery of quality work, the firm’srecord of conforming to specifications, successful implementation of quality control procedures;adherence to schedules; and history of reasonable and cooperative behavior.Lack of Past Performance will result in a NEUTRAL rating. Neutral ratings will not negatively impactthe overall evaluation.6.1.2 Factor II ~ Relevant Experience(1) Definition: Relevant experience pertains to the types and volume of work previously or currentlybeing performed by an offeror that are comparable to the types of work covered by this requirement.(2) Submission Requirements: Complete the respective relevant experience project data sheets (Section00100, Attachment C) for up to three (3) construction projects that best demonstrates your team’sconstruction experience relative to the project requirements. Projects should be similar in scope, size, andcomplexity to this <strong>RFP</strong>. Ensure to include points of contact that are knowledgeable of the firm’sexperience.(3) Basis of Evaluation: The evaluation of relevant experience will subjectively assess the experience ofthe offeror’s team including relevance, size and complexity of projects representative of subject scope.<strong>Part</strong> 1 - Page 5 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYR6.1.3 Factor III ~ Basis of Design /Logistics Plan/Scheduling & Coordination(1) Definition: Basis of Design/Logistics Plan/Scheduling and Coordination pertains to the Offeror’sunderstanding of the work to be performed and a clear representation of its ability to perform therequirements without risk to the Government.(2) Proposal Submission Requirements:a. Basis of Design. Provide a design/technical approach in narrative format, not to exceed four (4)pages. Describe how the functional requirements of this Request for Proposal (<strong>RFP</strong>) will be met.Describe your design approach, concept, and ability to execute the design in a timely and efficientmanner.b. Logistics Plan. Provide a logistics plan, in narrative formant, not exceeding four (4) pages, detailingthe construction elements of this project to ensure a quality product is delivered on time. Describehow the Offeror plans to accomplish the specified construction efforts. The plan should addresscritical construction activities such as description of labor, materials and equipment includingequipment movement use; work areas/staging; crew size; long lead material items, schedulecoordination (phasing); etc.c. Scheduling & Coordination. Provide a scheduling and coordination plan in narrative format, not toexceed not to exceed four (4) pages (excluding schedule if provided). Discuss the Offeror’s proposedschedule and coordination with ongoing Government activity in and around the vicinity of the projectarea. The schedule shall include administrative submittals (EPP, QC Plan, APP, schedule, etc);operational delays, no work periods or other security delays (if noted) associated with the location ofthe project, pre-construction activities (submittals, utility outage requests, mobilization, orderingmaterial, etc); critical construction submittals, delivery of equipment and material; long lead timematerial/supplies; construction activities, and post construction activities such as inspection, rework,commissioning, facility evaluating testing and acceptance.(3) Basis of Evaluation. Evaluation of this factor will be a subjective assessment Offerors understandingof the work requirements and its ability to accomplish the required work within the proposed timeframeand existing conditions.6.2 Volume II, Price Proposal6.2.1 Factor IV ~ Price: The price proposal shall include the following, separately tabbed:(1) Cover letter: A Cover letter, in accordance with FAR 52.215-1(c) (1), shall accompany the priceproposal and shall include:a. The solicitation number;b. The name, address, telephone and facsimile numbers, and e-mail addresses of the Offeror.c. A statement specifying the extent of agreement with all terms, conditions, and provisions included inthe solicitation and agreement to furnish any or all items upon which prices are offered at the price setopposite each item;d. Names, titles, phone numbers, facsimile numbers, and e-mail addresses of persons authorized tonegotiate on the Offeror’s behalf with the Government in connection with this solicitation, and;e. Name, title, and signature of person authorized to sign the proposal.f. DUNS # as required by FAR 52.204-6(a)<strong>Part</strong> 1 - Page 6 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYR(2) Completed Standard Form (SF) 1442. Provide a complete SF 1442 (Solicitation, Offer, and Award)- Blocks 14 through 20c; including the acknowledgement of all amendments.(3) Complete Section 00100, Attachment D, Change Order Markup Rates/Extended Overhead and acompleted Change Order Markup Worksheet; Section 00100 Attachment E.(4) Letter of Bondibility6.2.1 Basis of Evaluation: The Government will evaluate price based on the total price which includesprice of Contract Line Item (CLIN) 0001 and the value of proposed value a hypothetical change to theproject and its associated cost as summarized on Change Order Markup Worksheet (Section 00100,Attachment E Line 2 in the Notes column). The Government will evaluate the overall cost of the taskorder, including costs associated with markups on future modifications.Offerors are reminded that the ultimate award of the task order will be in the amount of CLIN 0001 onlyand that the proposed Change Order Markup Rates will be included in the contract award for use onfuture modifications.7. Provisions7.1. PROVISIONS INCORPORATED BY REFERENCE. The following identifies the provisions thatapply to this task order, incorporated by reference, as specified in Section 00100 of the Small MACC.52.215-1 Instructions to Offerors—Competitive Acquisition JAN 200452.204-7 Central Contractor Registration APR 20087.2. PROVISIONS INCORPORATED BY FULL TEXT. The following identifies the provisions thatapply to this task order and require fill-in as specified in Section 00100 of the Small MACC.52.216-1 TYPE OF CONTRACT (APR 1984)The Government contemplates award of a Firm Fixed Price contract (Task Order) resulting from thissolicitation.(End of provision)52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) – ALTERNATE I (FEB 1995)The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and ConditionsAffecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly,offerors or quoters are urged and expected to inspect the site where the work will be performed.An organized site visit has been scheduled for –February 29, 2012 at 0830<strong>Part</strong> 1 - Page 7 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYR<strong>Part</strong>icipants will meet at--Naval Base Kitsap Bangor1009 Skate StreetBuilding T075Silverdale, WA(End of provision)Additional information in regards to provision 52.236-27 Site Visit (Construction) (Feb 1995) –Alternate I (Feb 1995): Please contact Mr. Bill McDonald via email at bill.mcdonald@navy.mil or byphone at (360) 315-1464 at least 5 business days prior to the date you plan to attend. Weekends andholidays do not count towards this notification time. A completed Short Term Visitor Badge RequestForm (Section 00100, Attachment F) and an I-9 Form (Section 00100, Attachment G) for all personnelrequiring access must also be provided to Mr. Bill McDonald (bill.Mcdonald@navy.mil) at least 72 hoursin advance of the scheduled visit.(1) Short Term Visitor Badges may be obtained through the local Pass and ID office. Access to lowerbase with a ―B-9‖ security clearance is required for all site visit attendees and their vehicles. Visitors mustprovide proof of U.S. Citizenship (i.e., official birth certificate, passport, etc.) in order to be issued abadge and allowed access to the site. CONTRACTORS ARE REMINDED that a completed a Short TermVisitor Badge Request Form, an Employment Eligibility Verification I-9 Form, and the originaldocuments used to verify the I-9 are required at the time you pick up your badge.(2) Short Term Vehicle Passes may also be obtained through the local Pass and ID office. Visitors mustprovide their company name, vehicle make/model/year, license plate information, vehicle registration &proof of insurance, and have a current, valid badge.(3) Visitors are advised to allow a minimum of two (2) hours to clear station security requirements and beallowed access to lower base. This must be completed prior to the scheduled site visit time. Uponissuance of badges, please proceed directly to Building T-75. For directions, please contact Mr. BillMacDonald (360) 315-1464 or Mrs. Ingrid Anders (360) 396-1578 or Mr. Russ Lund (360) 396-1329.(4) Ensure that visitors bring the proper Personal Protective Equipment (PPE) and acknowledge thesecurity requirements as stated in Section 01 14 00.05 20.NAVFAC 5252.236-9308 INFORMATION CONCERNING COST LIMITATIONS (JUN 1994)The Navy has available $500,000 for the award of this contract. Proposals in excess of this amount willnot be considered. Proposers should prepare their proposals so as to permit award at a price within thecost limitation. The Basis of Award is specified in paragraph 5. The type of construction, materials andphysical amenities provided for any type unit, including senior officer and flag officers, shall be generallysimilar to those proposed for any other unit in the project and that the cost per net square foot to the 5 footline of all units in the project be approximately the same.(End of provision)(End of section)<strong>Part</strong> 1 - Page 8 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00100, ATTACHMENT APRE-PROPOSAL INQUIRY FORMSOLICITATION NUMBEROFFERORSGOVERNMENTSN44255-09-R-4013–X014INQUIRY NO.INQUIRY NO.SOLICITATION TITLE:WO#FNVCK Remodel Interior, Upgrade Fire Alarm System And Elevators, B940DATE OF INQUIRY:FROM FIRM:ADDRESS:POINT OF CONTRACT:PHONE NO:EMAIL:INQUIRY: (Please type or print clearly)(Include <strong>RFP</strong> Section, page number, and paragraph if applicable)ANSWER PROVIDED: (For Government Use Only)GOVERNMENT RESPONDER’S SIGNATURE: ______________________ DATE: ___________Email form to: Ingrid.anders@navy.mil and Russ.lund@navy.mil<strong>Part</strong> 1 - Page 9 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRThis page has intentionally been left blank<strong>Part</strong> 1 - Page 10 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00100, ATTACHMENT BCURRENT PERFORMANCE WORKSHEETOFFEROR NAME:Current Contract No: __________________________________________________List all current projects awarded under the above referenced contract.Task Order NoContractAdministrationOffice (ACO)Date of TaskOrder AwardContractCompletionDate (CCD)Comments (if project is pastCCD)Ensure an explanation is provided for each project past contract completion date.<strong>Part</strong> 1 - Page 11 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRThis page has intentionally been left blank<strong>Part</strong> 1 - Page 12 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00100, ATTACHMENT CRELEVANT EXPERIENCE WORKSHEETRELEVANT EXPERIENCE INDIVIDUAL PROJECT DATA SHEETProvide one (1) project data sheet for each1. Experience for: Offeror Joint-Venture Other (Explain)Firm Name:Address:Phone Number:Point of Contact:Contact Phone Number:2. Work Performed as: Prime Contractor Sub Contractor Joint Venture Other(Explain)Percent of project work performed:If subcontractor, who was prime (Name/Phone #):3. Contract Number: Delivery/Task Order Number:Title:Location:4. Award Date (mm/dd/yy): Completion Date (mm/dd/yy):If the project is not complete, is it at least 80% complete: Yes No5. Award Amount: (Overall contract/task order value) Final Price:6. Type of work:New Construction Renovation Repair Alteration7. Type of Contract: (Check all that apply)Design/Build Delivery/Task Order (IDIQ) Design-Bid-Build Other (explain):8. Type of Contract: (Check all that apply)Firm-Fixed Price Cost/Time and Material Other (explain):9. Customer/Owner Information:Customer Name:Point of Contact (POC):FAX Number:POC Phone Number:E-mail address:<strong>Part</strong> 1 - Page 13 of 37Page 1 of 2


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYR10. Evaluation Received:Excellent Good Satisfactory Marginal Poor(or equivalent scoring)Special Acknowledgements:11. Project Information:12. Unique Project Challenges or Accomplishment:13. Previous RelationshipIf experience is a subcontractor or a joint-venture indicate if:Previous joint-venture experienceNo previous joint-venture experiencePrevious prime-subcontractor experienceNo previous prime-subcontractor experienceOther relationship experience Explain:14. Other Information:<strong>Part</strong> 1 - Page 14 of 37Page 2 of 2


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00100, ATTACHMENT DCHANGE ORDER MARKUP RATESSUB-CONTRACTORS MARKUPS:Proposed field office overhead rate (Line 17 of Cost Analysis Worksheet)(NAVFAC Standard Rate = 10%)Proposed home office overhead (Line 19 of Cost Analysis Worksheet)(NAVFAC Standard Rate = 3%)_____________%_____________%PRIME CONTRACTOR MARKUPSProposed field office overhead rate (Line 28 of Cost Analysis Worksheet)(NAVFAC Standard Rate = 10%)_____________%ORProposed extended field office overhead (Line 28of Cost Analysis Worksheet)Proposed home office overhead rate (Line 30 of Cost Analysis Worksheet)(NAVFAC Standard Rate = 3%)$__________________________%APPLICATION: As part of the price proposal, the Offeror shall provide proposed modification/changeorder rates for field office overhead (FOH) and home office overhead (HOH) for prime work andsubcontractor work. The proposed subcontractor rates shall be applied to all subcontractors with theexception of AE (design) firms on design build contracts, wherein actual firm overhead rates will beevaluated and applied.The proposed change order markup rates will be awarded as part of the contract and will be used as themarkups for both additive and deductive modifications for both prime and all subcontractors.Rates proposed other than the NAVFAC Standard (10% Field Overhead and 3% Home Office Overhead )are subject to negotiation and will be required to be verified. If proposing other than the NAVFACStandard, the Contractor, within 10 days of task order award, shall provide a detailed break-out of ratesproposed to the Contracting Officer for review. If the Contractor does not provide the requiredinformation or the parties are unable to reach satisfactory agreement, the NAVFAC Standard rate will beapplied pending resolution of any dispute.If extended daily field overhead rate (in lieu of percentage) is proposed, the rate is subject to negotiationand will be required to be verified. The Contractor, within 10 days of task order award, shall provide adetailed break-out of rate proposed to the Contracting Officer for review. If the Contractor does notprovide the required information or the parties are unable to reach satisfactory agreement, the NAVFACStandard rate will be applied pending resolution of any dispute. Extended daily field overhead rate willbe applied for extension of time determined to be compensable in accordance with FAR. Extended dailyfield overhead rate will not be applied on modifications extending the period of performance that aredetermined to be non-compensable (i.e., weather days, etc).<strong>Part</strong> 1 - Page 15 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRExtended daily field overhead rate (in lieu of percentage) will be allowed for the prime contractor only.Field Office Overhead (FOH) – The FOH expenses will be distributed as noted above and will not beallowed as a direct cost to the change proposal. FOH costs cover indirect costs incurred in this projectthat are chargeable only to this contract and include costs incurred at the job site incidental to theperformance of the work, including but not limited to all costs associated with: overhead personnel for jobsuperintendent, quality control, safety, incidental laborer support, field office staff, and projectmanagement; vehicles used by overhead personnel; incidental project engineering; safety equipment andmaterial; quality control (testing, reports, etc); scheduling; temporary facilities, offices, utilities, storagesheds, and tool boxes; general supplies; fencing, barricades, and other site protection/control; temporaryhaul roads, parking, staging or laydown areas; daily clean-up and site control; indirect equipment (i.e.,forklift for unloading material); small tools; and builders insurance/general liability insurance.Change Order Form- the format for submitting all modification proposals (including Request forEquitable Adjustments and/or claims) shall be on the Cost Analysis Worksheet (Section 00100Attachment E)<strong>Part</strong> 1 - Page 16 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00100, ATTACHMENT ETOTAL PRICE/PROPOSED CHANGE ORDER MARKUP WORKSHEETPRIME CONTRACTOR NAME: Prime Contractor Notes1. Direct Materials2. Sales Tax on Materials of line 1 CLIN 0001 Total:3. Direct Labor4. Insurance, Taxes, and Fringe Benefits of line 35. Rental Equipment6. Sales Tax on Rental Equipment of line 57. Equipment Ownership and Operating Expenses8. TOTAL PRIME DIRECT COSTS (Add lines 1 - 7) Enter 2% of CLIN 0001SUBCONTRACTOR (1) NAME:9. Direct MaterialsSubcontractor10. Sales Tax on Materials of line 911. Direct Labor12. Insurance, Taxes, and Fringe Benefits of line 1113. Rental Equipment14. Sales Tax on Rental Equipment of line 1315. Equipment Ownership and Operating Expenses16. SUBTOTAL (add lines 9 - 15) Enter 3% of CLIN 000117. Field Office Overhead of line 16Enter subcontractor FOH in accordancewith Change Order Markup Rates18. SUBTOTAL (add lines 16 - 17)19. Home Office Overhead of line 1820. SUBTOTAL (add lines 18-19)Enter subcontractor HOH in accordancewith Change Order Markup Rates21. Profit of line 20 To be negotiated after award22. SUBTOTAL (add lines 20-21)23. B & O Tax of line 2224. SUBTOTAL (Add Lines 22 - 23)25. Prime contractor's Work (from line 8)26. Sub-contractor's Work (total from all line 24s)SUMMARY27. SUBTOTAL (add lines 25 & 26)28. Prime Field Office OverheadEnter contractor FOH in accordanceof line 27with Change Order Markup Rates29. SUBTOTAL (add lines 27 & 28)30. Prime Home Office Overhead of line 29Enter contractor HOH in accordancewith Change Order Markup Rates31. SUBTOTAL (add lines 29 & 30)32. Prime Profit of line 31 To be negotiated after award33. SUBTOTAL (add lines 31 & 32)34. B & O Tax of line 3335. SUBTOTAL (add lines 33 & 34)36. Prime Contractor's Bond Premium of line 3537. TOTAL COST (Add Lines 35 & 36)<strong>Part</strong> 1 - Page 17 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRThis page has intentionally been left blank<strong>Part</strong> 1 - Page 18 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00100, ATTACHMENT FDate ____________MEMORANDUMFrom: Security Manager, Naval Facilities Engineering Command NorthwestTo: Security Manager, NBK BangorSubj: REQUEST NBK BANGOR SHORT TERM VISITOR BADGES1. Respectfully request an NBK Bangor short term visitor badge for the following personnel:NAME & SSN POB DOB CITIZENSHIP COMPANYNAMESTARTDATEENDDATEAND NO OTHERS2. The above listed personnel will be working at the following location(s):Bldg 6401, located on Skipjack Circle, Bangor WA as part of the request for proposal for solicitation No.N44255-10-R-5001/X003. Access to lower base with a Lower Base access (B9) and SWFPAC Support(ESB) (S1) access is required for the above listed personnel and their vehicles.The meeting will start at Building T75.3. Completing the following project(s):The organized site visit has been scheduled for 08:30 AM local time, February 29, 2011.4. The NAVFAC Northwest Point of Contact for this Project is:Mr. Bill MacDonald; (360) 315-1464; bill.mcdonald@navy.milMrs. Ingrid Anders; (360) 396-1578; Ingrid.anders@navy.milMr. Russ Lund; (360) 396-1329; Russ.lund@navy.mil5. Rapid Gate Credential: YES NO6. Security Office Point of Contact: Mr. Scott A Skolnik (360) 396-0051<strong>Part</strong> 1 - Page 19 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRThis page has intentionally been left blank<strong>Part</strong> 1 - Page 20 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00100, ATTACHMENT GI-9 FORM (PAGE 1 OF 4)<strong>Part</strong> 1 - Page 21 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00100, ATTACHMENT GI-9 FORM (PAGE 2 OF 4)<strong>Part</strong> 1 - Page 22 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00100, ATTACHMENT GI-9 FORM (PAGE 3 OF 4)<strong>Part</strong> 1 - Page 23 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRThis page has intentionally been left blank<strong>Part</strong> 1 - Page 24 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00100, ATTACHMENT GI-9 FORM (PAGE 1 OF 4)interactive form can be found at http://www.uscis.gov/files/form/i-9.pdf*PDF<strong>Part</strong> 1 - Page 25 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRThis page has intentionally been left blank<strong>Part</strong> 1 - Page 26 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00700 - CONTRACT CLAUSESFULL TEXT CLAUSES: The following identifies the clauses that apply to this task order and requirefill-in as specified in Section 00700 of the Small MACC. All other clauses identified in the basic contractare in full force by reference.52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984)The Contractor shall be required to (a) commence work under this contract within 15 calendar days afterthe date the Contractor receives the award, (b) prosecute the work diligently, and (c) complete the entirework ready for use not later than 240 calendar days from contract award. The time stated for completionshall include final cleanup of the premises.(End of clause)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 Contractorshall pay liquidated damages to the Government in the amount of $200.00 for each calendar day of delayuntil the work is completed or accepted.(b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue toaccrue until the work is completed. These liquidated damages are in addition to excess costs ofrepurchase under the Termination clause.(End of clause)52.225-11 BUYAMERICAN ACT--CONSTRUCTION MATERIALS UNDER TRADEAGREEMENTS (AUG 2007)(a) Definitions. As used in this clause--Caribbean Basin country construction material means a construction material that--(1) Is wholly the growth, product, or manufacture of a Caribbean Basin country; or(2) In the case of a construction material that consists in whole or in part of materials from anothercountry, has been substantially transformed in a Caribbean Basin country into a new and differentconstruction material distinct from the materials from which it was transformed.Component means an article, material, or supply incorporated directly into a construction material.Construction material means an article, material, or supply brought to the construction site by theContractor or subcontractor for incorporation into the building or work. The term also includes an itembrought to the site preassembled from articles, materials, or supplies. However, emergency life safetysystems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systemsincorporated into a public building or work and that are produced as complete systems, are evaluated as asingle and distinct construction material regardless of when or how the individual parts or components ofthose systems are delivered to the construction site. Materials purchased directly by the Government aresupplies, not construction material.<strong>Part</strong> 1 - Page 27 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRCost of components means--1) For components purchased by the Contractor, the acquisition cost, including transportation costs to theplace of incorporation into the construction material (whether or not such costs are paid to a domesticfirm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) Forcomponents manufactured by the Contractor, all costs associated with the manufacture of the component,including transportation costs as described in paragraph (1) of this definition, plus allocable overheadcosts, but excluding profit. Cost of components does not include any costs associated with themanufacture of the construction material.Designated country means any of the following countries:(1) A World Trade Organization Government Procurement Agreement country (Aruba, Austria, Belgium,Bulgaria,Canada, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong,Hungary,Iceland, Ireland, Israel, Italy, Japan, Korea (Republic of), Latvia, Liechtenstein, Lithuania, Luxembourg,Malta,Netherlands, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden,Switzerland, or United Kingdom);(2) Free Trade Agreement country (Australia, Bahrain, Canada, Chile, Dominican Republic, El Salvador,Guatemala, Honduras, Mexico, Morocco, Nicaragua, or Singapore);(3) A least developed country (Afghanistan, Angola, Bangladesh, Benin, Bhutan, Burkina Faso, Burundi,Cambodia,Cape Verde, Central African Republic, Chad, Comoros, Democratic Republic of Congo, Djibouti, EastTimor,Equatorial Guinea, Eritrea, Ethiopia, Gambia, Guinea, Guinea-Bissau, Haiti, Kiribati, Laos, Lesotho,Madagascar,Malawi, Maldives, Mali, Mauritania, Mozambique, Nepal, Niger, Rwanda, Samoa, Sao Tome andPrincipe, Senegal,Sierra Leone, Solomon Islands, Somalia, Tanzania, Togo, Tuvalu, Uganda, Vanuatu, Yemen, or Zambia);or(4) A Caribbean Basin country (Antigua and Barbuda, Aruba, Bahamas, Barbados, Belize, British VirginIslands,Costa Rica, Dominica, Grenada, Guyana, Haiti, Jamaica, Montserrat, Netherlands Antilles, St. Kitts andNevis, St. Lucia, St. Vincent and the Grenadines, or Trinidad and Tobago).Designated country construction material means a construction material that is a WTO GPA countryconstruction material, an FTA country construction material, a least developed country constructionmaterial, or a Caribbean Basin country construction material.Domestic construction material means--(1) An unmanufactured construction material mined or produced in the United States; or(2) A construction material manufactured in the United States, if the cost of its components mined,produced, or manufactured in the United States exceeds 50 percent of the cost of all its components.<strong>Part</strong> 1 - Page 28 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRComponents of foreign origin of the same class or kind for which nonavailability determinations havebeen made are treated as domestic.Foreign construction material means a construction material other than a domestic construction material.Least developed country construction material means a construction material that--(1) Is wholly the growth, product, or manufacture of a least developed country; or(2) In the case of a construction material that consists in whole or in part of materials from anothercountry, has been substantially transformed in a least developed country into a new and differentconstruction material distinct from the materials from which it was transformed.United States means the 50 States, the District of Columbia, and outlying areas.WTO GPA country construction material means a construction material that--(1) Is wholly the growth, product, or manufacture of a WTO GPA country; or(2) In the case of a construction material that consists in whole or in part of materials from anothercountry, has been substantially transformed in a WTO GPA country into a new and different constructionmaterial distinct from the materials from which it was transformed.(b) Construction materials. (1) This clause implements the Buy American Act (41 U.S.C. 10a-10d) byproviding a preference for domestic construction material. In addition, the Contracting Officer hasdetermined that the WTO GPA and Free Trade Agreements (FTAs) apply to this acquisition. Therefore,the Buy American Act restrictions are waived for designated country construction materials.(2) The Contractor shall use only domestic or designated country construction material in performing thiscontract, except as provided in paragraphs (b)(3) and (b)(4) of this clause.(3) The requirement in paragraph (b)(2) of this clause does not apply to the construction materials orcomponents listed by the Government as follows: none.(4) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(3) ofthis clause if the Government determines that-- (i) The cost of domestic construction material would beunreasonable. The cost of a particular domestic construction material subject to the restrictions of the BuyAmerican Act is unreasonable when the cost of such material exceeds the cost of foreign material bymore than 6 percent; (ii) The application of the restriction of the Buy American Act to a particularconstruction material would be impracticable or inconsistent with the public interest; or (iii) Theconstruction material is not mined, produced, or manufactured in the United States in sufficient andreasonably available commercial quantities of a satisfactory quality.(c) Request for determination of inapplicability of the Buy American Act.(1)(i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(4) ofthis clauseshall include adequate information for Government evaluation of the request, including--(A) A description of the foreign and domestic construction materials;(B) Unit of measure;<strong>Part</strong> 1 - Page 29 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYR(C) Quantity;(D) Price;(E) Time of delivery or availability;(F) Location of the construction project;(G) Name and address of the proposed supplier; and(H) A detailed justification of the reason for use of foreign construction materials cited in accordance withparagraph(b)(3) of this clause.(ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completedpricecomparison table in the format in paragraph (d) of this clause.(iii) The price of construction material shall include all delivery costs to the construction site and anyapplicable duty (whether or not a duty-free certificate may be issued).(iv) Any Contractor request for a determination submitted after contract award shall explain why theContractor could not reasonably foresee the need for such determination and could not have requested thedetermination before contract award. If the Contractor does not submit a satisfactory explanation, theContracting Officer need not make a determination.(2) If the Government determines after contract award that an exception to the Buy American Act appliesand theContracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer willmodify the contract to allow use of the foreign construction material. However, when the basis for theexception is the unreasonable price of a domestic construction material, adequate consideration is not lessthan the differential established in paragraph (b)(4)(i) of this clause.(3) Unless the Government determines that an exception to the Buy American Act applies, use of foreignconstruction material is noncompliant with the Buy American Act.(d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost,theContractor shall include the following information and any applicable supporting data based on the surveyof suppliers:Foreign and Domestic Construction Materials Price ComparisonConstruction material description Unit of measure Quantity Price (dollars) *Item 1Foreign construction materialDomestic construction materialItem 2Foreign construction materialDomestic construction material(End of clause)<strong>Part</strong> 1 - Page 30 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYR252.236-7001 CONTRACT DRAWINGS, MAPS, AND SPECIFICATIONS (AUG 2000)(a) The Government will provide to the Contractor, without charge, one set of contract drawings andspecifications, except publications incorporated into the technical provisions by reference, in electronic orpaper media 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; and(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 that aremanifestly necessary to carry out the intent of the drawings and specifications, or that are customarilyperformed, shall not relieve the Contractor from performing such omitted or misdescribed details of thework. The Contractor shall perform such details as if fully and correctly set forth and described in thedrawings and specifications.(e) The work shall conform to the specifications and the contract drawings identified on the followingindex of drawings: <strong>Part</strong>s 1 - 6 of the <strong>RFP</strong>(End of clause)NAVFAC 5252.228.9305 NOTICE OF BONDING REQUIREMENTS (DEC 2000)(a) Within 10 days after receipt of award, the bidder/offeror to whom the award is made shall furnish thefollowing bond(s) each with satisfactory security;X A Performance Bond (Standard Form 25). The performance bond shall be in a penal sum equal to100% percent of the contract price.X A Payment Bond (Standard Form 25A). The payment bond shall be in a penal sum equal to 100% ofthe contract price.(b) Any surety company holding a certificate of authority from the Secretary of Treasury as an acceptableSurety on Federal bonds will be accepted. Individual sureties will be permitted as prescribed in FAR28.203 and FAC 5252.228-9300. Alternative types of security in lieu of furnishing sureties on<strong>Part</strong> 1 - Page 31 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRperformance and/or payment bonds will be permitted as prescribed in FAR 28.204, and will be held for atleast one year after the completion of the contract. Additional bond security may be required asprescribed in FAR 52.228-2. Bonds shall be accompanied by a document authenticating the agentsauthority to sign bonds for the surety company.(c) The contract time for purposes of fixing the completion date, default, and liquidated damages shallbegin to run from the date of award, regardless of when performance and payment bonds or deposits inlieu of surety are executed.(End of clause)5252.232-9301 INVOICING PROCEDURES ELECTRONIC (NOV 2009)(a) In accordance with DFARS Clause 252.232-7003 titled "Electronic Submission of PaymentRequests", this contract/order requires use of the DoD Wide Area Workflow (WAWF) system for thesubmission of invoices. This web-based system, located at https://wawf.eb.mil, provides the technologyfor Government contractors and authorized Department of Defense (DoD) personnel to generate, captureand process receipt and payment-related documentation in a paperless environment. Invoices renderedunder this contract shall be submitted electronically through WAWF. Submission of hard copyDD250/invoices will no longer be accepted for payment.(b) It is recommended that the person in your company designated as the Central Contractor Registration(CCR) Electronic Business Point of Contact (EBPOC), and anyone responsible for the submission ofinvoices, use the online training system for WAWF at http://wawftraining.com. The Vendor, GroupAdministrator (GAM), and sections marked with an asterisk in the training system should be reviewed.Additional Vendor information is also available athttp://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information. Here you will find information on "Getting Started" as well as ―QuickReference Guides".(c) Within ten (10) days after award, the designated CCR EBPOC is responsible for activating thecompany's CAGE code in WAWF by calling 1-866-618-5988 for the DISA WAWF Helpdesk or emailcscassig@csd.disa.mil. Once the company’s CAGE code is activated, the CCR EBPOC must self-registerunder the company's CAGE code on WAWF and follow the instructions for a group administrator. Afterthe company is set-up on WAWF, any additional persons responsible for submitting invoices must selfregisterunder the company's CAGE code at https://wawf.eb.mil.(d) The contractor shall use the following document type, DODAAC codes with correspondingextensions, and inspection and acceptance locations when submitting invoices in WAWF:Initial Document Creation requires the following:Contract NumberDelivery Order NumberCage Code/ExtPay DoDAACDocument TypeIssue DateIssue By DoDAACAdmin By DoDAACTo Be Filled In Upon AwardTo Be Filled In Upon AwardTo Be Filled In Upon AwardN68732'Navy Construction / FacilitiesManagement Invoice'To Be Filled In Upon AwardN46060N46060<strong>Part</strong> 1 - Page 32 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRInspect By DoDAAC/ExtN46060Ship To Code/Ext or Service Acceptor or Accept ―Not Applicable‖By DoDAAC/ExtShip From Code/Ext―Not Applicable‖LPO DoDAAC/ExtN46060Once Submitted, select "Send More Email Notifications"Inspector Email AddressTo Be Filled In Upon AwardAccountable Official Email AddressTo Be Filled In Upon AwardOperations Assistant (OA) Email Address m_navfac_nwpwdk_bang_acq_wawf@navy.milActivity Fund Administrator email Address ―Not Applicable‖The NAVFAC WAWF point of contact for this contract is Ms. Anna Fischer 360-315-2079, oranna.fischer@navy.milNote: Supporting documentNote: Supporting documentation must be attached. File names cannot contain spaces orspecial characters, except underscore "_" which is an acceptable character. There is NO maximum to thenumber of files that can be attached to an invoice, however EACH file is limited to a maximum file sizeUNDER 2 megabytes.(e) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will beprompted to "Send More Email Notifications." Select "Send More Email Notification" and add additionalemail addresses noted above in the first email address blocks. This additional notification to theGovernment is important to ensure that the specific acceptor/receiver is aware the invoice documentshave been submitted into WAWF.(f) If you have any questions regarding WAWF, please contact the WAWF DFAS Helpdesk at 877-251-WAWF (9293), email ccl-ec-navy-wawf-helpdesk@dfas.mil or the NAVFAC WAWF point of contactidentified above in section (d).(End of clause)5252.236-9301 SPECIAL WORKING CONDITIONS AND ENTRY TO WORK AREA (OCT 2004)The Government under certain circumstances may require denial of entry to the work areas under thiscontract where the Contractor's work or presence would constitute a safety or security hazard to ordnancestorage or handling operations. Restrictions covering entry to and availability of the work areas are asfollows:(a) Entry. Entry to work areas located within the special Security Limited areas, defined as those workareas located within the existing security fence, can be granted subject to special personnel requirementsas specified herein and to other normal security and safety requirements. Complete denial of entry to theLimited Area may be required during brief periods of one to two hours (normally) and on rare occasionsof two to four hours. For bidding purposes, the Contractor shall assume denial of entry to the work areasin the Limited Area of six 2-hour denials and one 4-hour denial per month.(b) Vehicle Delay. The Contractor shall also assume for bidding purposes that, in addition to site denial,each vehicle and/or unit of construction equipment will be delayed during each movement through thesecurity gate, both entering and leaving the limited area. Delays will average 30 minutes.<strong>Part</strong> 1 - Page 33 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYR(c) Operational Considerations. To reduce delay time while preserving required security, the followingpoints should be considered in operational planning:(1) Vehicle Search. Security regulations required that all vehicles, when authorized to enter the LimitedArea be thoroughly searched by guard force personnel. Such a search will be required for all vehicle/construction equipment. Accordingly, once a vehicle or unit of construction equipment has been cleared,it may be left in the Limited Area after initial entry has been made. For the period of time authorized thevehicle/equipment left in the Limited Area will be assigned parking areas by the Contracting Officer. Thevehicle/equipment must be secured as specified in paragraph entitled "SECURITY REQUIREMENTS."The intent is to reduce the Contractor loss of time at the security gate. No private vehicles will beallowed to enter the Limited Area.(2) Delivery Vehicles. Guard force personnel will inspect vehicles delivering construction materialswhile the driver is being processed for entry into the Limited Area. A Security Escort will then escort thedriver and vehicle in the Limited Area. To provide this service, delivery schedules should bepromulgated in advance and vendors made aware that a reasonable delay can be expected if delivery isother than the time specified. Deliveries after 1600 hours will not be allowed entry into the Limited Areawithout prior approval of the Physical Security Officer.(End of clause)NAVFAC 5252.236-9305 AVAILABILITY OF UTILITIES (JUN 1994)When available, the Government will furnish reasonable amounts of the following utilities for the work tobe performed under this contract at no cost to the Contractor. Information concerning the location ofexisting outlets may be secured from the ROICC. The Contractor shall provide and maintain, at hisexpense, the necessary service lines from existing Government outlets to the site of work.WATERELECTRICITYContractor Furnished Utilities. In the event that the Government is unable to provide the required types ofutilities, the Contractor shall, at his expense, arrange for the required utilities.Contractor Energy Conservation. The Contractor shall be directly responsible for instructing employees inutilities conservation practices. The Contractor shall be responsible for operating under conditions whichpreclude the waste of utilities, which shall include:a. Lights shall be used only in areas where and at the time when work is actually being performed.b. Mechanical equipment controls for heating, ventilation and air conditioning systems will not beadjusted by the workers.c. Water faucets or valves shall be turned off after the required usage has been accomplished.Telephone Lines. Telephone lines for the sole use of the contractor will not be available. Governmenttelephones shall not be used for personal reasons.<strong>Part</strong> 1 - Page 34 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRContractor Availability. The contractor shall maintain a telephone at which he or his representative maybe reached 24 hours daily. The telephone shall be listed in the contractor's name. If the contractor doesnot have a local telephone, he shall maintain a toll free emergency telephone (or accept collect calls fromauthorized Government personnel) at which he or his representative may be reached at night, weekendsand holidays. It is mandatory that the contractor or his representative be available to a toll-free telephone24 hours per day, seven days per week, including holidays. He shall notify the OIC in writing of themailing address and telephone number within three days after award of this contract and immediatelythereafter in the event of change.(End of clause)<strong>Part</strong> 1 - Page 35 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYRSECTION 00801 – CONTRACT TYPE/PERFORMANCEFULL TEXT REFERENCES ~ The following identifies the references that apply to this task order andrequire fill-in or emphasis as specified in Section 00800 of The Small MACC. All other terms andconditions identified in the basic contract are in full force by reference5. Place of Performance: The place of performance will be Naval Base Kitsap at Bangor, Silverdale,Washington.13. Notice of Constructive Changes: In accordance with Section 00100, As part of the price proposal,the Offeror shall provide proposed modification/change order rates for field office overhead (FOH) andhome office overhead (HOH) for prime work and subcontractor work. The proposed subcontractor ratesshall be applied to all subcontractors with the exception of AE (design) firms on design build contracts,wherein actual firm overhead rates will be evaluated and applied.The proposed change order markup rates will be awarded as part of the contract and will be used as themarkups for both additive and deductive modifications for both prime and all subcontractors.Rates proposed other than the NAVFAC Standard (10% Field Overhead and 3% Home Office Overhead )are subject to negotiation and will be required to be verified. If proposing other than the NAVFACStandard, the Contractor, within 10 days of task order award, shall provide a detailed break-out of ratesproposed to the Contracting Officer for review. If the Contractor does not provide the requiredinformation or the parties are unable to reach satisfactory agreement, the NAVFAC Standard rate will beapplied pending resolution of any dispute.If extended daily field overhead rate (in lieu of percentage) is proposed, the rate is subject to negotiationand will be required to be verified. The Contractor, within 10 days of task order award, shall provide adetailed break-out of rate proposed to the Contracting Officer for review. If the Contractor does notprovide the required information or the parties are unable to reach satisfactory agreement, the NAVFACStandard rate will be applied pending resolution of any dispute. Extended daily field overhead rate willbe applied for extension of time determined to be compensable in accordance with FAR. Extended dailyfield overhead rate will not be applied on modifications extending the period of performance that aredetermined to be non-compensable (i.e., weather days, etc).Extended daily field overhead rate (in lieu of percentage) will be allowed for the prime contractor only.13.1 Field Office Overhead (FOH) – The FOH expenses will be distributed as noted above and will notbe allowed as a direct cost to the change proposal. FOH costs cover indirect costs incurred in this projectthat are chargeable only to this contract and include costs incurred at the job site incidental to theperformance of the work, including but not limited to all costs associated with: overhead personnel for jobsuperintendent, quality control, safety, incidental laborer support, field office staff, and projectmanagement; vehicles used by overhead personnel; incidental project engineering; safety equipment andmaterial; quality control (testing, reports, etc); scheduling; temporary facilities, offices, utilities, storagesheds, and tool boxes; general supplies; fencing, barricades, and other site protection/control; temporaryhaul roads, parking, staging or laydown areas; daily clean-up and site control; indirect equipment (i.e.,forklift for unloading material); small tools; and builders insurance/general liability insurance.13.2 Change Order Form- the format for submitting all modification proposals (including Request forEquitable Adjustments and/or claims) shall be on the Cost Analysis Worksheet (Section 00100Attachment E)<strong>Part</strong> 1 - Page 36 of 37


Controls Upgrade Building 6401NBK –Bangor, Silverdale, WA.F95FYR13.3 IF AN OFFEROR PROPOSES RATES IN EXCESS OF NAVFAC’S STANDARD RATES,the awardee will need to provide accounting information substantiating its rates within 15 days of award.18. Davis Bacon Wage Determinations. As established under the terms and conditions of the basiccontract and modified rates negotiated on Option Period Three (3), the following Davis Bacon WageDetermination is applicable to this project:General Decision Number: WA120037 Mod 1 dated 01/27/2012 BUILDING (WA37)<strong>Part</strong> 1 - Page 37 of 37


This page has intentionally been left blank


N44255-08-R3010-X099Work Order: F95YRCONTROLS UPGRADEAt Building 6401Naval Base Kitsap, Bangor; Silverdale, WAPART 2General Requirements


This page has intentionally been left blank


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRDIVISION 01 - GENERAL REQUIREMENTSPROJECT TABLE OF CONTENTS01 14 00.05 20 WORK RESTRICTIONS FOR DESIGN-BUILD01 20 00.05 20 PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD01 30 00.05 20 ADMINISTRATIVE REQUIREMENTS FOR DESIGN-BUILD01 31 19.05 20 POST AWARD MEETINGS01 32 17.00 20 NETWORK ANALYSIS SCHEDULES (NAS)01 33 00.05 20 CONSTRUCTION SUBMITTAL PROCEDURES01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES01 35 29.05 20 SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS FORDESIGN-BUILD01 42 00 SOURCES FOR REFERENCE PUBLICATIONS01 45 00.05 20 DESIGN AND CONSTRUCTION QUALITY CONTROL01 57 19.00 24 TEMPORARY ENVIRONMENTAL CONTROLS, NBK BANGOR01 74 19.05 20 CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT FORDESIGN-BUILD01 78 23 OPERATION AND MAINTENANCE DATA-- End of Project Table of Contents --PROJECT TABLE OF CONTENTS Page 1


This page has intentionally been left blank


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 14 00.05 20WORK RESTRICTIONS FOR DESIGN-BUILDPART 1GENERAL1.1 SUBMITTALSThe use of a "G" following a submittal indicates that a Government approvalaction is required. Submit the following in accordance with Section01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES and Section 01 33 00.05 20CONSTRUCTION SUBMITTAL PROCEDURES.SD-01 Preconstruction SubmittalsList of contact personnel; GOMB SF-85P, "Questionaire for Public Trust Positions"Utility Connection/Outage Requests; GExcavation Permits; GUtility Connection/Outage Requests; G1.2 SPECIAL SCHEDULING REQUIREMENTSa. Have materials, equipment, and personnel required to perform thework at the site prior to the commencement of the work.b. Permission to interrupt any Activity roads, railroads, and/orutility service shall be requested in writing a minimum of 30calendar days prior to the desired date of interruption.c. The buildings will remain in operation during the entireconstruction period. The Contractor shall conduct his operationsso as to cause the least possible interference with normaloperations of the activity.d. The work under this contract requires special attention to thescheduling and conduct of the work in connection with existingoperations. Identify on the construction schedule each factorwhich constitutes a potential interruption to operations.1.3 CONTRACTOR ACCESS AND USE OF PREMISES1.3.1 Activity RegulationsEnsure that Contractor personnel employed on the Activity become familiarwith and obey Activity regulations. Keep within the limits of the work andavenues of ingress and egress. Wear hard hats in designated areas. Do notenter any restricted areas unless required to do so and until cleared forsuch entry. The Contractor's equipment shall be conspicuously marked foridentification.SECTION 01 14 00.05 20 Page 1


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.3.2 List of Contact PersonnelFurnish a list of contact personnel for the Contractor and allsubcontractors including addresses and telephone numbers for use in theevent of an emergency. As changes occur and additional information becomesavailable, correct and change the information contained in previous lists.1.3.3 Identification BadgesIdentification badges, required for access to Naval Base Kitsap (NBK),will be furnished without charge. Application for and use of badges will beas directed by the Contracting Officer. Furnish a completed EMPLOYMENTELIGIBILITY VERIFICATION form (DHS FORM I-9) for all personnel requestingbadges. This form is available for download at:http://uscis.gov/graphics/formsfee/forms/files/i-9.pdf.Immediately report instances of lost or stolen badges to the ContractingOfficer. Return all identification badges upon completion of work.1) RAPIDGate <strong>Part</strong>icipation: Commander Navy Region Northwest (CNIC,NW) isparticipating in the Navy Commercial Access Control System (NCACS) whichinvolves the RapidGate Access Program for Contractor access to Northwestbases. RAPIDGate performs all background screening and credentialing.Enrollment information and cost information may be obtained by contactingRapidGate at http://www.rapidgate.com/vendors/how-to-enroll or calling1-877-727-4342.Once the Contractor's enrollment has been authorized by NBK BANGOR, theContractor's employees may register using convenient Registration Stations.All cost to enroll in this program is the responsibility of the Contractorand is available from the RapdiGate contacts listed in previous paragraph.RAPIDGate Contractors should allow 30 days for processing once all theforms and requirements obtained from the RAPIDGate contact are submitted.2) Non-RAPIDGate <strong>Part</strong>icipation: <strong>Part</strong>icipation in the RAPIDGate program isnot mandatory but if the Contractor chooses to not participate inRAPIDGate, the Contractor's personnel will have to obtain daily passes fromthe Pass and ID office, be subject to daily mandatory 100% vehicleinspections, will have limited access to the base and will need to providethe document(s) listed under the Personnel section below. The Governmentwill not be responsible for any cost or lost time associated with obtainingdaily passes or added vehicle inspections incurred by non-participants inthe RAPIDGate program.1.3.4 Working HoursRegular working hours shall consist of an 8 1/2 hour period between thehours of 0700 and 1630, Monday through Friday, excluding Governmentholidays.1.3.5 Work Outside Regular HoursWork outside regular working hours requires Contracting Officer approval.Make application 15 calendar days prior to such work to allow arrangementsto be made by the Government giving the specific dates, hours, location,type of work to be performed, contract number and project title. Based onthe justification provided, the Contracting Officer may approve workSECTION 01 14 00.05 20 Page 2


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRoutside regular hours. During periods of darkness, the different parts ofthe work shall be lighted in a manner approved by the Contracting Officer.1.3.6 No Smoking PolicySmoking is prohibited within and outside of all buildings on installationsunder the cognizance of NAVFAC NW except in designated smoking areas. Thisapplies to existing buildings, buildings under construction and buildingsunder renovation. Discarding tobacco materials other than into designatedtobacco receptacles is considered littering and is subject to fines. TheContracting Officer will identify designated smoking areas.1.3.7 Occupied and Existing BuildingsThe Contractor shall be working in existing buildings which are occupied.Do not enter the building without prior approval of the Contracting Officer.The existing buildings and their contents shall be kept secure at alltimes. Provide temporary closures as required to maintain security asdirected by the Contracting Officer.Provide dust covers or protective enclosures to protect existing work thatremains and Government material located in the occupied areas during theconstruction period.Relocate movable furniture as required to perform the work, protect thefurniture, and replace the furniture in its original location uponcompletion of the work. Leave attached equipment in place, and protect itagainst damage, or temporarily disconnect, relocate, protect, and reinstallit at the completion of the work.The Government will remove and relocate other Government property in theareas of the buildings scheduled to receive work.1.4 ON-SITE PERMITSPermits shall be posted at a government approved conspicuous location inthe construction area.1.4.1 Utility Connection/Outage RequestsSubmit utility connection/outage requests to the Contracting Officer forapproval 30 calendar days prior to start of work requiring permit.a. Make utility cutovers and interruptions after normal working hoursor on Saturdays, Sundays, and Government holidays. Conform toprocedures required in the paragraph "Work Outside Regular Hours."Contractor shall not be entitled to additional payment forutility outages and connections required to be performed outsidethe regular work hours.b. Ensure that new utility lines are complete, except for theconnection, before interrupting existing service. Work shall bescheduled to hold outages to a minimum.c. Interruption to water, sanitary sewer, storm sewer, telephoneservice, electric service, air conditioning, heating, fire alarm,fire suppression or compressed air shall be considered utilitycutovers pursuant to the paragraph entitled "Work Outside RegularSECTION 01 14 00.05 20 Page 3


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRHours." Such interruption shall be scheduled to limit the durationto the minimum practicable.d. Operation of Station Utilities: The Contractor shall not operatenor disturb the setting of control devices in the stationutilities system, including water, sewer, electrical, and steamservices. The Government will operate the control devices asrequired for normal conduct of the work. The Contractor shallnotify the Contracting Officer giving reasonable advance noticewhen such operation is required.1.4.2 Excavation PermitsSubmit excavation permit requests to the Contracting Officer on the formprovided by the Government for approval 30 calendar days prior to start ofexcavation work. Attach utility locate information to excavation permitrequest.Once the permit is obtained, notify the Contracting Officer at least 5calendar days prior to starting excavation work.1.4.3 Hot Work PermitA hot work Permit is required prior to start of any operations or equipmentthat produces a flame or spark. Contact the NBK Fire Department throughthe Contracting Officer to request a hot work permit. Comply with all FireDepartment requirements to obtain the hot work permit.1.5 LOCATION OF UNDERGROUND FACILITIESObtain excavation permits prior to start of excavation by contacting theContracting Officer 30 calendar days in advance. Scan the constructionsite with electromagnetic or sonic equipment, and mark the surface of theground, or paved surface where existing underground utilities arediscovered. Verify the elevations of existing piping, utilities,and anytype of underground obstruction not indicated to be specified or removedbut indicated or discovered during scanning in locations to be traversed bypiping, ducts, and other work to be conducted or installed. Attach utilitylocate information to excavation permit request.Record exact location of new and field verified underground utilities onas-built drawings.1.6 CONTRACTED SERVICES1.6.1 Utility ServicesUnless noted otherwise in the contract, the contractor will be required tocontract with the BOSC for all services relating to utility systems,including but not limited to utility locates, domestic & non-domestic watersystems, steam & condensate systems, fire alarm systems, wet sprinklersystems, dry sprinkler systems, heating-ventilation & air conditioning(HVAC) systems, electrical systems, gas distribution systems, high & lowpressure air line systems, and power systems. The Base Operations ServiceContract (BOSC) will secure these utilities. Once secured the contractorwill be allowed to "tie-in" to the system. For some services the BOSC willperform the tie-in or supervise the work of the contractor. The contractorwill be required to contract with the BOSC for these services. Contact theEJB Contracts Manager at (360) 396-6352 for utility service requirementsSECTION 01 14 00.05 20 Page 4


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRand to receive detailed information to cost a proposal.1.7 SECURITY REQUIREMENTSContract Clause "FAR 52.204-2, Security Requirements and Alternate II,""FAC 5252.236-9301, Special Working Conditions and Entry to Work Area," andthe following apply:1.7.1 SWFPAC Production Area Security1.7.1.1 SWFPAC Safety and Security BriefA SWFPAC Safety and Security Brief is required for the contractor'scomplete crew before any work can begin. The brief is approximately 60minutes and is provided in Building 6401. It shall be coordinated throughthe SWFPAC POC with a minimum of three (3) days advanced notice.1.7.1.2 DelaysContractor operations are subject to reasonable delays, suspensions, and/orrestrictions because of emergencies, alerts, drills, equipment movementsand other such activities.1.7.1.3 Searches and InspectionsPersons entering onto Government Property are, as a condition of access,subject to searches of all vehicles and personal belongings. This includesbriefcases, handbags, tool chests, boxes, sealed packages, and personalarticles. Random Administrative Vehicle Inspections are conducted bySecurity Police each day at various hours and locations on base. Ifselected for a vehicle inspection, be prepared to open your glove box,hood, trunk, and other personal items requested by Security.1.7.1.4 Cell PhonesCell phones with cameras are not allowed. Cell Phones without cameras areallowed with HERO (Hazards of Electromagnetic Radiation to Ordnance)approval. The HERO document shall be filled out and returned to SWFPACSafety through the SWFPAC POC for issuance of HERO sticker.1.7.1.5 PhotographyPhotography by the Contractor is prohibited. Construction progress photos,and all other necessary photo documentation, will be provided by authorizedGovernment personnel only.1.7.1.6 SmokingSmoking is only permitted in designated areas. The nearest smoking area islocated behind building 6401.1.7.1.7 ContrabandContractor personnel shall not bring onto Government Property any alcoholicbeverages, illegal drugs, guns, or concealed weapons.1.7.1.8 Flame Producing DevicesMatches, lights, and other spark producing devices are not allowed withoutSECTION 01 14 00.05 20 Page 5


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRa burn permit.1.7.1.9 CoordinationThe NAVFAC and SWFPAC POC are to be contacted to coordinate access to thebuildings for job walks, site visits, and scheduling of the work.1.7.1.10 ScheduleBefore starting any work, the NAVFAC and SWFPAC POC is to be provided withthe project schedule for review and approval. Government has 5 working daysto review and return schedule.PART 2PRODUCTSNot used.PART 3EXECUTIONNot used.-- End of Section --SECTION 01 14 00.05 20 Page 6


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 20 00.05 20PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILDPART 1GENERAL1.1 REFERENCESThe publications listed below form a part of this specification to theextent referenced. The publications are referred to within the text by thebasic designation only.U.S. ARMY CORPS OF ENGINEERS (USACE)EP-1110-1-8(2003) Construction Equipment Ownershipand Operating Expense Schedule, Vol 1-121.2 SUBMITTALSThe use of a "G" following a submittal indicates that a Government approvalaction is required. Submit the following in accordance with Section01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES and Section 01 33 00.05 20CONSTRUCTION SUBMITTAL PROCEDURES.SD-01 Preconstruction SubmittalsSchedule of prices; G1.3 SCHEDULE OF PRICES1.3.1 Schedule InstructionsPayments will not be made until the Preliminary Schedule of Prices or CostLoaded Critical Path Method (CPM) schedule has been submitted to andaccepted by the Contracting Officer. The Schedule of Prices shall beseparated as follows:a. Primary Facility/s Cost Breakdown:Defined as work on the primary facility/s out to the 1.5 m (5 foot)line. Work out to the 1.5 m (5 foot) line shall include constructionencompassed within a theoretical line 1.5 m (5 foot) from the face ofexterior walls and shall include attendant construction, such as padmounted HVAC equipment, that may extend beyond the 1.5 m (5 foot) line.b. Supporting Facilities Cost Breakdown:Defined as site work, including incidental work, outside the 1.5 m (5foot) line.1.3.1.1 Additional Facility Price DataFor the purposes of historical pricing data collection for Government useonly, simultaneously submit this data to the NAVFAC Chief Cost Engineer atthe following mailing or email address within 30 days of contract award:a. CommanderNaval Facilities Engineering Command Atlantic6505 Hampton Blvd.SECTION 01 20 00.05 20 Page 1


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRNorfolk, VA 23508-1278Attention: CI Costb. FacilityCostData@navy.milThis information is for Government internal purposes only for trackinghistorical primary and support facility pricing and will not be used forany scope, price, or evaluation purposes.1.3.2 Schedule Requirements for HVAC TABThe field work required by PTS Section D30, HVAC, shall be broken down inthe NAS by separate line items which reflect measurable deliverables.Specific payment percentages for each line item shall be determined on acase by case basis for each contract. The line items shall be as follows:a. Approval of Design Review Report: The TABS Agency is required toconduct a review of the project plans and specifications to identifyany feature, or the lack thereof, that would preclude successfultesting and balancing of the project HVAC systems. The resultingfindings shall be submitted to the Government to allow correction ofthe design. The progress payment shall be issued after review andapproval of the report.b. Approval of the pre-field engineering report: The TABS Agencysubmits a report which outlines the scope of field work. The reportshall contain details of what systems will be tested, procedures to beused, sample report forms for reporting test results and a qualitycontrol checklist of work items that must be completed before TABSfield work commences.c. Season I field work: Incremental payments are issued as the TABSfield work progresses. The TABS Agency mobilizes to the project siteand executes the field work as outlined in the pre-field engineeringreport. The HVAC water and air systems are balanced and operationaldata shall be collected for one seasonal condition (either summer orwinter depending on project timing).d. Approval of Season I report: On completion of the Season I fieldwork, the data is compiled into a report and submitted to theGovernment. The report is reviewed, and approved, after ensuringcompliance with the pre-field engineering report scope of work.e. Completion of Season I field QA check: Contract QC and Governmentrepresentatives meet the TABS Agency at the jobsite to retest portionsof the systems reported in the Season I report. The purpose of thesetests are to validate the accuracy and completeness of the previouslysubmitted Season I report.f. Approval of Season II report: The TABS Agency completes all SeasonII field work, which is normally comprised mainly of taking heattransfer temperature readings, in the season opposite of that underwhich Season I performance data was compiled. This data shall becompiled into a report and submitted to the Government. On completionof submittal review to ensure compliance with the pre-field engineeringreport scope, progress payment is issued. Progress payment is lessthan that issued for the Season I report since most of the water andair balancing work effort is completed under Season I.SECTION 01 20 00.05 20 Page 2


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.3.3 Data RequiredIf the contract requires the use of a cost loaded CPM the informationrequired for the Schedule of Prices will be entered as an integral part ofthe Network Analysis Schedule (NAS) and its Mathematical Analysis. Within15 calendar days of notice of award, prepare and deliver to the ContractingOfficer a schedule of prices (construction contract) on the forms furnishedby the Government. Provide a detailed breakdown of the contract price,giving quantities for each of the various kinds of work, unit prices, andextended prices therefore. Costs shall be summarized and totals providedfor each construction category.1.3.4 Real Property AssetsProvide real property asset records to cover the facility assets created bythis contract. These assets records must be broken out by constructioncategories that are found in the DD Form 1391 and the "Category Codes forMilitary Real Property", which are available from the Contracting Officer.Coordinate the particular construction categories identified for theproject and the development of the assets records with the ContractingOfficer and the Real Property Accounting OfficerDivide detailed asset breakdown into each appropriate construction categoryto define the work and complete the DD Form 1354, Transfer and Acceptanceof Military Real Property. Coordinate with subcontractors who may beinvolved in work under more than one of these categories to divide theirwork into each applicable construction category. Changes in the contractduring the course of the work may require the Contracting Officer to modifythe originally assigned construction categories and the Contractor tomodify his asset records.Cost data accumulated under this section are required in the preparation ofDD Form 1354. Coordinate with UFGS Section 01 33 10.05 20, DesignSubmittal Procedures paragraph "DD Form 1354".]1.4 CONTRACT MODIFICATIONSIn conjunction with the Contract Clause "DFARS 252.236-7000, ModificationProposals-Price Breakdown," and where actual ownership and operating costsof construction equipment cannot be determined from Contractor accountingrecords, equipment use rates shall be based upon the applicable provisionsof the EP-1110-1-8.1.5 CONTRACTOR'S INVOICE AND CONTRACT PERFORMANCE STATEMENT1.5.1 Content of InvoiceRequests for payment will be processed in accordance with the ContractClause "FAR 52.232-27, Prompt Payment Construction Contracts," and shallinclude items required by FAR 52.232-5, "Payments under Fixed-PriceConstruction Contracts" and shall be accompanied with the followingdocuments. If NFAS Clause 5252.232-9301 is present in the contract,documents shall be provided as attachments in Wide Area Work Flow (WAWF).The maximum size limit per attachment is less than 2 megabyte but you mayhave an unlimited amount of attachments. If a document cannot be attachedin WAWF due to system or size restriction it shall be provided asinstructed by the Contracting Officer.a. The Contractor's invoice on Form 7300/30 furnished by the GovernmentSECTION 01 20 00.05 20 Page 3


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRfor this purpose, showing in summary form, the basis for arriving at theamount of the invoice. Invoice Form shall be certified by the QC andprovide the number of copies required by the Contracting Officer.b. The Earned Value Report from the cost-loaded NAS, showing in detail:the estimated cost, percentage of completion, and value of completedperformance for each of the construction categories stated in thiscontract. Submit number of copies required by the Contracting Officer.c. Final invoice shall be accompanied by Final Release Form, NAVFAC Form4330/07 is furnished by the Government. If the contractor is incorporated,the release shall contain the corporate seal. An officer of thecorporation shall sign the release and the corporate secretary shallcertify the release.d. Updated project schedule if not already submitted per Section01 32 17.05 20.e. Contractor Safety Self Evaluation Checklist (original).f. Monthly Work-hour Report.g. Solid Waste Disposal Report.h. Other supporting documents as requested1.5.2 Submission of Invoicesa. All invoices shall be submitted electronically via WAWF if NFASClause 5252.232-9301 is present in the contract otherwise it shall besubmitted in accordance with contract invoicing instructions. Allother paper invoices shall be forwarded with specific marking on theenvelope. This marking shall be in the front lower left hand corner,in large letters, "INVOICES - ENCLOSED."b. Invoices not completed in accordance with contract requirements willbe returned to the Contractor for correction of the deficiencies.c. Final invoices not accompanied by Final Release Form will beconsidered incomplete and will be returned to the Contractor. Forfinal invoices being submitted via WAWF, the original Contractor'sFinal Release form must be provided to the respective contractingofficer prior to submission of the final invoice. Once receipt of theoriginal final release form has been confirmed by the contractingofficer, contractor shall then submit final invoice and attach copy ofthe final release form in WAWF.1.6 PAYMENTS TO THE CONTRACTORPayments will be made on submission of itemized requests by the Contractorwhich comply with the requirements of this section, and will be subject toreduction for overpayments or increase for underpayments made on previouspayments to the Contractor.a. Basis for Contracting Officer's consideration to allow progresspayment for material delivered on the site (but not installed) and forcompleted preparatory work, as authorized under FAR 52.232-5(b), shallbe (1) major high cost items and (2) long lead special order items.Materials that will not be paid for prior to installation include, butSECTION 01 20 00.05 20 Page 4


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRare not limited to, bulk quantities such as nails, fasteners, conduits,gypsum board, etc. In the request for progress payment, such itemsshall be specifically identified in the Contractor's estimates of worksubmitted for the Contracting Officer's approval in accordance withparagraph entitled "Schedule of Prices" above. At the time ofinvoicing, the amount billed shall be supported by documentsestablishing its value.1.6.1 Payment for Materials On SitePayment may be made for materials delivered to the site but not yetincorporated into the construction. Materials on site shall be listed as aseparate item on the Contract Performance Statement. The value of thematerials shall be supported by the Schedule of Prices and a separate listof all materials being invoiced shall be submitted with the invoice in thefollowing format:MATERIAL ON MATERIAL MATERIAL MATERIALSITE LAST RECEIVED CONSUMED ONITEM PERIOD + THIS PERIOD - THIS PERIOD = SITE1.6.2 Payment for Materials OffsitePayments may be made to the Contractor for materials stored offconstruction sites under the following conditions:a. Conditions described in the paragraph entitled "Payments to theContractor";b. Material located and stored within 50 miles by streets and roads of theconstruction site. Materials in transit to the job or storage site arenot acceptable for payment;c. Materials adequately insured and protected from theft and exposure;d. Materials not susceptible to deterioration or physical damage instorage or in transit to the job site are acceptable for progresspayments. Items such as non-magnetic steel, aluminum, non-magneticaggregate, machinery, pre-cast/pre-stressed concrete products, andplastic lumber ( e.g., fender piles and curbs) are acceptable forprogress payments;e. Conditions specified in FAR 52.232-5(b) PAYMENTS UNDER FIXED PRICECONSTRUCTION CONTRACTS; andf. Payment requests for off-site materials include consent of surety.1.7 EQUITABLE ADJUSTMENTS: WAIVER AND RELEASE OF CLAIMSa. Whenever the Contractor submits a claim for equitable adjustmentunder any clause of this Contract which provides for equitableadjustment of the Contract, such claim shall include all types ofadjustments in the total amounts to which the clause entitles theContractor, including, but not limited to, adjustments arising out ofdelays or disruptions or both caused by such change.b. Except as the parties may otherwise expressly agree, the Contractorshall be deemed to have waived (1) any adjustments to which itotherwise might be entitled under the clause where such claim fails toSECTION 01 20 00.05 20 Page 5


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRrequest such adjustments, and (2) any increase in the amount ofequitable adjustments additional to those requested in its claim.c. The Contractor agrees that, if required by the Contracting Officer,he will execute a release, in form and substance satisfactory to theContracting Officer, as part of the supplemental agreement settingforth the aforesaid equitable adjustment. The Contractor furtheragrees that such release shall discharge the Government, its officers,agents and employees, from any further claims, including but notlimited to, further claims arising out of delays or disruptions or bothcaused by the aforesaid change.1.8 CHANGES ESTIMATESIn making all equitable adjustments under the Changes Clause, compensationfor additions will be based upon estimated costs at the time the work isperformed and credit for deductions will be based upon estimated costs atthe time the Contract was made. In arriving at the amount of the change inprice, if any, allowance may be made for profit overhead and generalexpenses, plant rental and other similar items.PART 2PRODUCTSNot used.PART 3EXECUTIONNot used.-- End of Section --SECTION 01 20 00.05 20 Page 6


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 30 00.05 20ADMINISTRATIVE REQUIREMENTS FOR DESIGN-BUILDPART 1GENERAL1.1 SUBMITTALSThe use of a "G" following a submittal indicates that a Government approvalaction is required. Submit the following in accordance with Section01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES and Section 01 33 00.05 20CONSTRUCTION SUBMITTAL PROCEDURES.SD-01 Preconstruction SubmittalsInsurance; GSuperintendant Resume; GView Location Map; G1.2 MINIMUM INSURANCE REQUIREMENTSProcure and maintain during the entire period of performance under thiscontract the following minimum insurance coverage:a. Comprehensive general liability: $500,000 per occurrenceb. Automobile liability: $200,000 per person, $500,000 peroccurrence for bodily injury, $20,000 per occurrence for propertydamagec. Workmen's compensation as required by Federal and State workers'compensation and occupational disease laws.d. Employer's liability coverage of $100,000, except in States whereworkers compensation may not be written by private carriers,e. Others as required by the State.1.3 SUPERVISIONHave at least one qualified supervisor capable of reading, writing, andconversing fluently in the English language on the job site during workinghours. In addition, the Quality Control (QC) representative shall alsohave fluent English communication skills.The Project Superintendent must have a minimum of 10 years experience as aSuperintendent on projects similar in size and complexity.The Project Superintendent is subject to removal by the Contracting Officerfor non-compliance with requirements specified in the contract, and forfailure to manage the project to insure timely completion. Furthermore,the Contracting Officer may issue an order stopping all or part of the workuntil satisfactory corrective action has been taken. No portion of thetime lost due to such stop orders, shall be made the subject of a claim forextension of time for excess costs, or damages by the Contractor.SECTION 01 30 00.05 20 Page 1


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRApproval of on-site Project Superintendent is required prior to start ofconstruction. Provide a Superintendant Resume for the proposed on-siteProject Superintendent describing experience with references andqualifications to the Contracting Officer for approval. The ContractingOfficer reserves the right to interview the proposed on-site ProjectSuperintendent at any time in order to verify the submitted qualifications.1.4 AVAILABILITY OF CADD DRAWING FILESAfter award and upon request, the electronic "Computer-Aided Drafting andDesign (CADD)" drawing files, if any, will be made available to theContractor for use in preparation of construction drawings and data relatedto the referenced contract subject to the following terms and conditions.Data contained on these electronic files shall not be used for any purposeother than as a convenience in the preparation of construction drawings anddata for the referenced project. Any other use or reuse shall be at thesole risk of the Contractor and without liability or legal exposure to theGovernment. The Contractor shall make no claim and waives to the fullestextent permitted by law, any claim or cause of action of any nature againstthe Government, its agents or sub consultants that may arise out of or inconnection with the use of these electronic files. The Contractor shall,to the fullest extent permitted by law, indemnify and hold the Governmentharmless against all damages, liabilities or costs, including reasonableattorney's fees and defense costs, arising out of or resulting from the useof these electronic files.These electronic CADD drawing files are not construction documents.Differences may exist between the CADD files and the correspondingconstruction documents. The Government makes no representation regardingthe accuracy or completeness of the electronic CADD files, nor does it makerepresentation to the compatibility of these files with the Contractorshardware or software. In the event that a conflict arises between thesigned and sealed construction documents prepared by the Government and thefurnished CADD files, the signed and sealed construction documents shallgovern. The Contractor is responsible for determining if any conflictexists. Use of these CADD files does not relieve the Contractor of duty tofully comply with the contract documents, including and without limitation,the need to check, confirm and coordinate the work of all contractors forthe project.If the Contractor uses, duplicates and/or modifies these electronic CADDfiles for use in producing construction drawings and data related to thiscontract, all previous indicia of ownership (seals, logos, signatures,initials and dates) shall be removed.1.5 CLEANUPLeave premises clean. Clean interior and exterior glass surfaces exposedto view; remove temporary labels, stains and foreign substances; polishtransparent and glossy surfaces; vacuum carpeted and soft surfaces. Cleanequipment and fixtures to a sanitary condition. Clean or Replace filters ofoperating equipment. Remove waste and surplus materials, rubbish andconstruction facilities from the site.PART 2PRODUCTSNot used.SECTION 01 30 00.05 20 Page 2


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRPART 3EXECUTIONNot used.-- End of Section --SECTION 01 30 00.05 20 Page 3


This page has intentionally been left blank


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 31 19.05 20POST AWARD MEETINGSPART 1GENERAL1.1 SUMMARYThis document includes post-award requirements for project kickoff andsubsequent design and preconstruction meetings.1.2 SUBMITTALSThe use of a "G" following a submittal indicates that a Government approvalaction is required. Submit the following in accordance with Section01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES.SD-01 Preconstruction SubmittalsDesign Submittal Packaging Proposal: GProject Schedule: GPerformance Assessment Plan (PAP); GCDW Basis of Design with Cost Estimate; G1.3 POST AWARD KICKOFF MEETINGThe Post Award Kickoff (PAK) meeting is made up of Contract Administration,Concept Design Presentation/Design Development, <strong>Part</strong>nering, andScheduling. If mutually beneficial to the Contractor and the Government,these four elements may be addressed in a single meeting or multiplemeetings.1.3.1 PAK Meeting Schedule and LocationWithin 21 calendar days after contract award, and prior to commencing work,schedule the PAK meeting with the Contracting Officer. The meeting shall belocated at a specific time and place to be agreed upon by the ContractingOfficer.1.3.2 PAK Meeting OutcomesThe meeting(s) outcomes are:a. Integrate the Contractor and all client representatives into theproject team.b. Achieve consensus from the project team on any issues and concernswith the Contractor's technical proposal and the User's functionalrequirements. Confirm the design is within the project budget.c. Establish and explain policies and procedures for completion of asuccessful project.d. Establish clear lines of communication and points of contact forSECTION 01 31 19.05 20 Page 1


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRGovernment and Contractor team members.e. Establish project design schedule, design submittal packaging, andpreliminary construction schedule in accordance with Section01 32 17.05 20, Network Analysis Schedule (NAS) for Design-Build.Discuss design milestones and events that will be included in theQuality Control Communication Plan.f. Establish clear expectations for facility turnover and providing DDForm 1354 asset management records to the Government.g. Establish procedure for design packages reviews, Contractor'sresolution to comments, and Government's role in review of packages.1.3.3 PAK Meeting Contractor AttendeesThe following Contractor key personnel shall attend the PAK: ProjectManager, Project Scheduler, Lead Designer-of-Record (DOR), Design Staffresponsible for each architectural/engineering discipline when facilitydesign is discussed, Superintendent, QC Manager, DQC Manager and theCommissioning Authority (CA). Optional attendees include: Principal,Assistant Project Manager, major subcontractors and specializedsupplemental QC personnel.1.3.4 Contract AdministrationContract administration roles and responsibilities will be addressed.1.3.5 <strong>Part</strong>neringLEVEL C PARTNERING: To most effectively accomplish this contract, theGovernment requires the formation of a cohesive partnership with theContractor and its subcontractors. The partnership will draw on thestrength of each organization in an effort to achieve a quality projectdone right the first time, within budget, on schedule, and without anysafety mishaps.This level of partnering discusses partnering concepts and benefits andshould become a part of the preconstruction conference. The senior FEADand senior Contractor persons present will jointly host the partneringsessions. The partners will determine the frequency of the follow-onsessions. <strong>Part</strong>nering sessions should be held at or near the location ofthe FEAD office.1.3.5.1 Performance Assessment Plan (PAP)The Performance Assessment Plan (PAP) shall be used to document designinnovation and budget management, provide performance feedback to theContractor, and as a basis for interim and final evaluations in theConstruction Contractor Appraisal System (CCASS) on-line database.It is the intent of the Government to establish the PAP based on tangible,measurable indicators of outstanding contractor performance, and oncommitments made in the Contractor's proposal. The initial PAP may befound on the NAVFAC Design-Build Request for Proposal Website in <strong>RFP</strong> PART 6Attachments. Review and finalized the initial PAP during the <strong>Part</strong>neringSession. During the initial <strong>Part</strong>nering Session, the Government, theContractor, the Designer-of-Record, and the Client will establish the PAP.SECTION 01 31 19.05 20 Page 2


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRFollowing the establishment of the PAP, the Contractor will present it,with his input, for update and discussion at projects meetings whichdiscuss project performance. Submit an updated PAP on a monthly basis withthe invoice for that period as a minimum.1.3.6 Project ScheduleProvide in accordance with Section 01 32 17.05 20 NETWORK ANALYSISSCHEDULES (NAS) FOR DESIGN-BUILD.1.4 DESIGN QUALITY ASSURANCE MEETINGSAfter Government Quality Assurance (QA) of each Design Submittal has beencompleted, meet with the Government for a one-day conference to discussreview comments for the specific design submittal.Provide consolidated copies of all Government comments with annotations ofContractor's action beside them. Notify the Contracting Officer in writingwithin five (5) days after receipt of Government's comments if theContractor disagrees with comments technically or interprets comments toexceed the requirements of the contract.1.4.1 Design QA Meeting AttendeesThe following Contractor key personnel shall attend the design QAmeetings: Project Manager, QC Manager, Commissioning Authority, andContractor's Design Staff (architect and engineering disciplines related totopics to be discussed).1.4.2 Design QA Meeting LocationMeetings shall be located at the office of the Contracting Officer's QATeam or may be conducted at other locations or by other electronic means ifmutually acceptable to all parties.1.4.3 Minimum Design QA Meeting AgendaAddress all Government comments that are unresolved and presentclarification or supporting information requested by the ContractingOfficer's QA team during the previous meeting.1.5 PRECONSTRUCTION MEETINGMeet with the Contracting Officer to discuss construction items of concernto the Government and the Contractor such as outages, storage, trailerlocation, disposal of construction debris, and safety, at a location to bedetermined by the Contracting Officer. The Preconstruction meeting maytake place with the PAK meeting or at any time prior to mobilization andbefore any construction work begins.1.6 RECURRING MEETINGS1.6.1 Quality Control and Production MeetingsQuality Control and Production Meetings in accordance with Section01 45 00.05 20, Design and Construction Quality Control.SECTION 01 31 19.05 20 Page 3


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YR1.6.2 Safety MeetingsSafety Meetings in accordance with UFGS Section 01 35 29.05 20, Safety andOccupational Health Requirements for Design-Build.1.7 FACILITY TURNOVER PLANNING MEETINGSKey personnel will meet to identify strategies to ensure the project iscarried to expeditious closure and turnover to the Client. Start theturnover process at the PAK Meeting and convene the Facility TurnoverMeetings once the project has reached approximately 75% completion or threeto six months prior to Beneficial Occupancy Date (BOD), whichever comesfirst. The Contracting Officer's Representative will lead the meetings andguide the discussions based on an agenda provided by the Government. TheFacility Turnover effort shall include the following:a. PAK Meeting -1. Contracting Officer's Technical Representative (COTR) will providethe NRZ Checklist and the Contractor, Client, and NAVFACRepresentatives will compare Contractor's schedule to NRZ Checklist toensure all Contractor Checklist Items are included in the schedule andto discuss the scheduling impact of Client and NAVFAC Checklist Items.2. Discuss the requirements of creating the Draft and finalizing theInterim DD Form 1354 to provide asset management records to theGovernment. Refer to UFGS Section 01 33 10.05 20, Design SubmittalProcedures for requirements.b. Facility Turnover Meetings -1. Fill in the NRZ Checklist including Contractor, Client,and NAVFACChecklist Items and assigned a person responsible for each item and adue date. The Contracting Officer's Representative will facilitate theassignment of responsibilities and fill out the NRZ Checklist.2. Review the Contractor's updated schedule. The Contractor shalldevelop a POAM for the completion of all Contractor, Client, and NAVFACChecklist items.3. Confirm that all NRZ Checklist items will be completed on time forthe scheduled Facility Turnover.1.7.1 Facility Turnover Meeting AttendeesThe following key personnel shall attend the Facility Turnover Meetings:Contractor QC Manager, Design Quality Control Manager, Superintendent,Major Subcontractors, Designer-of-Record, Contracting Officer'sRepresentative, Project Sponsor, Representative(s) of NAVFAC, the FacilityOwner/ Real Property Accounting Officer, and the Client.PART 2PRODUCTSNot Used.PART 3EXECUTIONNot Used.SECTION 01 31 19.05 20 Page 4


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YR-- End of Section --SECTION 01 31 19.05 20 Page 5


This page has intentionally been left blank


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 32 17.00 20NETWORK ANALYSIS SCHEDULES (NAS)PART 1GENERAL1.1 DESCRIPTIONThe network analysis system shall consist of the network analysis schedule(diagram) and associated reports. The scheduling of all procurement andconstruction shall be the responsibility of the Contractor. Constructionincrements will be interrelated on a single schedule that represents theentire project duration from Contract Award to the Contract CompletionDate. Schedule updates will build upon each other and will includeconstruction increments as they are detailed, submitted and accepted.Submission of progress and revision data will be used to measure workprogress, aid in the evaluation for requests for time extensions, and toprovide the basis of all progress payments. The Critical Path Method (CPM)of network calculation shall be used to generate the project schedule andwill utilize the Precedence Diagram Method (PDM) to satisfy both time andcost applications. All progress payment amounts will be derived from andtied to the cost-loaded schedule activities. All schedules and updatesshall have a unique 4 character alpha number identifier. A hardcopy of thelatest approved schedule update will be posted in the Contractor's siteoffice.For consistency, when scheduling software terminology is used in thisspecification, the terms in Primavera's scheduling programs are used.Primavera Project Planner, P3, Primavera Project Manager, SureTrak andPrimeContract are registered trademarks or service marks of PrimaveraSystems, Inc. Adobe and Acrobat are registered trademarks of Adobe SystemsIncorporated.1.2 SUBMITTALSGovernment approval is required for submittals with a "G" designation;submittals not having a "G" designation are for Contractor Quality Controlapproval. Submit the following in accordance with Section 01 33 00SUBMITTAL PROCEDURES:SD-01 Preconstruction SubmittalsQualifications; GStandard Activity ID Dictionary; GConstruction Network Analysis Schedule; GBaseline Network Analysis Schedule; GSD-07 CertificatesMonthly Network Analysis Updates; GSD-11 Closeout SubmittalsAs-Built Schedule; GSECTION 01 32 17.00 20 Page 1


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.3 SCHEDULE ACCEPTANCEReview comments made by the Government on the Contractor's schedule(s) willnot relieve the Contractor from compliance with requirements of theContract Documents. The Contractor is responsible for scheduling,sequencing, and prosecuting the Work to comply with the requirements of theContract Documents. Government acceptance extends only to the activitiesof the Contractor's schedule that the Government has been assignedresponsibility and agrees it is responsible. The Government will alsoreview for contract imposed schedule constraints and conformance, and costloading of the CPM activities. Comments offered on other parts of theschedule, which the Contractor is assigned responsibility, are offered as acourtesy and are not conditions of Government acceptance; but are for thegeneral conformance with established industry schedule concepts.1.3.1 Schedule Acceptance Prior to Start of WorkThe Baseline Network Analysis Schedule described in the paragraph entitled"Baseline Network Analysis Schedule" must be submitted and accepted by theGovernment before the Contractor will be allowed to start work on theconstruction stage(s) of the contract. Examples of construction stagesare, but not limited to; demolition, site work, temporary work forconstruction, etc.1.3.2 Acceptancea. When the Construction Network Analysis Schedule is submitted andaccepted by the Contracting Officer, it will then be consideredthe "Baseline Network Analysis Schedule". The Baseline NetworkAnalysis Schedule will then be used by the Contractor forplanning, organizing, and directing the work; reporting progress;and requesting payment for work accomplished. The schedule willbe updated monthly by the Contractor and submitted monthly withthe progress pay request to reflect the current status of thework. The NAS update shall be submitted monthly whether or not aprogress pay request is submitted. Submittal and acceptance ofthe Baseline Network Analysis Schedule and accurate updatedschedules accompanying the pay requests are both conditionsprecedent to processing pay requests. Only bonds will be paidprior to acceptance of the Baseline Schedule(s).b. Submittal of the Baseline Network, and subsequent scheduleupdates, will be understood to be the Contractor's certificationthat the submitted schedule meets all of the requirements of theContract Documents, represents the Contractor's plan on how thework will be accomplished, and accurately reflects the work thathas been accomplished and how it was sequenced (as-built logic).1.4 SOFTWAREThe scheduling software that will be utilized by the Government on thisproject is SureTrak by Primavera Systems, Inc.. Notwithstanding any otherprovision in the contract, schedules submitted for this project must beprepared using either Primavera P3 or Primavera SureTrak (files saved inConcentric P3 format). The Contractor shall provide electronic files savedin a format that is compatible with the Contracting Officer's currentsoftware version. Submission of data from another software system wheredata conversion techniques or software is used to import into Primavera'sSECTION 01 32 17.00 20 Page 2


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRscheduling software is not acceptable and will be cause for rejection ofthe submitted schedule.1.5 QUALIFICATIONSThe Contractor shall designate a part time Scheduler that will beresponsible for the development, preparation, and maintenance of anaccurate, computerized Network Analysis Schedule. <strong>Part</strong> time is defined asthe Scheduler performing coordination, attending project meetings, andupdates for 8 hours per work week. The Scheduler shall have previouslydeveloped, created and maintained at least 2 previous computerizedschedules of similar size and complexity of this contract. A resumeoutlining the qualifications of the Scheduler and their SureTrak or P3training certificate from an authorized Primavera trainer shall besubmitted for acceptance to the Contracting Officer. If at a later date,the Contracting Officer considers the Contractor's Scheduler to beincompetent or objectionable, the Contractor will propose a new Scheduler,meeting the qualification requirements. Payments will not be processeduntil an acceptable Scheduler is provided.1.6 NETWORK SYSTEM FORMATThe system shall consist of time scaled logic diagrams and specifiedreports.1.6.1 DiagramsShow the order and interdependence of activities and the sequence in whichthe work is planned to be accomplished. The basic concept of the networkanalysis diagram will be followed to show how the start of a given activityis dependent on the completion of preceding activities and how itscompletion restricts or restrains the start of following activities.Activity durations shall not be resource-driven, activities shall startaccording to network logic and finish when its duration has elapsed.Diagrams shall be organized by Work Phase, sorted by Early Start Date andwill show a continuous flow from left to right with no logic (relationshiplines) from right to left. With the exception of the Contract Award, StartProject and End Project milestone activities, no activities will beopen-ended; each activity will have predecessor and successor ties. Thediagram shall clearly show the activities of the critical path and must bered in color. Once an activity exists on the schedule it may not bedeleted or renamed, and must remain in the logic. No more than 20 percentof the activities may be critical or near critical. Critical will bedefined as having zero days of Total Float. "Near critical" will bedefined as having Total Float in the range of 1 to 14 days. Show thefollowing information on the diagrams for each activity in the order shown:a. Activity IDb. Activity Descriptionc. Actual Duration in Work Daysd. Original Duration in Work Dayse. Remaining durationf. Actual Duration in Work DaysSECTION 01 32 17.00 20 Page 3


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRg. Early Start Dateh. Early Finish Datei. Total FloatProvide network diagrams on tabloid (11X17) sheets. Updated diagrams shallshow the date of the latest revision.1.6.2 Schedule Activity Properties and Level of DetailNumbering shall be assigned so that, in general, predecessor activitynumbers are smaller numerically than the successor activity numbers. Skipnumbering shall be used on the network to allow insertion of additionalactivities for contract modifications and logic changes. Activitycategories included in the schedule are specified below.1.6.2.1 Activity Categoriesa. Procurement Activities: Tasks related to the procurement ofmaterial or equipment shall be included as separate activities inthe project schedule. Examples of procurement activities include,but are not limited to; Material/equipment submittal preparation,submittal and approval of material/equipment; delivery of O&Mmanuals; material/equipment fabrication and delivery, delivery ofextra parts, extra stock, special tools, notification ofGovernment Furnished Material/Equipment delivery requirement, etc.As a minimum, separate procurement activities will be providedfor every specification section. If the Contractor intends onusing Just-In-Time (JIT) delivery methods, the schedule will showeach JIT delivery with relationship tie to the ConstructionActivity specifically for the JIT delivery. Material andequipment for which payment will be requested in advance ofinstallation shall be cost-loaded with the procurement costs(e.g.; the delivery milestone(s)). All activities within aprocurement process/cycle will have a unique identifier in theactivity code to show their relationships and will extend to therelated construction activities (i.e., CSI Code).If the Government's action on any submittal is "Disapproved" or"Revise and Resubmit", a new series of Procurement Activities willbe inserted into the schedule. Predecessor for the new submittalpreparation activity will be the original approval activity andthe successor of the new approval activity will be thefabrication/deliver activity for the equipment or material.b. Government Activities: Government and other agency activitiesthat could impact progress shall be clearly identified.Government activities include, but are not limited to; Governmentapproved submittal reviews, Government conductedinspections/tests, environmental permit approvals by Stateregulators, utility outages, Notice(s) to Proceed and delivery ofGovernment Furnished Material/Equipment. Show activitiesindicating Government furnished materials and equipment utilizingdelivery dates indicated in "FAR 52.245-2, Government Property(Fixed-Price Contracts)." Government activities will be driven bycalendars that reflect Saturdays, Sundays and all Federal Holidaysas non-work days.SECTION 01 32 17.00 20 Page 4


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRc. Construction Quality Management (CQM) Activities: CQM Activitieswill identify the Preparatory Phase and Initial Phase for eachDefinable Feature of Work identified in the Contractor's QualityControl Plan. These activities will be added to each 3-Week LookAhead Schedule referenced in the paragraph entitled "THREE-WEEKLOOK AHEAD SCHEDULE" and will also be included in each monthlyupdate referenced in the paragraph entitled "Monthly NetworkAnalysis Updates". The Follow-up Phase will be represented by theConstruction Activities in the Baseline Schedule and in theschedule updates.d. Construction Activities: Construction activities shall include,but are not limited to: Tasks related to mobilization ordemobilization; the installation of temporary or permanent work bytradesman; testing and inspections of installed work bytechnicians, inspectors or engineers; start-up and testing ofequipment; commissioning of building and related systems;scheduling of specified manufacture's representatives; Punch OutInspection; Pre-Final Inspection, Final Acceptance Inspection;final clean-up; training to be provided; and administrative tasksnecessary to start, proceed with, accomplish or finalize thecontract. No onsite construction activity shall have a durationin excess of 20 working days. Contractor activities will bedriven by calendars that reflect Saturdays, Sundays and allFederal Holidays as non-work days.e. Hammock (Summary Network) Activities: The Contractor shallinclude special activities that are a summary of a chain ofactivities. The start of the activity will be the start date ofthe first activity in the chain and the finish date will be thefinish date of the last activity in the chain. Generalized worksequences, Area Codes will be summarized.1.6.2.2 Project MilestonesDates shall be shown on the diagram for the start of the project, anycontract required interim start and completion dates, contract completiondate and other significant milestones.a. Project Start Date Milestones: The schedule shall start noearlier than the Contract Award Date and the project duration (Day1) will start on the Notice-to-Proceed (NTP) date. The Contractorshall include as the first milestone in the schedule, an activitynamed "Contract Award". Another milestone shall be included thatwill be named "Start Project". The Contract Award and ProjectStart milestones shall have mandatory start constraint dates equalto the Contract Award and NTP dates, respectively.b. Constraint of Last Activity Milestone: The Contractor shallinclude as the last activity in the project schedule, an activitynamed "End Project". The "End Project" activity shall have amandatory finish constraint equal to the contract completion datefor the project. Calculation of project updates shall be suchthat if the finish of the last activity falls after the contractcompletion date, then the float calculation shall reflect negativefloat on the critical path and if the finish of the last activityfalls before the contract completion date, the float calculationshall reflect positive float on the critical path. The onlySECTION 01 32 17.00 20 Page 5


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRpredecessor activity to this activity will be the "ProjectedCompletion" either the "Contractor Early Completion" or the"Substantial Completion" milestone, whichever is used by theContractor.c. Projected Completion: The Contractor shall include an activitymilestone named "Projected Completion". The activity will beequivalent to an Early Completion or Substantial Completionmilestone and will be defined as the point in time the Governmentconsiders the project is complete and ready for its intended use.The milestone shall not be constrained and will have the "EndProject" milestone as its only successor.d. Phase Start Milestone: The Contractor shall include as the firstactivity for a project phase, an activity named "Start Phase X",where "X" identifies the phase of work. The "Start Phase X"activity shall have an unconstrained start date equal to the dateof the Phase NTP. This unconstrained start date is not a releasefrom contractually required start dates, but is left unconstrainedto allow the schedule logic to calculate without hindrance.e. End Phase Milestone: The Contractor shall include as the lastactivity in a project phase, an activity named "End Phase X" where"X" identifies the phase of work. The "End Phase X" activityshall have an unconstrained late finish date equal to the contractphase completion date. This unconstrained completion date is nota release from contractually required finish dates, but is leftunconstrained to allow the schedule logic to calculate withouthindrance.f. Early Phase Completion: If the Contractor expects to finish priorto the contract phase completion date, the milestone will show anearly finish date equal to the Contractor's early finish date.The name of the activity will be "Early Phase Completion" and willhave an unconstrained date representing the Contractor's earlyphase completion date.1.6.2.3 Activity Identification (ID) and Descriptiona. Standard Activity ID Dictionary: The Contractor shall submit thealphanumeric coding scheme for Schedule Activity Numbers thatshall be used throughout the project. The coding scheme submittedshall list the values for each activity code and translate thosevalues into project specific designations. Code length shall notexceed 10characters. Once accepted, the coding scheme will beused for the duration of the project.b. Activity Description: Each activity shall have a narrativedescription consisting of a Verb or work function (e.g.; form,pour, excavate), an Object (e.g.; slab, footing, under floorplumbing), and Area (e.g.; 3rd floor, northeast quadrant,basement).1.6.2.4 Activity Code Dictionary and ValuesThe Contractor shall establish the activity codes identified in thisspecification. The codes will have values assigned that will allow thescheduling program to sort, select, group and organize the activities inthe schedule. Activity codes include, but are not limited to, theSECTION 01 32 17.00 20 Page 6


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRfollowing codes:b. Area Code: All activities shall be identified in the projectschedule by the Area Code in which the activity occurs.Activities shall not be contained in more than one Area Code.Area is defined as distinct separations in construction, such as astory of construction, separate structure, usage or functiondifference, utility distribution systems, etc.c. Responsibility Code: All activities in the project schedule shallbe identified with the party responsible to perform the task.Responsibility includes, but is not limited to; the PrimeContractor, subcontracting firm, or Government agency performing agiven task. Activities shall not belong to more than oneresponsible party. The responsible party for each activity shallbe identified by a responsibility code. For example, aresponsibility code value, "ELEC", may be used to identify the"Electrical Subcontractor".d. CSI Code: All activities in the project schedule shall beidentified with its respective 5-digit Specification Sectionnumber. Activities shall not belong to more than one Sectionnumber. If an activity does not have an applicable CSI Code,(such as "Mobilize"), the code will be "00000".e. Drawing Code: All activities in the project schedule shall beidentified with its respective project Drawing Code. The DrawingCode is the Sheet Number on the primary project drawing, whichindicates the work to be performed. Activities shall not belongto more than one Drawing Code. Examples of Drawing Codes are"C-10", "C.10" or "C10". The code system will allow organizingall activities by Drawing Code in alpha and numeric order. If anactivity does not have an applicable Drawing Code, (such as"Mobilize"), the code will be "00000".f. Modification Code: The Modification Code shall identifyactivities that are modified or added by contract modification.Activities shall not belong to more than one Modification Code.The Government will assign the modification number, which will beshown on the Standard Form 30. Use a shortened version of themodification number for the code (e.g.; A00010 = 010).g. Request for Equitable Adjustment (REA) or Claim Code: Activitiesthat are modified or added, as a result of a Contractor's REA orClaim shall be identified by a code generated by the Contractor.Activities shall not belong to more than one REA or Claim Code.1.6.2.5 Cost and Resource Loadinga. Cost Loading Activities: Equipment costs will be assigned totheir respective Procurement Activities (i.e., the deliverymilestone activity). Costs for installation of thematerial/equipment (labor, construction equipment, and temporarymaterials) will be assigned to their respective ConstructionActivities. The value of inspection/testing activities will notbe less than 10percent of the total costs for Procurement andConstruction Activities. Evenly disperse overhead and profit toeach construction activity over the duration of the project. TheSECTION 01 32 17.00 20 Page 7


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRtotal of all cost loaded activities; including costs for materialand equipment delivered for installation on the project, and laborand construction equipment loaded construction activities, shalltotal to 100 percent of the value of the contract.b. Quantities and Units of Measure: Each cost loaded activity willhave a detailed breakdown of the contract price, giving quantitiesfor each of the various kinds of work, unit prices, etc. Theseentries are informational only and are non-calculating.Quantities shall be entered as Log Text 1 (in SureTrak) or Log 1(in P3) for each activity, column heading will be "Quantities".Units of Measure shall be entered as Log Text 2 (in SureTrak) orLog 2 (in P3) for each activity, column heading will be "Units ofMeasure".c. Labor Resource Loading: As part of the Baseline Scheduledevelopment each construction activity shall have an estimate ofthe number of workers per day by trade, hours per day by trade andtotal expected hours used by trade during the execution of theactivity. If no workers are required for an activity, then theactivity shall be identified as using zero workers per day. Alllabor resources loaded into the schedule shall be non-driving andwill not be used to calculate activity cost or duration. Resourceleveling shall not be used. Actual labor resource expended on anactivity will be recorded in the monthly updated schedules andwill coincide with entries made in the Daily Reports.d. Equipment Resource loading: As part of the Baseline Scheduledevelopment each construction activity shall have an estimate ofthe equipment used per day, number of units per day and totalexpected hours for each piece of equipment used during theduration of the activity. Include a description of the majoritems of construction equipment planned for each constructionactivity on the project. The description shall include the year,make, model, and capacity. If no equipment is required for anactivity, then the activity shall be identified as using zeroequipment per day. All equipment resources loaded into theschedule shall be non-driving and will not be used to calculateactivity cost or duration. Resource leveling shall not be used.Actual equipment resource expended on an activity will be recordedin the monthly updated schedules and will coincide with entriesmade in the Daily Reports.1.6.2.6 Anticipated Environmental DelaysContractually imposed environmental restrictions in the Contract Documentsshall be taken into consideration when assigning the calendar to activities.1.6.2.7 Schedule Software Settings and Restrictionsa. Activity Constraints: Date/time constraint(s), other than thoserequired by the contract, will not be allowed unless accepted bythe Contracting Officer. Contractor will identify any constraintsproposed and provide an explanation for the purpose of theconstraint in the Narrative Report.b. Lags: Lags will not be used when the creation of an activity willperform the same function (e.g., concrete cure time). Lagdurations contained in the project schedule shall not have aSECTION 01 32 17.00 20 Page 8


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRnegative value. Contractor will identify any lag proposed andprovide an explanation for the purpose of the lag in the NarrativeReport.c. Default Progress Data Disallowed: Actual Start and Finish datesshall not be automatically updated by default mechanisms that maybe included in the CPM scheduling software system. Actual Startand Actual Finish dates on the CPM schedule shall match the datesprovided from Contractor Quality Control and Production Reports.These reports will be the sole basis for updating the schedule.Work activities will be updated by actual work progression ratherthan being cash flow driven. Actual labor and equipment hoursused on activities will be derived from the Daily Reports.d. Software Settings: If the contractor chooses to use Primavera'sSureTrak software, the Autocost Rules shall be set to:1) Uncheck - Link Remaining Duration and Schedule PercentComplete;2) Check - Use Updated Percent Complete Against Budget toEstimate Actual to Date;3) Check - Freeze Resource Units per Hour When QuantitiesChange;4) Check - Update Cost and Revenue Information; and,5) Set Resource Data to "Two decimal places".If the contractor chooses to use Primavera's P3 software, theAutoCost rules shall be set as shown below, all others shall bedeactivated (i.e.; check boxes and radio buttons not filled in):1) Use the update percent complete against budget to estimate:Actual cost to date.2) Link budget and EAC for non-progressed activties:Budget-EAC.3) Perform these calculations during each schedulecomputation: Apply these rules when moving from oneResource to another.Schedule calculations and Out-of-Sequence progress (if applicable)shall be handled through Retained Logic, not Progress Override.All activity durations and float values will be shown in days,time will not be shown in the duration display. Activity progresswill be shown using Remaining Duration. Date format will beDDMMMYY (i.e., 11DEC02). Default activity type will be set to"Task".1.6.3 Required Tabular ReportsThe following reports will be based on the information in the paragraphentitled "Diagrams" and included with the schedule submittals and in eachupdated schedule submission provided on disk by the Contractor:a. Earned Value Report: Listing all activities having a budgetamount and cost. A compilation of total earnings on the projectfrom the notice to proceed to the most recent monthly progresspayment request and the difference between the previous requestamount and the current payment request amount. Sort report firstby resource and then by activity.b. Log Report: With each updated schedule submission, provide acomputer generated Log Report using a recognized schedulecomparison software listing all changes made between the previousschedule and current updated schedule. Identify the name of theSECTION 01 32 17.00 20 Page 9


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRprevious schedule and name of the current schedule being compared.This report will as a minimum show changes for: Added & DeletedActivities, Original Durations, Remaining Durations, ActivityPercent Complete, Total Float, Free Float, Calendars,Descriptions, Constraints (added, deleted or changed), ActualStarts/Finishes, Added/Deleted Resources, Resource Quantities,Costs, Resource Percents, Added/Deleted Relations, ChangedRelation Lags, Changed Driving Relations, and Changed CriticalStatus.c. Activity ID Report: By activity number in ascending order showingthe current status of all activities.d. Total Float Report: List of all activities by total float inascending order and then in order of activity number.e. Early Start Report: By earliest allowable start dates and then inorder of activity number.f. 30-Day Look Ahead: Activities in progress or scheduled to startor finish within the next 30 calendar days of the project DataDate or is continuing through the 30 day period.g. Predecessor/Successor Report: By activity number from lowest tohighest, showing preceding and succeeding activity numbers foreach activity and showing the current status of each activity.1.7 SUBMISSION AND ACCEPTANCE1.7.1 Preliminary MeetingPrior to the preparation of the Construction Network Analysis Schedule foracceptance; the Contracting Officer, Contractor and the scheduler shallparticipate in a preliminary meeting to discuss the proposed schedule andrequirements of this section prior to submission of the network.Discussions shall include:1) Which construction activities may have delivered material costs included(e.g., concrete placement, etc.),2) Which procurement activities will have material/equipment costsseparated from their respective construction activity costs (e.g., anystored equipment, etc.) and,3) Which procurement and construction activities will have separatetesting/inspection costs; per the paragraph entitled "Cost LoadingActivities".1.7.2 Construction Network Analysis ScheduleSubmit the complete network analysis schedule and obtain acceptance within21 days of contract award. Submit three copies of the diagrams describedin the paragraph entitled "Diagrams" and the reports listed in theparagraph entitled "Required Tabular Reports". As part of this submittal,provide the Project Name format (and Project Group Name if used) that willbe used by the Contractor to identify initial schedule submittals, updates,fragnets, changes, etc. Include 1 copy of the Construction NetworkAnalysis Schedule on electronic media that is acceptable to the ContractingOfficer.SECTION 01 32 17.00 20 Page 10


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.7.3 Review and EvaluationAfter the Government's review(s) of the Construction Network AnalysisSchedule, the Contractor shall meet with the Contracting Officer to discussthe review and evaluation comments of the NAS submittal. Revisionsnecessary as a result of this review shall be resubmitted for acceptancewithin 10 calendar days after the meeting.1.7.4 Baseline Network Analysis ScheduleOnce review comments are resolved and the Contracting Officer has acceptedthe Construction Network Analysis Schedule, the Contractor shall within 5calendar days, incorporate the review comments into the constructionschedule and submit the revised schedule as the Construction BaselineSchedule. Provide the following:a. One copy of the network diagrams.b. One copy of the reports listed in paragraph entitled "RequiredTabular Reports".c. One copy of the Cash Flow S-Curve indicating the cash flow basedupon both the projected early and late finish dates.d. One set of data disks containing the project schedule shall beprovided for the each Baseline submission and every periodicproject update. Data shall be submitted on electronic media thatis acceptable to the Contracting Officer. A permanent exteriorlabel shall be affixed to each disk submitted. The label shallindicate the type of schedule (Construction NAS, Baseline, Update,Recovery, Time Impact Analysis (PC#), etc.), full contract number,Project Name used to identify project in scheduling software,contract name & location, data status date, diskette number withtotal number of diskettes in set, software name and version usedto run the schedule, and the name and telephone number of personresponsible for the schedule.For major revisions, updates or changes to the network diagrams, onceaccepted by the Contracting Officer, the Contractor shall submit these samediagrams and reports.1.7.5 Monthly Network Analysis UpdatesAt monthly intervals and at least 7 calendar days prior to a proposedinvoicing through WAWF, the Contractor and Government representatives willmeet to jointly update the project schedule and agree on percentage ofpayment for each activity progressed during the update period. The purposeof the meeting is to determine progress payment amounts for each activity,allow all parties to evaluate project status at the data date, provide acomplete and accurate update of procurement and construction progress,create an historical record of the project and establish prediction ofcompletion date(s) based upon current status. The Contractor isresponsible to gather all supporting documentation, present the update datafor the schedule and record the meeting minutes. Schedule update willinclude a presentation of all work that has started and finished asrecorded in the Daily Production Reports. All progress payment amountswill be derived from and tied to the cost-loaded schedule activities.Submit at monthly intervals a report of the actual construction progress bySECTION 01 32 17.00 20 Page 11


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRupdating the required reports and the time scaled logic diagram. Meetingto update the schedule and the submission of an error free, acceptableupdated schedule to the Government is a condition precedent to theprocessing of the Contractor's pay request. As a minimum, the followingactions will be accomplished during the meeting:a. Identify activities started and completed during the previousperiod and enter the Actual Start and Actual Finish dates. Itwill be understood that Actual Start is defined as the date thatwork begins on an activity with the intent to pursue the workrepresented by the activity to substantial completion, and ActualFinish is defined as the date that the activity's work issubstantially complete to the point that its successor activity(s)may begin.b. Show estimated duration (in workdays) to complete each activitystarted but not completed (remaining duration).c. Indicate percentage of cost payable and percent of work completeas separate and independent entries for each activity. Theassignment of an Actual Finish date to an activity does not implythat the activity's percent of payment will be statused to 100%.d. Reflect changes in the network diagram. All changes (i.e.,remaining duration changes, logic changes, new logic, conformedchange orders, new activities, changes due to ConformedModifications, changes in work sequence, entry of as-builtrelationship logic, etc.) shall be recorded and a note added tothe activity log field. The log shall include as a minimum, thedate and reason for the change, and description of the change.e. Submit one copy of a Narrative Report describing: 1) Progress madein each area of the project; 2) Changes in the following;activities, original durations, logic interdependencies,milestones, planned sequence of operations, critical path, andresource and loading; 3) Pending items and status thereof,including permits, change orders, and time extensions; 4) Statusof Contract Completion Date and interim milestones; 5) Current andanticipated delays (describe cause of the delay and correctiveaction(s)); and 6) Description of current and future scheduleproblem areas. Each entry in the narrative report will cite therespective Activity ID and Activity Description.f. Submit one copy of the reports listed in paragraph entitled"Required Tabular Reports".g. One hard copy of the network diagrams and two sets of data disks.h. Submit one copy of the Update Meeting minutes.1.7.6 Summary NetworkA summary network shall have the same network format as the BaselineNetwork Analysis Schedule. The summary network will contain a minimalnumber of activities that represent the general approach of work sequence.The Summary will be a time-scaled logical sequence of Area Code. TheContractor shall submit a summary network diagram along with the BaselineNetwork Analysis Schedule. A summary network update shall be submittedevery 6 months during the contract duration and immediately followingSECTION 01 32 17.00 20 Page 12


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRacceptance of each major schedule change. Submit the following:a. Two copies of the summary network diagram.b. Two copies of the Activity ID Report.c. Two copies of the Total Float Report.d. Two copies of the Earned Value Report indicating the actual cashflow for the current updated (not summary) network based upon boththe early and late start schedules.1.7.7 NAVFAC Red Zone Schedule MeetingOnce construction has reached approximately 75% completion or 3 to 6 monthsprior to anticipated Projected Completion, whichever comes first, keypersonnel (Contractor QC Manager, Superintendent, major subcontractors,Commissioning Agent, designer-of-record, Contracting Officer (and others),project sponsor, representative(s) of the facility owner, and the Clientwill meet to identify strategies to ensure the project is carried toexpeditious closure and turned over to the client. The AROICC will chairthe meeting and guide the discussions based on the following agenda topics.Attendees will:a. Identify all remaining work and remaining work status.b. Ensure all activities shown on the agenda are on the schedule.Add any activities that are not currently included on the schedule.c. Assign responsibility to activities and revise/reconfirm requiredweekly site labor/equipment resourcing to accomplish the work ontime.d. Add new activities as necessary to coordinate the turnover and useof the facility to the Client.The Contractor will develop a fragnet which incorporates the schedulechanges. The Contracting Officer will decide if the fragnet developedduring this session will be incorporated into an interim schedule update orif it will be part of the regularly scheduled monthly update process.Progress and schedule adherence will be discussed at the WeeklyCoordination Meetings and at each monthly schedule update.1.7.8 As-Built ScheduleAs a condition precedent to the release of retention and making finalpayment, the Contractor shall submit an "As-Built Schedule", which is thelast schedule update. The As-Built Schedule shall reflect the exact mannerin which the project was actually constructed (including actual start andfinish dates, activities, sequences, and logic) and shall be certified bythe Contractor's Project Manager and Construction Scheduler as being a truereflection of the way the project was actually constructed. If more thanone person filled the position(s) during the course of the project, eachperson will provide certification for the period of time they wereresponsible.1.8 CONTRACT MODIFICATIONWhen a contract modification to the work is required, submit proposedSECTION 01 32 17.00 20 Page 13


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRrevisions to the network with a fragnet and a cost proposal for eachproposed change. All modifications shall be incorporated into the networkanalysis system as separate identifiable activities broken down andinserted appropriately on the first update following issuance of adirective to proceed with the change. Submit two copies of the Total FloatReport, Log Report, a copy of the proposed Time Impact Analysis on disk anda hardcopy diagram of the fragnet activities that are proposed toincorporated into the schedule., with the cost proposal. Unless theContracting Officer requests otherwise, only conformed contractmodification fragnets will be added into the subsequent monthly updates.All revisions to the current baseline schedule activities that arenecessary to further refine the schedule so that the changed workactivities can be logically tied to the schedule shall be made. Financialdata shall not be incorporated into the schedule until the ContractingOfficer signs the contract modification.1.8.1 Time Impact Analysis:The Time Impact Analysis method shall be used by the Contracting Officerand Contractor in determining if a time extension or reduction to thecontract milestone date(s) is justified. The Contractor shall provide aTime Impact Analysis to the Contracting Officer for any proposed contractchange or as support for a Value Engineering Proposal, Variance Request,Claim or Request for Equitable Adjustment by the Contractor. Submit theTime Impact Analysis schedule, reports, etc. on disk and as aprinted/plotted hardcopy.a. The Contractor shall submit a Time Impact Analysis (TIA)illustrating the influence of each change or delay on the ContractCompletion Date or milestones. Unless the Contracting Officerrequests an interim update to the schedule, the current monthlyupdated schedule accepted by the Government shall be used todisplay the impacts of the change. Unless requested by theContracting Officer, no other non-conformed changes will beincorporated into the schedule being used to justify the changeimpact.b. Each TIA shall include a Fragmentary Network (fragnet)demonstrating how the Contractor proposes to incorporate theimpact into the project schedule. A fragnet is defined as thesequence of new activities and/or activity revisions, logicrelationships and resource changes that are proposed to be addedto the existing schedule to demonstrate the influence of impactsto the schedule. The fragnet shall identify the predecessors tothe new activities and demonstrate the impacts to successoractivities. The Contractor shall provide a hardcopy printout ofthe fragnet activities and relationships being added and alsoinsert the fragnet into the most current, accepted Monthly NetworkAnalysis Update, run the schedule calculations and submit theimpacted schedule with the proposal, claim, etc. Include anarrative report describing the effects of new activities andrelationships to interim and contract completion dates, with eachTIA. Submit time extension requests with a Time Impact Analysisand three hardcopies of the fragnet (in a graphic format),impacted schedule (with fragnet loaded), Total Float Report,Narrative Report and Log Report.c. Following the Contractor's receipt of a contract modification on aStandard Form 30 signed by the Government; all changes in theSECTION 01 32 17.00 20 Page 14


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRfragnet used to determine impacts, shall be incorporated into theschedule. Changes to the schedule will occur during the nextmonthly schedule update meeting.1.8.2 No Reservation-Of-RightsAll direct costs, indirect costs, and time extensions will be negotiatedand made full, equitable and final at the time of modification issuance.1.9 CHANGES TO THE NETWORK ANALYSIS SCHEDULEIf changes in the method of operating and scheduling are desired, theContracting Officer shall be notified in writing stating the reasons forthe change. If the Contracting Officer considers these changes to be of amajor nature, the Contractor may be required to revise and submit foracceptance, without additional cost to the Government, the network diagramsand required reports. A change may be considered of a major nature if theestimated time required or actually used for an activity or the networklogic has varied from the original plan to a degree that there is areasonable doubt as to the effect on the contract completion date(s).Changes that affect activities with adequate float time shall be considereda major change when their cumulative effect could extend the contractcompletion date.1.10 FLOATUse of float suppression techniques, such as; preferential sequencing(arranging critical path through activities more susceptible to Governmentcaused delay), lag logic restraints, zero total or free float constraints,extended activity times, or imposing constraint dates other than asrequired by the contract, shall be cause for rejection of the projectschedule or its updates. The use of Resource Leveling (or similar softwarefeatures) used for the purpose of artificially adjusting activity durationsto consume float and influence the critical path is expressly prohibited.1.10.1 Definitions of FloatFree Float is the length of time the start of an activity can be delayedwithout delaying the start of a successor activity. Total Float is thelength of time along a given network path that the actual start and finishof activity(s) can be delayed without delaying the project completion date.Project Float is the length of time between the Contractor's "ProjectedCompletion" milestone and the "End Project" milestone.1.10.2 Ownership of FloatFloat available in the schedule, at any time shall not be considered forthe exclusive use of either the Government or the Contractor. During thecourse of contract execution, any float generated due to the efficienciesof either party is not for the sole use of the party generating the float;rather it is a shared commodity to be reasonably used by either party.Efficiencies gained as a result of favorable weather within a calendarmonth, where the number of days of normally anticipated weather is lessthan expected, will also contribute to the reserve of float. A scheduleshowing work completing in less time than the Contract time, and acceptedby the Government, will be considered to have Project Float. Project Floatwill be a resource available to both the Government and the Contractor. Notime extensions will be granted nor delay damages paid unless a delayoccurs which impacts the Project's critical path, consumes all availableSECTION 01 32 17.00 20 Page 15


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRfloat or contingency time, and extends the work beyond the ContractCompletion Date.1.10.3 Negative FloatNegative float will not be a basis for requesting time extensions. Anyextension of time will be addressed in accordance with the paragraphsentitled "CONTRACT MODIFICATION". Scheduled completion date(s) that extendbeyond the contract completion date(s) (evidenced by negative float) may beused in computations for assessment of payment withholdings. The use ofthis computation is not to be construed as a means of acceleration.1.11 THREE-WEEK LOOK AHEAD SCHEDULETo provide a more detailed day-to-day planning of upcoming constructionwork, the Contractor shall prepare and issue detailed work plans thatcoordinate with and supplement the above defined network analysis. Thework plans shall be keyed to the CPM activity numbers and shall besubmitted each week and shall show the project activities that will occurduring the current and following two-week interval. Additionally, thecritical path activities are to be identified on the 3-Week Look AheadSchedule. The schedule will be a bar chart type schedule prepared by theContractor in sufficient detail to define the work to be accomplished, thecrews, construction tools and equipment to be used during the current andnext two-week interval. The bar charts shall be formatted to allowreproduction on 8 1/2 by 11 sheets. Three copies of the bar chartschedules shall be delivered to the Contracting Officer not less than 3work hours prior to the start of the weekly coordination meeting.1.12 WEEKLY COORDINATION MEETINGIn conjunction with the receipt of the 3-Week Look Ahead Schedule, acoordination meeting will be held each week in the Contracting Officer'sconference room to discuss the work schedule. The Contractor shall make apresentation of the previously submitted and current 3-Week Look AheadSchedule to the Contracting Officer so as to provide an overview of theproject's schedule and provide an opportunity to discuss items ofcoordination. Consideration of materials, crews, and equipment shall beaddressed to ascertain their respective availability. The meeting shallidentify actions necessary to provide adherence to the 3-Week Look AheadSchedule and the overall network for the project defined above. TheContractor will take meeting minutes. All meeting minute entries will bekeyed to the schedule activity number(s) being addressed. Within one dayof the meeting, the Contractor will provide a draft copy of the meetingminutes to the Contracting Officer for review and comment. Final copies ofthe minutes containing the comments provided by the Contracting Officerwill be issued within 3 days of the meeting.1.13 CORRESPONDENCE AND TEST REPORTSAll correspondence (e.g., letters, Requests for Information (RFIs),e-mails, meeting minute items, Production and QC Daily Reports, materialdelivery tickets, photographs, etc.) shall reference the Schedule ActivityNumber(s) that are being addressed. All test reports (e.g., concrete, soilcompaction, weld, pressure, etc.) shall reference the Schedule ActivityNumber(s) that are being addressed.SECTION 01 32 17.00 20 Page 16


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRPART 2PRODUCTSNot UsedPART 3EXECUTIONNot Used-- End of Section --SECTION 01 32 17.00 20 Page 17


This page has intentionally been left blank


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 33 00.05 20CONSTRUCTION SUBMITTAL PROCEDURESPART 1GENERAL1.1 RELATED REQUIREMENTSThis section covers construction submittals that are not included in thedesign submittals. Submit design submittals in accordance with01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES. When using Unified FacilityGuide Specifications (UFGS) sections that reference Section 01 33 00SUBMITTAL PROCEDURES, change reference to this section, Section01 33 00.05 20 CONSTRUCTION SUBMITTAL PROCEDURES.1.2 SUBMITTAL DESCRIPTIONS (SD)Submittal requirements are specified in Unified Facilities GuideSpecifications (UFGS) in <strong>Part</strong> 2, GENERAL REQUIREMENTS; in references in<strong>Part</strong> 4 PERFORMANCE TECHNICAL SPECIFICATIONS; and in UFGSs in <strong>Part</strong> 5,PRESCRIPTIVE SPECIFICATIONS. Submittals that are identified by SD numbersuse descriptions of items included in submittal packages and titles asfollow:SD-01 Preconstruction SubmittalsCertificates of insurance.Surety bonds.List of proposed subcontractors.List of proposed products.Construction Progress Schedule.Submittal register.Schedule of values.Health and safety plan.Work plan.Quality control and Commissioning plans.Environmental protection plan.SD-02 Shop DrawingsDrawings, diagrams and schedules specifically prepared to illustratesome portion of the work.Diagrams and instructions from a manufacturer or fabricator for use inproducing the product and as aids to the Contractor for integratingthe product or system into the project.Drawings prepared by or for the Contractor to show how multiplesystems and interdisciplinary work will be coordinated.SD-03 Product DataCatalog cuts, illustrations, schedules, diagrams, performance charts,instructions and brochures illustrating size, physical appearanceand other characteristics of materials or equipment for someportion of the work.SECTION 01 33 00.05 20 Page 1


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSamples of warranty language when the contract requires extendedproduct warranties.SD-04 SamplesPhysical examples of materials, equipment or workmanship thatillustrate functional and aesthetic characteristics of a materialor product and establish standards by which the work can be judged.Color samples from the manufacturer's standard line (or customcolor samples if specified) to be used in selecting or approvingcolors for the project.Field samples and mock-ups constructed on the project site establishstandards by which the ensuring work can be judged. Includesassemblies or portions of assemblies which are to be incorporatedinto the project and those which will be removed at conclusionof the work.SD-05 Design DataCalculations, mix designs, analyses or other data pertaining to apart of work.SD-06 Test ReportsReport signed by authorized official of testing laboratory thata material, product or system identical to the material, product orsystem to be provided has been tested in accord with specifiedrequirements. (Testing must have been within three years of dateof contract award for the project.)Report which includes findings of a test required to be performedby the Contractor on an actual portion of the work or prototypeprepared for the project before shipment to job site.Report which includes finding of a test made at the job site oron sample taken from the job site, on portion of work during orafter installation.Investigation reports.Daily checklists.Final acceptance test and operational test procedure.SD-07 CertificatesStatements signed by responsible officials of manufacturer of product,system or material attesting that product, system or material meetsspecification requirements. Must be dated after award of projectcontract and clearly name the project.Document required of Contractor, or of a supplier, installer orsubcontractor through Contractor, the purpose of which is to furtherquality of orderly progression of a portion of the work bydocumenting procedures, acceptability of methods orpersonnel qualifications.SECTION 01 33 00.05 20 Page 2


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRConfined space entry permits.SD-08 Manufacturer's InstructionsPreprinted material describing installation of a product, system ormaterial, including special notices and Material Safety Data sheetsconcerning impedances, hazards and safety precautions.SD-09 Manufacturer's Field ReportsDocumentation of the testing and verification actions taken bymanufacturer's representative to confirm compliance withmanufacturer's standards or instructions.Factory test reports.SD-10 Operation and Maintenance DataData that is furnished by the manufacturer, or the system provider,to the equipment operating and maintenance personnel. This data isneeded by operating and maintenance personnel for the safe andefficient operation, maintenance and repair of the item.SD-11 Closeout SubmittalsDocumentation to record compliance with technical or administrativerequirements or to establish an administrativemechanism.Special requirements necessary to properly close out a constructioncontract. For example, Record Drawings, As-built drawings,DD Form 1354, and Sustainable and Energy Data Record Card. Also,submittal requirements necessary to properly close out a major phaseof construction on a multi-phase contract.1.3 SUBMITTALSThe use of a "G" following a submittal indicates that an approval action isrequired, either by the Government or by the Contractor's Designer ofRecord (DOR) or QC Specialist.Submit the following in accordance with the requirements of this section.SD-01 Preconstruction SubmittalsSubmittal Register; G1.3.1 Submittal RegisterThe submittal register will be prepared during the initial design stages ofthe project and indicate each design and construction submittal. Maintainan electronic version of the submittal register as work progresses. TheDOR must assist the DQC in preparing the submittal register by determiningall project submittals that require DOR approval. The Contractor proposedsubmittal register must include all types of information pertinent to thesubmittal process and be approved by the Contracting Officer prior to thefirst submission.SECTION 01 33 00.05 20 Page 3


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.4 CONSTRUCTION QUALITY CONTROL1.4.1 Contractor Reviewing, Certifying, Approving AuthorityThe QC organization is responsible for reviewing and certifying thatsubmittals are in compliance with the contract requirements.In <strong>RFP</strong> PART 4 PERFORMANCE TECHNICAL SPECIFICATIONS (PTS), there are UFGSspecification sections required to be submitted as part of the designsubmittal. Unless specified otherwise in this section, the Contractor'sDOR is the approving authority for submittals listed in these UFGSspecifications with a "G" designation, unless the DOR delegates toContractor Quality Control approval. <strong>RFP</strong> <strong>Part</strong> 4 PTS sections also includesubmittals identified for DOR approval that are not denoted with a "G"designation, these submittals cannot be delegated for Contractor QualityControl approval.DOR shall approve construction submittals that are incorporated in thedesign submittal prior to being submitted to the Government for designsubmittal approval. Indicate approval of these construction submittals onthe accompanying submittal register for that design package.Submittal items identified in <strong>RFP</strong> PARTS 2, 4, and 5 that are not identifiedwith a "G" designation or not designated for DOR approval (in <strong>RFP</strong> <strong>Part</strong> 4)are for Contractor Quality Control approval.Construction submittals that are approved by the DOR or certified by the QCare not required to be submitted to the Government for surveillance, exceptwhere specified in paragraph SUBMITTALS RESERVED FOR GOVERNMENTSURVEILLANCE.1.4.2 Submittals Reserved for Government ApprovalThe Government is the approving authority for submittals with a "G"designation in <strong>RFP</strong> <strong>Part</strong> 2 GENERAL REQUIREMENTS specification sections.Comply with additional Government approval requirements for Environmentalsubmittals, as specified in <strong>RFP</strong> <strong>Part</strong> 2, Section 01 57 19.05 20 TEMPORARYENVIRONMENTAL CONTROLS FOR DESIGN-BUILD and 01 57 19.01 20, SUPPLIMENTARYTEMPORARY ENVIRONMENTAL CONTROLS.In addition to the Government approvals required by <strong>RFP</strong> <strong>Part</strong> 2, GENERALREQUIREMENTS, the following submittals shall be certified by the QC Managerand the DOR, and approved by the Contracting Officer.a. Substationsb. Transformersc. Medium Voltage Switchgeard. Medium Voltage Cablee. 400-Hz Convertersf. Emergency Generatorsg. Automatic Transfer Switchesh. Uninterruptible Power SuppliesSECTION 01 33 00.05 20 Page 4


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRi. Electronic Security Systems1.4.2.1 Scheduling for Government Approved SubmittalsExcept as specified otherwise, allow review period, beginning whenGovernment receives submittal from the QC organization, of 20 working daysfor return of submittal to the Contractor. Period of review for submittalswith Contracting Officer approval begins when Government receives submittalfrom QC organization. Period of review for each resubmittal is the same asfor initial submittal.1.4.3 Submittals Reserved for Government SurveillanceThe Government is the approving authority for submittals with a "G"designation in <strong>RFP</strong> <strong>Part</strong> 2 GENERAL REQUIREMENTS, specification sections.Comply with additional Government approval requirements for Environmentalsubmittals, as specified in <strong>RFP</strong> <strong>Part</strong> 2, Section 01 57 19.00 24 TEMPORARYENVIRONMENTAL CONTROLS FOR NBK SUBASE.In addition to the Government approvals required by <strong>RFP</strong> <strong>Part</strong> 2 GENERALREQUIREMENTS, the following submittals shall be certified by the QC Managerand the DOR, and approved by the Contracting Officer.a. Section 23 09 53.00 20 SPACE TEMPERATURE CONTROL SYSTEMS: SD-06field test report submittalsb. NAVFAC NW Design Guide Industrial Control System (ICS): SD-06field test report submittalsc. Section 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC: Allsubmittals1.4.4 Scheduling for Government Approved SubmittalsExcept as specified otherwise, allow review period, beginning whenGovernment receives submittal from the QC organization, of 20 working daysfor return of submittal to the Contractor. Period of review for submittalswith Contracting Officer approval begins when Government receives submittalfrom QC organization. Period of review for each resubmittal is the same asfor initial submittal.1.4.5 Submittals Reserved for Government SurveillanceSurveillance submittals are approved by the Contractor in accordance withparagraph CONTRACTOR REVIEWING, CERTIFYING, AND APPROVING AUTHORITY, butprovide the Government the opportunity to oversee critical project issues.If during the Government surveillance of construction submittals, items arebrought to the Contractor's attention as non-compliant, the Contractorshall correct the submittal and construction to comply with therequirements of the <strong>RFP</strong>. Stamp surveillance submittals "APPROVED" by theDOR or QC Specialist and "FOR SURVEILLANCE ONLY." Submit the followingGovernment surveillance submittals, prior to starting work for constructionsubmittal items, and after the completion of the work for reportssubmittals items.a. Submit fire protection related submittals pertaining tospray-applied fire proofing and fire stopping, exterior fire alarmSECTION 01 33 00.05 20 Page 5


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRreporting systems, interior fire alarm & detection systems, andfire suppression systems including fire pumps and standpipesystems.b. Submit Performance Verification and Acceptance Testing submittalslisted in the PTS and referenced UFGS.1.4.6 Constraintsa. Submittals shall be complete for each definable feature of work;submit components of definable feature interrelated as a system atthe same time.b. Approval of a separate material, product, or component does notimply approval of assembly in which item functions.1.4.7 VariationsVariations from contract requirements including the solicitation, theaccepted proposal and/or the final design require Government approvalpursuant to contract Clause FAR 52.236-21 and will be considered whereadvantageous to the Government.1.4.7.1 Considering VariationsDiscussion with Contracting Officer prior to submission, will help ensurefunctional and quality requirements are met and minimize rejections andre-submittals. When contemplating a variation which results in lower cost,consider submission of the variation as a Value Engineering Change Proposal(VECP).Variations to the contract requirements shall be approved in writting bythe Designer of Record prior to submittal to the Government for approval ofthe Variation. DOR shall warrant that proposed variations to the finaldesign are desirable, beneficial, and compatable with the design intent andoperational requirements.1.4.7.2 Submitting VariationsWhen submitting a variation, deliver written request to the ContractingOfficer, with documentation of the nature and features of the variation andspecific reasons why the variation is desirable and beneficial toGovernment. Provide a cost-benefit analysis and supporting documentationwith all variation requests.In addition to documentation required for variation, include with variationrequest, all submittals required for the item. Clearly mark the proposedvariation in all documentation.1.4.7.3 Warranting That Variations Are CompatibleWhen delivering a variation for approval, Contractor warrants that thiscontract has been reviewed to establish that the variation, ifincorporated, will be compatible with other elements of work.1.4.7.4 Review Schedule Is ModifiedIn addition to normal submittal review period, a period of 10 additionalworking days will be allowed for consideration by the Government ofSECTION 01 33 00.05 20 Page 6


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRsubmittals with variations.1.4.8 VariationsVariations from contract requirements require Government approval and willbe considered where advantageous to the Government.1.4.8.1 Considering VariationsVariations from contract requirements including the solicitation, theaccepted proposal, and the final design, require Government approval andwill be considered where advantageous to the Government. Variations to thecontract requirements must be approved by the Designer of Record prior tosubmittal to the Government for approval of the Variation.1.4.9 Contractor's ResponsibilitiesEnsure no work has begun until submittals for that work have been"approved" or "approved as noted."1.4.10 QC Organization ResponsibilitiesStamp each sheet of each submittal with QC certifying statement orapproving statement, except that data submitted in bound volume or on onesheet printed on two sides may be stamped on the front of the first sheetonly.a. When approving authority is Contracting Officer, QC organizationwill certify submittals, assure proper signatures, and forward toContracting Officer with the following certifying statement:"I hereby certify that the (equipment) (material) (article) shown andmarked in this submittal is that proposed to be incorporated withcontract Number (insert contract number here), is in compliance withthe contract documents, can be installed in the allocated spaces, andis submitted for Government approval.<strong>RFP</strong> <strong>Part</strong> Two Submittals:Certified by QC Manager _________________________, Date _______(QC Manager)<strong>RFP</strong> <strong>Part</strong> Four and <strong>Part</strong> Five Submittals:Certified by DOR_______________________, Date ______Certified by QC Manager ________________________, Date ______"(1) Sign certifying statement or approval statement. The personsigning certifying statements shall be QC organization memberdesignated in the approved QC plan. The signatures shall be inoriginal ink. Stamped signatures are not acceptable.(2) Update submittal register database as submittal actions occur andmaintain the submittal register at project site until final acceptanceof all work by Contracting Officer.(3) Retain a copy of approved submittals at project site, includingContractor's copy of approved samples.SECTION 01 33 00.05 20 Page 7


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRb. When the Approving Authority is the Designer of Record, the DORshall approve, professionally stamp, sign, and date submittals. DORstamp on construction submittals or submission of design documents thatinclude construction submittals indicates DOR approval forconstruction. QC organization will certify submittals, assure propersignatures, and forward to Contracting Officer with the followingcertifying statement:"I hereby certify that the (equipment) (material) (article) shown andmarked in this submittal is that proposed to be incorporated withcontract Number (insert contract number here), is in compliance withthe contract requirements, can be installed in the allocated spaces,and is submitted for DOR approval.<strong>RFP</strong> <strong>Part</strong> Four and <strong>Part</strong> Five Submittals:Approved by DOR_______________________, Date ______Certified by QC Manager ________________________, Date ______"(1) Sign certifying statement or approval statement. The personsigning certifying statements shall be QC organization memberdesignated in the approved QC plan. The signatures shall be inoriginal ink. Stamped signatures are not acceptable.(2) Update submittal register database as submittal actions occur andmaintain the submittal register at project site until final acceptanceof all work by Contracting Officer.(3) Send copies of final DOR or QC Specialist approved and signedsubmittals that are identified in this section for Governmentsurveillance to the Contracting Officer. Stamp copies "ForSurveillance Only."1.4.11 Government's ResponsibilitiesWhen approving authority is the Contracting Officer, the Government will:a. Note date on which submittal was received from QC Manager, on eachsubmittal.b. Review submittals for compliance with contract documents.1.4.11.1 Government ActionsSubmittals will be returned with one of the following notations:a. Submittals marked "approved" or "approved as submitted" authorizeContractor to proceed with work covered.b. A submittal marked "not reviewed" will be returned with anexplanation of the reason it was not reviewed.c. Submittals marked "approved as noted" or "approval except as noted;resubmission not required" authorize Contractor to proceed with work asnoted provided Contractor takes no exception to the notations.d. Submittals marked "revise and resubmit" or "disapproved" indicateSECTION 01 33 00.05 20 Page 8


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRsubmittal is incomplete or does not comply with design concept orrequirements of the contract documents and shall be resubmitted withappropriate changes. No work shall proceed for this item untilresubmittal is approved.e. Submittals required for surveillance will be returned only ifcorrective actions are required.1.5 PREPARATION1.5.1 Transmittal FormTransmit each submittal, except sample installations and sample panels tooffice of approving authority. Transmit submittals with transmittal formprescribed by Contracting Officer and standard for project. On thetransmittal form identify Contractor, indicate date of submittal, andinclude information prescribed by transmittal form and required inparagraph entitled "Identifying Submittals." Process transmittal forms torecord actions regarding sample installations and sample panels.]1.5.2 Identifying SubmittalsWhen submittals are provided by a lower tier contractor the PrimeContractor is to prepare, review and stamp with Contractor's approval allspecified submittals prior to submitting for Government approval.Identify submittals, except sample installations and sample panels, withthe following information permanently adhered to or noted on each separatecomponent of each submittal and noted on transmittal form. Mark each copyof each submittal identically, with the following:a. Project title and location.b. Construction contract number.c. Date of the drawings and revisions.d. Name, address, and telephone number of subcontractor, supplier,manufacturer and any other second tier Contractor associated withsubmittal.e. Section number of the specification section by which submittal isrequired.f. Submittal description (SD) number of each component of submittal.g. When a resubmission, add alphabetic suffix on submittaldescription, for example, submittal 18 would become 18A, toindicate resubmission.h. Product identification and location in project.1.5.3 Format for SD-02 Shop Drawingsa. Shop drawings are not to be less than 8 1/2 by 11 inches nor morethan 30 by 42 inches, except for full size patterns or templates.Prepare drawings to accurate size, with scale indicated, unlessother form is required. Drawings are to be suitable forreproduction and be of a quality to produce clear, distinct linesSECTION 01 33 00.05 20 Page 9


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRand letters with dark lines on a white background.b. Present 8 1/2 by 11 inches sized shop drawings as part of thebound volume for submittals required by section. Present largerdrawings in sets.c. Include on each drawing the drawing title, number, date, andrevision numbers and dates, in addition to information required inparagraph entitled "Identifying Submittals."d. Number drawings in a logical sequence. Contractors may use theirown number system unless shop drawing is submitted in lieu ofdesign drawings. NAVFAC numbers shall be used for shop drawingsin lieu of design drawings. Each drawing is to bear the number ofthe submittal in a uniform location adjacent to the title block.Place the Government contract number in the margin, immediatelybelow the title block, for each drawing.e. Dimension drawings, except diagrams and schematic drawings;prepare drawings demonstrating interface with other trades toscale. Use the same unit of measure for shop drawings asindicated on the contract drawings. Identify materials andproducts for work shown.f. Include the nameplate data, size and capacity on drawings. Alsoinclude applicable federal, military, industry and technicalsociety publication references.1.5.4 Format of SD-03 Product Data and SD-08 Manufacturer's Instructionsa. Present product data submittals for each section as a complete,bound volume. Include table of contents, listing page and catalogitem numbers for product data.b. Indicate, by prominent notation, each product which is beingsubmitted; indicate specification section number and paragraphnumber to which it pertains.c. Supplement product data with material prepared for project tosatisfy submittal requirements for which product data does notexist. Identify this material as developed specifically forproject, with information and format as required for submission ofSD-07 Certificates.d. Provide product data in metric dimensions. Where product data areincluded in preprinted catalogs with English units only, submitmetric dimensions on separate sheet.e. Include the manufacturer's name, trade name, place of manufacture,and catalog model or number on product data. Also includeapplicable federal, military, industry and technical societypublication references. Should manufacturer's data requiresupplemental information for clarification, submit as specifiedfor SD-07 Certificates.f. Where equipment or materials are specified to conform to industryand technical society reference standards of the organizationssuch as American National Standards Institute (ANSI), ASTMInternational (ASTM), National Electrical Manufacturer'sSECTION 01 33 00.05 20 Page 10


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRAssociation (NEMA), Underwriters Laboratories (UL), andAssociation of Edison Illuminating Companies (AEIC), submit proofof such compliance. The label or listing by the specifiedorganization will be acceptable evidence of compliance. In lieuof the label or listing, submit a certificate from an independenttesting organization, competent to perform testing, and approvedby the Contracting Officer. State on the certificate that theitem has been tested in accordance with the specifiedorganization's test methods and that the item complies with thespecified organization's reference standard.g. Collect required data submittals for each specific material,product, unit of work, or system into a single submittal andmarked for choices, options, and portions applicable to thesubmittal. Mark each copy of the product data identically.<strong>Part</strong>ial submittals will not be accepted for expedition ofconstruction effort.h. Submit manufacturer's instructions prior to installation.1.5.5 Format of SD-04 Samplesa. Furnish samples in sizes below, unless otherwise specified orunless the manufacturer has prepackaged samples of approximatelysame size as specified:(1) Sample of Equipment or Device: Full size.(2) Sample of Materials Less Than 2 by 3 inches: Built up to A48 1/2 by 11 inches.(3) Sample of Materials Exceeding A4 8 1/2 by 11 inches: Cutdown to A4 8 1/2 by 11 inches and adequate to indicate color,texture, and material variations.(4) Sample of Linear Devices or Materials: 10 inch length orlength to be supplied, if less than 10 inches. Examples of lineardevices or materials are conduit and handrails.(5) Sample of Non-Solid Materials: Pint. Examples of non-solidmaterials are sand and paint.(6) Color Selection Samples: 2 by 4 inches. Where samples arespecified for selection of color, finish, pattern, or texture,submit the full set of available choices for the material orproduct specified. Sizes and quantities of samples are torepresent their respective standard unit.(7) Sample Panel: 4 by 4 feet.(8) Sample Installation: 100 square feet.b. Samples Showing Range of Variation: Where variations in color,finish, pattern, or texture are unavoidable due to nature of thematerials, submit sets of samples of not less than three unitsshowing extremes and middle of range. Mark each unit to describeits relation to the range of the variation.c. Reusable Samples: Incorporate returned samples into work only ifSECTION 01 33 00.05 20 Page 11


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRso specified or indicated. Incorporated samples are to be inundamaged condition at time of use.d. Recording of Sample Installation: Note and preserve the notationof area constituting sample installation but remove notation atfinal clean up of project.e. When color, texture or pattern is specified by naming a particularmanufacturer and style, include one sample of that manufacturerand style, for comparison.1.5.6 Format of SD-05 Design Data and SD-07 CertificatesProvide design data and certificates on 8 1/2 by 11 inches paper.Provide a bound volume for submittals containing numerous pages.1.5.7 Format of SD-06 Test Reports and SD-09 Manufacturer's Field Reportsa. Provide reports on 8 1/2 by 11 inches paper in a complete boundvolume.b. Indicate by prominent notation, each report in the submittal.Indicate specification number and paragraph number to which itpertains.1.5.8 Format of SD-10 Operation and Maintenance Data (O&M)Comply with the requirements specified in Section 01 78 23OPERATION AND MAINTENANCE DATA for O&M Data format.1.5.9 Format of SD-01 Preconstruction Submittals and SD-11 CloseoutSubmittalsa. When submittal includes a document which is to be used in projector become part of project record, other than as a submittal, donot apply Contractor's approval stamp to document, but to aseparate sheet accompanying document.b. Provide all dimensions in administrative submittals in metric.Where data are included in preprinted material with English unitsonly, submit metric dimensions on separate sheet.1.6 QUANTITY OF SUBMITTALS1.6.1 Electronic SubmittalsWhere practicable, construction submittals may be transmitted to NAVFAC NWPWD electronically via email. Comments and/or approvals for electronicsubmittals will be returned to the Contractor via email also. Electronicsubmittals must be word searchable.1.6.2 Hardcopy SubmittalsWhere hardcopies of submittals are required or desired, the Contractorshall submit as follows:1.6.2.1 Quantity of Submittals Reserved for Government ApprovalSubmit six copies of submittals requiring review and approval bySECTION 01 33 00.05 20 Page 12


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRContracting Officer. Two copies shall be returned to Contractor withGovernment's review comments. Contractor may increase the number of copiessubmitted in the event more than two returned submittal copies arerequired. A maximum of 7 copies may be submitted for review.For sample panels, sample installations, and material samples, the numberof required submittals may be reduced to two. In this case, the Governmentwill retain one submittal and return the remainder to the Contractor withreview comments.1.6.2.2 Quantity of Submittals Reserved for Government SurveillanceSubmit three copies of submittals specified for surveillance to theContracting Officer. The Government will retain two copies of surveilancesubmittals. One copy shall be returned to the Contractor for record.Approval of the Contracting Officer is not required on surveillancesubmittals. However, the Government reserves the right to require theContractor to resubmit any item found not to comply with the contract.This does not relieve the Contractor from the obligation to furnishmaterial conforming to the plans and specifications; will not prevent theContracting Officer from requiring removal and replacement of nonconformingmaterial incorporated in the work; and does not relieve the Contractor ofthe requirement to furnish samples for testing by the Government laboratoryor for check testing by the Government in those instances where thetechnical specifications so prescribe.PART 2PRODUCTSNot used.PART 3EXECUTIONNot used.-- End of Section --SECTION 01 33 00.05 20 Page 13


This page has intentionally been left blank


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 33 10.05 20DESIGN SUBMITTAL PROCEDURESPART 1GENERAL1.1 SUMMARYThis section includes requirements for Contractor-originated designdocuments and design submittals.1.2 REFERENCESThe publications listed below form a part of this specification to theextent referenced. The publications are referred to within the text by thebasic designation only. The latest version of the publication at time ofaward shall be used.U.S. DEPARTMENT OF DEFENSE (DOD) UNIFIED FACILITIES CRITERIA (UFC)UFC 3-301-01UFC 3-200-10NUFC 1-300-08UFC 3-600-01UFC 3-501-01UFC 3-100-10NUFC 1-300-09NUFC 3-400-01UFC 3-201-02UFC 3-600-10NUFC 3-400-10NUFC 3-120-10UFC 3-800-10NUFC 4-030-01UFC 3-220-01NUFC 1-200-01Structural EngineeringCivil EngineeringCriteria for Transfer and Acceptance ofMilitary Real Property HandbookFire Protection Engineering for FacilitiesElectrical EngineeringArchitectureDesign ProceduresEnergy ConservationLandscape ArchitectureFire Protection EngineeringMechanical EngineeringInterior DesignEnvironmental Engineering for FacilityConstructionSustainable DevelopmentGeotechnical Engineering Procedures forFoundation Design of Buildings andStructuresGeneral Building RequirementsSECTION 01 33 10.05 20 Page 1


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YR1.3 GENERAL DOCUMENTATION REQUIREMENTSContractor-originated design documents shall represent a project designthat complies with the Request For Proposal (<strong>RFP</strong>), UFC 1-300-09N and thearchitectural and engineering discipline UFC's design guidance listed below.a. UFC 1-200-01b. UFC 3-100-10Nc. UFC 3-120-10d. UFC 3-200-10Ne. UFC 3-201-02f. UFC 3-220-01Ng. UFC 3-301-01h. UFC 3-400-01i. UFC 3-400-10Nj. UFC 3-501-01k. UFC 3-600-01l. UFC 3-600-10Nm. UFC 3-800-10Nn. UFC 4-030-011.4 SUBMITTALSSubmit design submittals, including shop drawings used as design drawings,to the Government for approval. The use of a "G" following a submittalindicates that a Government approval action is required. Submit thefollowing in accordance with this section and Section 01 33 00.05 20CONSTRUCTION SUBMITTAL PROCEDURES.SD-01 Preconstruction SubmittalsConsolidated <strong>RFP</strong> Documents; GSubmittal Register; GSD-04 SamplesFinal framed rendering and copies; GSD-05 Design DataDesign Drawings; GSpecifications; GSECTION 01 33 10.05 20 Page 2


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRDesign Analysis; GDesign Submittals; GSustainable Design; GSD-07 CertificatesLEED Green Building Rating System (GBRS); GSD-11 Closeout SubmittalsRecord Documents; GNAVFAC Sustainable and Energy Data Record Card; GFinal DD 1354; G1.5 DESIGN QUALITY CONTROL1.5.1 Contractor Reviewing and Certifying AuthorityThe QC organization is responsible for reviewing and certifying that designsubmittals are in compliance with the contract requirements.1.5.2 Government Approving AuthorityThe Contracting Officer is the approving authority for design submittals.1.5.3 Designer of Record Certifying AuthorityThe Designer of Record (DOR), as registered and defined in UFC 1-300-09N,is the design certifying authority. The DOR accepts responsibility fordesign of work in each respective design discipline, by stamping andapproving final construction drawings submitted to the Government approvalauthority.1.5.4 Contractor Construction ActionsUpon submission of sealed and signed design documents certified by the DOR,Design Quality Control (DQC) Manager and the Quality Control (QC) Managers,the Contractor may proceed with material and equipment purchases,fabrication and construction of any elements covered by that submittal.1.5.5 Contractor's Responsibilitiesa. Designate a lead licensed architect or engineer to be in responsiblecharge to coordinate the design effort of the entire project. Thislead architect or engineer shall coordinate all design segments of theproject to assure consistency of design between design disciplines.b. With the Designer or Record, verify site information provided in the<strong>RFP</strong>. In addition, provide additional field investigations andverification of existing site conditions as may be required to supportthe development of design and construction of the project.c. Indicate on the transmittal form accompanying submittal which designsubmittals are being submitted as shop drawings.SECTION 01 33 10.05 20 Page 3


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRd. Advise Contracting Officer of variations, as required by paragraph"Variations."e. Provide an updated, cumulative submittal register with each designpackage that identifies the design and construction submittals requiredby that design package and previous submittals.1.5.6 QC Organization Responsibilitiesa. Both the CA and the QC Manager must certify design submittals forcompliance with the contract documents. The DOR stamp on drawingsindicates approval from the DOR.b. QC organization shall certify submittals forwarded by the Designerof Record (DOR) to the Contracting Officer with the followingcertifying statement:"I hereby certify that the (equipment) (material) (article) shown andmarked in this submittal is that proposed to be incorporated withContract Number (insert contract number here), is in compliance withthe contract documents, and is submitted for Government approval.Certified by Design Quality Control (DQC) Manager_____________________,Date _______Certified by QC Manager________________________________,Date ______"c. Sign certifying statement. The persons signing certifyingstatements shall be the QC organization members designated in theapproved QC plan. The signatures shall be in original ink. Stampedsignatures are not acceptable.d. Update submittal register as submittal actions occur and maintainthe submittal register at project site until final approval of all workby Contracting Officer.e. Retain a copy of approved submittals at project site.1.5.7 Government ResponsibilitiesThe Government willa. Note date on which submittal was received from QC manager, on eachsubmittal.b. Perform a quality assurance (QA) review of submittals. Governmentwill notify Contractor when comments for that design package are readyfor Contractor evaluation and resolution.c. Upon submittal of final design package and resolution of comments bythe Contractor, the Government will sign final design package, whenapproved, and return electronic copy of signed design documents to theContractor.1.5.7.1 Actions PossibleSubmittals will be returned with one of the following notations:SECTION 01 33 10.05 20 Page 4


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRa. Submittals may be marked "approved."b. Submittals marked "not reviewed" will indicate submittal has beenpreviously reviewed and approved, is not required, does not haveevidence of being reviewed and certified by Contractor, or is notcomplete. Submittal will be returned with an explanation of the reasonit is not reviewed. Resubmit submittals returned for lack of review byContractor or for being incomplete, with appropriate action,coordination, or change.c. Submittals marked "revise and resubmit" or "disapproved" indicatesubmittal is incomplete or does not comply with design concept orrequirements of the contract documents and shall be resubmitted withappropriate changes. If work has been started on the unacceptableportion of the design submittal, the Contractor shall proposecorrective action. No further work shall proceed until the issue isresolved in a manner satisfactory to the Government.1.6 DESIGN DRAWINGS1.6.1 Shop Drawings Used as Design DrawingsDesign drawings may be prepared more like shop drawings to minimizeconstruction submittals after final designs are approved. Therefore, theContractor is encouraged to prepare and submit with the design drawings,appropriate connection, fabrication, layout, and product specific drawings.Include shop drawings submitted as design drawings in drawing list ondrawing set cover sheet.1.6.2 Drawing Format For Shop Drawings Used as Design DrawingsThe Contractor-originated drawings will be used as the basis for the recorddrawings. Shop drawings included as design documents shall comply with thesame drawing requirements such as drawing form, sheet size, layering,lettering, and title block used in design drawings.1.6.3 Identification of Shop Drawings Used as Design DrawingsThe Contractor's transmittal letter and submittal register shall indicatewhich shop drawings are being submitted as design drawings.1.6.4 Drawing StandardsPrepare, organize, and present design drawings in accordance with therequirements of UFC 1-300-09N.Submit all CADD files for the final drawings on CD-ROM disks in AutoCAD 2006format. Drawing files shall be full files, uncompressed and unzipped.1.6.5 Naval Facilities (NAVFAC) Engineering Command Drawing NumbersNumber the final design drawings consecutively with NAVFAC drawingnumbers. Determine the total number of sheets required for the completeset of drawings before requesting the NAVFAC drawing numbers from theContracting Officer.SECTION 01 33 10.05 20 Page 5


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YR1.6.6 Seals and Signatures on DocumentsAll final Contractor-originated design drawings shall be signed, dated, andbear the seal of the registered architect or the registered engineer of therespective discipline in accordance with UFC 1-300-09N. This seal shall bethe seal of the Designer of Record for that drawing, and who isprofessionally registered for work in that discipline. A principal orauthorized licensed or certified employee shall electronically sign anddate final drawings and cover sheet, in accordance with UFC 1-300-09N. Thedesign drawing coversheets shall be sealed and signed by the lead licensedarchitect or engineer of the project design team. Indicate theContractor's company name and address on the drawing coversheets of eachdesign submittal. Application of the electronic seal and signature acceptsresponsibility for the work shown thereon.1.6.7 Units of MeasureUtilize English Inch-Pound units of measure on the design documents1.7 SPECIFICATIONSProvide a Contractor-originated design specification that, in conjunctionwith the drawings, demonstrates compliance with materials, equipment,execution, and field quality control requirements of the <strong>RFP</strong>. Thespecified products, equipment, fixtures, devices, and systems submitted bythe Contractor and approved by the Contracting Officer shall be used toconstruct the project. Prescriptive Technical Sections contained in <strong>Part</strong> 5of this <strong>RFP</strong> shall become a part of the Contractor-originated specificationwithout any changes and as provided in the <strong>RFP</strong>. The specificationcoversheet shall be prepared and signed by the lead licensed architect orengineer of the project design team. Indicate the Contractor's companyname and address on the specification coversheet of each design submittal.The Division 1, General Requirements specifications sections contained in<strong>Part</strong> 2 of the <strong>RFP</strong> shall be incorporated into the final designspecifications without change.Prescriptive Technical Sections contained in <strong>Part</strong> 5 of this <strong>RFP</strong> shallbecome a part of the Contractor-originated specification without anychanges and as provided in the <strong>RFP</strong>.1.7.1 Specifications FormatUnless the use of a UFGS section is required, the Contractor may preparedesign specifications that include manufacturer specific data and catalogcuts in lieu of prescriptive specifications. Organize the specificationsusing Construction Specification Institute (CSI) Masterformat&trade;. Aprescriptive specification is required for all items for which the Contractorhas not made final materials and equipment choices. Provide specificationsfor review that include the following:a. Provide a complete specification with a cover sheet, list ofdrawings, and table of contents. Hard copies of final designspecifications shall be bound in three-ring "D" binders.b. Organize specification sections in CSI MasterFormat 2004.c. Manufacturer's Product Data may be used in lieu of specificationsand shall be included in appropriate section of specifications.SECTION 01 33 10.05 20 Page 6


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRProvide a cover indicating section number and include in table ofcontents.1.7.2 Fire Protection SpecificationsSpecifications pertaining to spray-applied fire proofing and fire stopping,exterior fire alarm reporting systems, interior fire alarm and detectionsystems, and fire suppression systems, including fire pumps and standpipesystems shall be either prepared by, or reviewed and approved by the FireProtection DOR.1.7.3 Identification of Manufacturer's Product Data Used as Specifications.Provide complete and legible catalog cut sheets, product data, installationinstructions, operation and maintenance instructions, warranty, andcertifications for products and equipment for which final material andequipment choices have been made. Indicate, by prominent notation, eachproduct that is being submitted including optional manufacturer's features,and indicate where the product data shows compliance with the <strong>RFP</strong>.1.7.4 Submittal RegisterSubmit a current submittal register with each design submittal. Provide acumulative register that identifies the design and construction submittalsrequired by each design package along with previous submittals. The DORshall assist in developing the submittal register by determining whichsubmittal items are required to be approved by the DOR. To obtainGovernment approval of the final design package, complete all fields in thesubmittal register.1.7.5 Specification SoftwareSubmit the final specification source files in either MS Word orSpecsIntact.1.8 DESIGN ANALYSISPrepare, organize, and present design analysis in accordance with therequirements of UFC 1-300-09N. The design analysis shall be a presentationof facts to demonstrate the concept of the project is fully understood andthe design is based on sound engineering principles. Provide designanalyses for each discipline and include the following:a. Basis of design that includes:(1) An introductory description of the project concepts that addressesthe salient points of the design;(2) An orderly and comprehensive documentation of criteria andrationale for system selection; and(3) The identification of any necessary licenses and permits that areanticipated to be required as a part of the design and/or constructionprocess.b. Code and criteria search shall identify all applicable codes andcriteria and highlight specific requirements within these codes andcriteria for critical issues in the facility design. Identify coderequirements that require cross discipline design coordintation. ForSECTION 01 33 10.05 20 Page 7


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRexample, mechanical design requirements in fire protection codes.c. Calculations as specified and as needed to support this design.d. Section titled "Sustainable Design" that addresses sustainableconcepts and LEED Rating Analysis Report prepared by a LEED AccreditedProfessional recognized by the U.S. Green Building Council.e. Draft and Final NAVFAC Sustainable and Energy Data Record Card(NSEDRC) that documents the energy usage and sustainable features ofthe building. Refer to Record Documents paragraphs in this section forrequirements.f. Section titled "Antiterrorism" that documents the antiterrorismfeaturesg. Fall Protection Analysish. Draft and Interim DD Form 1354 that document the real propertyassets of the project. Refer to Record Documents paragraphs in thissection for requirements.1.8.1 Basis of Design FormatThe basis of design for each design discipline shall include a cover pageindicating the project title and locations, contract number, table ofcontents, tabbed separations for quick reference, and bound in separatevolumes for each design discipline.1.8.2 Design CalculationsPlace the signature and seal of the designer responsible for the work onthe cover page of the calculations for the respective design discipline.1.8.3 Sustainable DesignIntegrate sustainable strategies and features into the design to minimizethe energy consumption of the facilities; conserve resources; minimizeadverse effects to the environment; and improve occupant productivity,health, and comfort to reduce the total cost ownership of the project usinga whole building, life cycle approach. In accordance with the Engineering& Construction Bulletin 2008-1 and other directives, the facility and allsite features shall be designed and constructed using USGBC-NC.The design and construction shall incorporate sustainable designstrategies and features to the fullest extent possible, consistent withmission, budget and client requirements. Ensure sustainable strategies andfeatures in the design phase are incorporated in the construction phase.Information and resources on sustainable design principles and guidelinesare explained in the "Whole Building Design Guide" that can be found atwww.wbdg.org.1.8.3.1 EPA Designated ProductsUse products that meet or exceed the minimum requirements of this <strong>RFP</strong> andthe EPA guideline standards for recovered content to the maximumpracticable extent in the performance of the contract. Seewww.epa.gov/cpg/products.htm for a list of EPA designated products and aSECTION 01 33 10.05 20 Page 8


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRlist of manufacturers and suppliers of EPA designated products.1.8.4 Fall Protection AnalysisEliminate fall hazards in the facility or if not feasible provide controlmeasures to protect personnel conducting maintenance work after completionof the project. Identify fall hazards in the Basis of Design with theDesign Development and Prefinal submittals. The analysis shall describehow fall hazards are considered, eliminated, prevented or controlled toprevent maintenance personnel from exposure to fall hazards whileperforming work at heights. Refer to <strong>RFP</strong> <strong>Part</strong> 2, UFGS Section01 35 29.05 20, SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS FORDESIGN-BUILD for fall hazard protection requirements.1.9 RECORD DOCUMENTS1.9.1 Record DrawingsThe as-built modifications shall be accomplished by electronic draftingmethods on the Contractor-originated .DWG design drawings to create acomplete set of record drawings.a. For each record drawing, provide CADD drawing identical to signedContractor-originated.PDF drawings, that incorporates modifications tothe as-built conditions. In addition, copy initials and dates from theContracting Officer approved .PDF documents to the title block of therecord CADD.DWG drawings. The <strong>RFP</strong> reference or definitive drawings arenot required for inclusion in the record set of drawings.b. After all as-built conditions are recorded on the CADD.DWG files,produce a PDF file of each individual record drawing in conformancewith UFC 1-300-09N. Electronic signatures are not required on recorddrawings.c. Provide one set of full size record drawings on minimum 4 mil thickreprodicible mylar with the closeout documents.1.9.2 Source DocumentsProvide the specifications, design analysis, reports, surveys,calculations, and any other contracted documents on the CD-ROM disk withthe record drawings at project closeout.1.9.3 NAVFAC Sustainable and Energy Data Record CardSubmit the NAVFAC Sustainable and Energy Data Record Card (NSEDRC) todocument the energy usage and sustainable features of the facility. Followthe instructions provided and fill in the blank editable Adobe .PDF formavailable on the Whole Building Design Guide at the following web address:http://www.wbdg.org/references/pa_dod_sust_contract.php . Prepare thefollowing submissions;a. Draft submission. As a part of the Final Design submission theDOR shall complete the NSEDRC and include it as part of the DesignAnalysis and submit to the Contracting Officer for approval.b. Final Submission. The Contractor and Designer of Record shallcomplete the electronic file documenting the NSEDRC with final data andprovide the Final Submission 60 days prior to the Beneficial OccupancySECTION 01 33 10.05 20 Page 9


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRDate (BOD) of the facility. The Final submission shall update theDraft submission information and submit to the Contracting Officer forapproval.1.9.4 DD Form 1354Prepare a Draft and Interim DD Form 1354, TRANSFER AND ACCEPTANCE OFMILITARY REAL PROPERTY, in accordance with UFC 1-300-08, available athttp://www.wbdg.org/ccb/DOD/UFC/ufc_1_300_08.pdf. All assets must bebroken out by construction categories that are found in the DD Form 1391and the "Category Codes for Military Real Property" from NAVFAC P-72. UseNavy specific Facility Catcodes from the NAVFAC P-72, which are availablefrom the Contracting Officer. Coordinate the identification of appropriateasset construction categories with the Contracting Officer and the RealProperty Accounting Officer.a. Draft DD Form 1354. DOR shall determine applicable real property assetsbroken out by construction categories and submit a "Draft DD Form 1354" forGovernment approval as a part of the Design Analysis included with thePrefinal Design submittal. "Draft DD Form 1354" must include allquantities and units of measure, but does not require cost breakdown.Download the current blank editable DD Form 1354 in ADOBE (PDF) from thefollowing web site:http://www.dtic.mil/whs/directives/infomgt/forms/eforms/dd1354.pdfb. Interim DD Form 1354. Contractor shall coordinate with the DOR andupdate the Draft DD Form 1354 submission to include any additional assets,improvements, or alterations that occurred during construction. Use theDraft DD Form 1354 and the UFGS Section 01 20 00.05 20, Price and PaymentProcedures to identify costs. Submit Interim DD Form 1354 to theGovernment for approval 60 days prior to the Beneficial Occupancy Date(BOD). If modifications to the Interim DD Form 1354 are required by theGovernment, the corrected version must be submitted prior to the BOD.Coordinate with Section 01 20 00.05 20, Price and Payment Procedures forconstruction categories and associated category codes. The Contractor'sSchedule of Prices shall allocate the total cost of construction to theappropriate category codes.When documenting demolition work, the DD Form 1354 shall list thequantitative data associated with this work as a negative value to show thecost should be deleted from the Navy asset data store. Coordinate with theInstallation Real Property POC to assist in determining the negative valuefor demolition work.PART 2PRODUCTS2.1 DESIGN SUBMITTALSComplete the Contractor-originated design submittals as defined by thiscontract, and coordinate with the approved design network analysisschedule.2.1.1 Design Submittal PackagesThe Government prefers to review for Quality Assurance (QA) as fewsubmittal packages as possible. Site and Building Design SubmittalPackages are required, however Critical Path Design Submittals areacceptable if they are substantiated as having an impact to the criticalSECTION 01 33 10.05 20 Page 10


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRpath in the Government approved Network Analysis Schedule. A Critical Pathsubmittal shall include all design analyses, drawings, specifications andproduct data required to fully describe the project element for Governmentreview.Examples of project elements that may be submitted as Critical Path DesignSubmittal Packages are: Master Plan Design, Demolition Design, FoundationDesign, Structural Design, Building Enclosure Design, Remaining WorkDesign, Furniture/Equipment Design, long lead items, or any otherconstruction activity or project element that can be organized into asubmittal package that can be reviewed and approved by the Governmentwithout being contingent upon subsequent design submittals.2.1.2 Required Design SubmittalsProvide the following Design Submittal packages. Provide comprehensive,multi-discipline design packages that include design documentation forproject elements, fully developed to the design stage indicated, and inaccordance with UFC 1-300-09N, except where specified otherwise.a. 60% Design in-progress, - Government Progress QA. 14 calendar dayGovernment review time.b. Prefinal (100%) Design - Government Progress QA. 14 calendar dayGovernment review time.c. Final Design - Government QA.2.1.3 Critical Path Design SubmittalsProvide Critical Path Design Submittals that include design documents forthe project elements involved. Include and provide full documentation thatwould normally have been provided in earlier submittal stages, such asDesign Development Phase.a. 100 percent (Prefinal) Design - Government Progress QA. 21 calendarday Government review time.b. Final Design - Government QA2.1.4 Review Copies of Design Submittal Packagesa. Provide copies of each design submittal package for review to thefollowing reviewers. Addresses for mailing will be furnished at thePAK meeting.Six paper copies to the NAVFAC component and 1 electronic copy of theFinal submittals.b. Provide the same quantities of copies for resubmittals, as requiredfor each design submittal.2.1.5 Distribution of Approved Final Design Drawings and Specification toGovernment RepresentativesSubmit within 14 calendar days of receiving the Government Approved FinalDesign Documents, which includes any Critical Path Final Design DocumentPackages, electronic and hardcopy(s) of these final documents to Governmentrepresentatives for use during the construction of the project. IfSECTION 01 33 10.05 20 Page 11


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRCritical Path Submittal Packages are used, provide coversheets and index toidentify each sheet and how this Critical Path Submittal Package fits intothe overall project. Provide the number and type of copies of the finaldesign documents to the following Government representative:a. Three electronic and 3 hard copy(s) to the Project Manager (WilliamMcDonald, T075 Skate Street, Silverdale WA, 98315, and (360) 315-1464)b. One electronic and one hard copy(s) to the Construction Managerc. One electronic and one hard copy(s) to the Contracting Officerd. One electronic and one hard copy(s) to the Public Works Officer2.2 IDENTIFICATION OF DESIGN SUBMITTALSProvide a title sheet to clearly identify each submittal, the completionstatus, and the date. The title sheet shall use the standard formatindicated in the UFC 1-300-09N for title sheets. The title sheet shall beunique to a particular design submittal. Submit the project title sheetwith design status and date for the design submittals.2.2.1 Critical Path Submittal Title SheetIdentify Critical Path submittals as such, and include a title sheetindicating the type of critical path submittal, the status, and the date.PART 3EXECUTION3.1 CONTRACTOR'S RESOLUTION OF COMMENTSProvide written responses to all written comments by the Government.Resubmittal of an unacceptable design submittal shall be a complete packagethat includes all the required, specified components of that designsubmittal. When required by the Government, Contractor resubmittal ofdesign package, due to nonconformance to the contract, is not a delay inthe contract.3.2 VARIATIONSVariations from contract requirements require Government approval and willbe considered where advantageous to the Government. The Designer of Recordmust approve any proposed variation prior to submittal to the Government.See Section 01 33 10.05 20, CONSTRUCTION SUBMITTAL PROCEDURES for specificrequirements for submitting variation requests.3.3 THE CONTRACT AND ORDER OF PRECEDENCE3.3.1 Contract ComponentsThe contract consists of the solicitation, the approved proposal, and thefinal design.3.3.2 Order of PrecedenceNFAS Clause 5252.236-9312. In the event of conflict or inconsistencybetween any of the below described portions of the conformed contract,precedence shall be given in the following order:SECTION 01 33 10.05 20 Page 12


Building 6401 Upgrade controls to DDCNBK Bangor, Silverdale, WAF95YRa. Any portions of the proposal or final design that exceed therequirements of the solicitation.(1) Any portion of the proposal that exceeds the final design.(2) Any portion of the final design that exceeds the proposal.(3) Where portions within either the proposal or the final designconflict, the portion that most exceeds the requirements of thesolicitation has precedence.b. The requirements of the solicitation, in descending order ofprecedence:(1) Standard Form 1442, Price Schedule, and Davis Bacon Wage Rates.(2) <strong>Part</strong> 1 - Contract Clauses.(3) <strong>Part</strong> 2 - General Requirements.(4) <strong>Part</strong> 3 - Project Program Requirements.(5) <strong>Part</strong> 6 - Attachments (excluding Concept Drawings).(6) <strong>Part</strong> 5 - Prescriptive Specifications exclusive of performancespecifications.(7) <strong>Part</strong> 4 - Performance Specifications exclusive of prescriptivespecifications.(8) <strong>Part</strong> 6 - Attachments (Concept Drawings).3.3.2.1 Government Review or ApprovalGovernment review or approval of any portion of the proposal or finaldesign shall not relieve the Contractor from responsibility for errors oromissions with respect thereto.-- End of Section --SECTION 01 33 10.05 20 Page 13


This page has intentionally been left blank


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 35 29.05 20SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS FOR DESIGN-BUILDPART 1GENERAL1.1 REFERENCESThe publications listed below form a part of this specification to theextent referenced. The publications are referred to within the text by thebasic designation only.AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI)ANSI/HFES 100ANSI A10.32ANSI/ASSE A1264.1ANSI/ASSE A1264.1ANSI/ASSE Z359.1ANSI/ASSE Z359.2ANSI/ASSE Z359.3ANSI/ASSE Z359.4(2007) Human Factors Engineering ofComputer Workstations(2004) Fall Protection systems forConstruction and Demolition Operations(2007) Safety Requirements for Workplace(2007) Safety Requirements for WorkplaceWalking/Working Surfaces and Their Access;Workplace Floor and Wall Openings; Stairsand Guardrails Systems(2007) Definitions and Nomenclature Usedfor Fall Protection and Fall Arrest(2007) Minimum Requirements for aComprehensive Managed Fall ProtectionProgram(2007) Safety Requirements for Positioningand Travel Restraint Systems(2007) Safety Requirements forAssisted-Rescue and Self-Rescue Systems,Subsystems and ComponentsASME INTERNATIONAL (ASME)ASME B30.3ASME B30.5ASME B30.8ASME B30.22(2009) Construction Tower Cranes(2004) Mobile and Locomotive Cranes(2004) Floating Cranes and FloatingDerricks(2005) Articulating Boom CranesSECTION 01 35 29.05 20 Page 1


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRASTM INTERNATIONAL (ASTM)INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE)DEPARTMENT OF DEFENSE (DOD)MIL-STD-1472F(1999) Military Standard, HumanEngineering Design Criteria for MilitarySystems, Equipment and FacilitiesNATIONAL FIRE PROTECTION ASSOCIATION (NFPA)NFPA 241(2009) Standard for SafeguardingConstruction,Alteration, and DemolitionOperationsU.S. ARMY CORPS OF ENGINEERS (USACE)EM 385-1-1(2008) Safety and Health RequirementsManualU.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA)29 CFR 1910 Occupational Safety and Health Standards29 CFR 1915 Occupational Safety and Health Standardsfor Shipyard Employment29 CFR 1926 Safety and Health Regulations forConstruction29 CFR 1926 Subpart M Fall Protection1.2 SUBMITTALSThe use of a "G" following a submittal indicates that a Government approvalaction is required. Submit the following in accordance with Section 01 3310.05 20 DESIGN SUBMITTAL PROCEDURES and Section 01 33 00.05 20CONSTRUCTION SUBMITTAL PROCEDURES.Government acceptance is required for submittals with a "G" designation.SD-01 Preconstruction SubmittalsAccident Prevention Plan (APP); GActivity Hazard Analysis (AHA); GCrane Critical Lift Plan; GProof of Qualifications for Crane Operators; GSD-06 Test ReportsREPORTSAccident ReportsIncident ReportsSECTION 01 35 29.05 20 Page 2


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRMonthly Work-Hour Exposure ReportsSubmit reports as their incidence occurs, in accordance with therequirements of paragraph, REPORTS.SD-07 CertificatesContractor Safety Self-Evaluation Checklist; G (Obtain copy fromContracting Officer)Permit submit one copy of each permit/certificate attached to eachDaily Production Report.Weight Handling Equipment Certificate of Compliance; G (Obtaincopy from Contracting Officer1.3 Contractor Safety Self-Evaluation ChecklistContracting Officer will provide a "Contractor Safety Self-EvaluationChecklist" to the Contractor at the Prework conference. The checklist willbe completed monthly by the Contractor and submitted with each request forpayment voucher. Additionally, monthly exposure reporting to theContracting Officer is required to be attached to the monthly billingrequest. This report is a compilation of employee-hours worked each monthfor all site workers, both prime and subcontractor. The Contracting Officerwill provide copies of any special forms. An acceptable score of 90 orgreater is required for the self evaluation checklist. Failure to submitthe completed safety self-evaluation checklist or achieve a score of atleast 90, will result in retention of up to 10 percent of the voucher. Thecompleted checklist in total or selected sections will be reviewed andvalidation at the site by the Contracting Officer's Representative.1.4 REGULATORY REQUIREMENTSIn addition to the detailed requirements included in the provisions of thiscontract, work performed shall comply with USACE EM 385-1-1, and thefollowing federal, state, and local, laws, ordinances, criteria, rules andregulations . Submit matters of interpretation of standards to theappropriate administrative agency for resolution before starting work.Where the requirements of this specification, applicable laws, criteria,ordinances, regulations, and referenced documents vary, the most stringentrequirements shall apply1.5 SITE QUALIFICATIONS, DUTIES, PLAN, AND MEETINGS1.5.1 Personnel Qualifications1.5.1.1 Site Safety and Health Officer (SSHO)The contractor shall provide a safety oversight team that includes aminimum of one (1) Competent Person at each project site to function as theSafety and Health Officer (SSHO). The SSHO shall be at the work site at alltimes, unless specified differently in the contract, to perform safety andoccupational health management, surveillance, inspections, and safetyenforcement for the Contractor, and their training, experience, andqualifications shall be as required by EM 385-1-1 paragraph 01.A.17 and allassociated sub-paragraphs. To meet the EM 385-1-1 annual trainingSECTION 01 35 29.05 20 Page 3


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRrequirements the SSHO may elect to accomplish applicable sections (lessons)of the web based EM 385-1-1 training. For purposes of this contractcompletion of each EM 385-1-1 training module (lesson) verified by theprinted certificate is considered credit for four hours of training. Thetraining may be accessed at the following link:http://63.88.8.194/construction/index.html A Competent Personal shall beprovided for all of the hazards identified in the Contractor's Safety andHealth Program in accordance with the accepted Accident Prevention Plan,and shall be on-site at all times when the work that presents the hazardsassociated with their professional expertise is being performed. Thecredentials of the Competent Persons(s) shall be approved by theContracting Officer in consultation with the Safety Office. Site Safety andHealth Officer (SSHO) shall perform safety and occupational healthmanagement, surveillance, inspections, and safety enforcement for theContractor. The assignment of the SSHO contractually does not relieve theContractor from the regulatory requirements governing safety responsibility.1.5.1.2 Crane OperatorsMeet the crane operator's requirements in USACE EM 385-1-1. In addition,for mobile cranes with Original Equipment Manufacturer (OEM) ratedcapacitates of 50,000 pounds or greater, designate crane operators asqualified by a source that qualifies crane operators(i.e., union, agovernment agency, or and organization that tests and qualifies craneoperators). Provide Proof of Qualifications for Crane Operators.1.5.1.3 Competent Person for Confined Space EntryProvide a competent person for confined space meeting the definition andrequirements of EM 385-1-1. If work involves marine operations that handlecombustible or hazardous materials, this person shall have the ability tounderstand and follow through on the air sampling, PPE, and instructions ofa Marine Chemist, Coast Guard authorized persons, or Certified IndustrialHygienist. All confined and enclosed space work shall comply with NFPA 306,OSHA 29 CFR 1915, Subpart B, "Confined and Enclosed Spaces and OtherDangerous Atmospheres in Shipyard Employment" or as applicable, 1910.147for general industry.1.5.2 Personnel Duties1.5.2.1 Site Safety and Health Officer (SSHO)In addition to duties required in EM 385-1-1, perform the following duties:1. Conduct daily safety and health inspections and maintain awritten deficiency tracking log which includes area/operationinspected, date of inspection, identified hazards, recommendedcorrective actions, estimated and actual dates of corrections.Safety inspection logs shall be attached to the Contractors' dailyproduction report and posted at the jobsite.2. Shall have no other duties other than safety and occupationalhealth management, inspections, enforcement, on this contract.3. Attend the Rework meeting, Prework meetings includingpreparatory inspection meeting, and periodic in-progress meetings.4. Conduct mishap investigations and complete required reports.Maintain OSHA Form 300 and document safety oversight work in theSECTION 01 35 29.05 20 Page 4


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRDaily Production reports for prime and sub-contractors.5. Maintain applicable safety reference material on the job site.6. Attend the Prework conference.7. Implement and enforce accepted APP and AHAs8. Maintain a safety and health deficiency tracking system thatmonitors outstanding deficiencies until resolution. Post a listsafety and health deficiencies on the safety bulletin board.9. Ensure sub-contractor compliance with safety and healthrequirements.10. Maintain a list of hazardous chemicals on site and theirmaterial safety data sheets. Failure to actively apply anacceptable safety program outlined in the above duties will resultin dismissal of the superintendent and/or SSHO, and a project workstoppage. The project work stoppage will remain in effect pendingapproval of suitable replacements.1.5.3 Safety Plans and Submissions1.5.3.1 Accident Prevention Plan (APP)/ Weight Handling equipmentCertificate of Compliance, and Crane Critical Lift PlanUse a qualified person to prepare the written site-specific APP. Preparethe APP in accordance with the format and requirements of USACE EM 385-1-1and as supplemented herein. Cover all paragraph and subparagraph elementsin USACE EM 385-1-1, Appendix A, "Minimum Basic Outline for AccidentPrevention Plan". The APP shall be job-specific and address any unusual orunique aspects of the project or activity for which it is written. The APPshall interface with the Contractor's overall safety and health program.Include any portions of the Contractor's overall safety and health programreferenced in the APP in the applicable APP element and made site-specific.The Government considers the Prime Contractor to be the "controllingauthority" for all work site safety and health of the subcontractors.Contractors are responsible for informing their subcontractors of thesafety provisions under the terms of the contract and the penalties fornoncompliance, coordinating the work to prevent one craft from interferingwith or creating hazardous working conditions for other crafts, andinspecting subcontractor operations to ensure that accident preventionresponsibilities are being carried out. The APP shall be signed by theperson and firm (senior person) preparing the APP, the Contractor, theon-site superintendent, the designated site safety and health officer, theContractor Quality control Manager, and any designated CSP and/or CIH.Submit the APP to the Contracting Officer 15 calendar days prior to thedate of the Prework conference for acceptance. Work cannot proceed withoutan accepted APP. Once accepted by the Contracting Officer, the APP andattachments will be enforced as part of the contract. Disregarding theprovisions of this contract or the accepted APP will be cause for stoppingof work, at the discretion of the Contracting Officer, until the matter hasbeen rectified. Once work begins, changes to the accepted APP shall be madewith the knowledge and concurrence of the Contracting Officer, projectsuperintendent, SSHO and quality control manager. Should any severe hazardexposure, i.e. imminent danger, become evident, stop work in the area,secure the area, and develop a plan to remove the exposure and control thehazard. Notify the Contracting Officer within 24 hours of discovery.SECTION 01 35 29.05 20 Page 5


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YREliminate/remove the hazard. In the interim, take all necessary action torestore and maintain safe working conditions in order to safeguard onsitepersonnel, visitors, the public (as defined by ASSE/SAFE A10.34,) and theenvironment. Copies of the accepted plan will be maintained at the jobsite. Continuously review and amend the APP, as necessary, throughout thelife of the contract. Incorporate unusual or high-hazard activities notidentified in the original APP as they are discovered.In addition to the requirements outlined in USACE EM 385-1-1, the followingis required:1. Names and qualifications (resumes including education,training, experience and certifications) of all site safety andhealth personnel designated to perform work on this project toinclude the designated site safety and health officer and othercompetent and qualified personnel to be used such as CSPs, CIHs,STSs, CHSTs. Specify the duties of each position.2. Qualifications of competent and of qualified persons. As aminimum, designate and submit qualifications of competent personsfor each of the following major areas: excavation; scaffolding;fall protection; hazardous energy; confined space; health hazardrecognition, evaluation and control of chemical, physical andbiological agents; personal protective equipment and clothing toinclude selection, use and maintenance.3. Confined Space Entry Plan. Develop a confined and/or enclosedspace entry plan in accordance with USACE EM 385-1-1, applicableOSHA standards 29 CFR 1910, 29 CFR 1915, and 29 CFR 1926,OSHA Directive 2.100, and any other federal, state and localregulatory requirements identified in this contract. Identify thequalified person's name and qualifications, training, andexperience. Delineate the qualified person's authority to directwork stoppage in the event of hazardous conditions. Includeprocedure for rescue by contractor personnel and the coordinationwith emergency responders. (If there is no confined space work,include a statement that no confined space work exists and nonewill be created.)4. Fall Hazard Protection Program. Establish a fall protectionand prevention program,for the protection of all employees exposedto fall hazards. Within the program include company policy,identify responsibilities, education and training requirements,fall hazard identification, prevention and control measures,inspection, storage, care and maintenance of fall protectionequipment and rescue and evacuation procedures in accordance with9 CFR 1926 Subpart M; ANSI/ASSE Z359.0, ANSI/ASSE Z359.1,ANSI/ASSE Z359.2, ANSI/ASSE Z359.3, ANSI/ASSE Z359.4; andANSI A10.32.5. Control of Hazardous Energy. Contractor shall ensure that acomprehensive program is in place for all anticipated sources ofenergy.6. Weight Handling Equipment Certificate of Compliance. Providea Certificate of Compliance for each crane when entering anactivity under this contract (see Contracting Officer for a blankcertificate). State within the certificate that the crane andrigging gear meet applicable OSHA regulations (with the ContractorSECTION 01 35 29.05 20 Page 6


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRciting which OSHA regulations are applicable, e.g., cranes used inconstruction demolition, or maintenance comply with 29 CFR 1926and USACE EM 385-1-1. Certify on the Certificate of Compliancethat the crane operator(s) is qualified and trained in theoperation of the crane to be used. For cranes at DOD activities inforeign countries, certify that the crane and rigging gear conformto the appropriate host country safety standards. Also certifythat all of its crane operators working on the DOD activity havebeen trained in the proper use of all safety devices (e.g.,anti-two block devices). Post certifications on the crane.(1) For lifts of personnel, demonstrate compliance with therequirements of 29 CFR 1926.550(g).(2) For barge mounted mobile cranes, barge stability calculationsidentifying barge list and trim based on anticipated loading; andload charts based on calculated list and trim. The amount of listand trim shall be within the crane manufacturer's requirements.Third <strong>Part</strong>y Certification of Barge-Mounted Mobile Cranes Certifybarge-mounted mobile cranes in accordance with 29 CFR 1919 by anOSHA accredited person.7. Crane Critical Lift Plan. Prepare and sign weight handlingcritical lift plans for lifts over 75 percent of the capacity ofthe crane or hoist (or lifts over 50 percent of the capacity of abarge mounted mobile crane's hoists) at any radius of lift; liftsinvolving more than one crane or hoist; lifts of personnel; andlifts involving non-routine rigging or operation, sensitiveequipment, or unusual safety risks. Submit 15 calendar days priorto on-site work and include the requirements of USACE EM 385-1-1,paragraph 16.H. and the following:(1) For lifts of personnel, demonstrate compliance with therequirements of 29 CFR 1926.550(g).(2) For barge mounted mobile cranes, barge stability calculationsidentifying barge list and trim based on anticipated loading; andload charts based on calculated list and trim. The amount of listand trim shall be within the crane manufacturer'srequirements.Third <strong>Part</strong>y Certification of Barge-Mounted MobileCranes Certify barge-mounted mobile cranes in accordance with29 CFR 1919 by an OSHA accredited person.1.5.3.2 Activity Hazard Analysis (AHA)The Activity Hazard Analysis (AHA) format shall be in accordance with USACEEM 385-1-1EM 385-1-1 and as provided by the Contracting Officer at the prework meeting. Submit the AHA for review at least 15 calendar days prior tothe start of each phase. Format subsequent AHAs as amendments to the APP.The analysis should be used during daily inspections to ensure theimplementation and effectiveness of the activity's safety and healthcontrols and reviewed with all employees involved in the work. The AHA listwill be reviewed periodically (at least monthly) at the Contractorsupervisory safety meeting and updated as necessary when procedures,scheduling, or hazards change. Develop the activity hazard analyses usingthe project schedule as the basis for the activities performed. Anyactivities listed on the project schedule will require an AHA. Competentpersons required for phases involving such things as fall protection,excavations, scaffold, and electrical work shall be identified. AHAs shouldSECTION 01 35 29.05 20 Page 7


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRbe developed by the contractor, supplier, or subcontractor performing thework and provided to the prime contractor for review and submitted to theContracting Officer for acceptance after prime contractor approval.1.5.3.3 Pre-Design SubmittalsPrior to start of design, provide the following submittals based on therequirements of the U.S. Army Corps of Engineers Safety & Health ManualEM 385-1-1, using the latest version. Provide a description of the safetycontrols for design investigations and field work. No field work alloweduntil submittals are accepted by the Contracting Officer.1.5.4 Meetings1.5.4.1 Prework Conference1. Contractor representatives who have a responsibility orsignificant role in accident prevention on the project shallattend the Prework conference. This includes the projectsuperintendent, site safety and health officer (SSHO), qualitycontrol supervisor, or any other assigned safety and healthprofessionals who participated in the development of the APP(including the Activity Hazard Analyses (AHAs) and special plans,programs, and procedures associated with it).2. Discuss the details of the submitted APP to includeincorporated plans, programs, procedures and a listing ofanticipated AHAs that will be developed and implemented during theperformance of the contract. This list of proposed AHAs will bereviewed at the conference and an agreement will be reachedbetween the Contractor and the Contracting Officer'srepresentative as to which phases will require an analysis. At aminimum all definable features of work are to have an AHAdeveloped. In addition, establish a schedule for the preparation,submittal, review, and acceptance of AHAs to preclude projectdelays.3. Deficiencies in the submitted APP will be brought to theattention of the Contractor and the Contractor shall revise theplan to correct deficiencies and re-submit for acceptance. Do notbegin work until there is an accepted APP. A returned APP shouldbe corrected prior to scheduling the Prework meeting.4. The functions of a Prework conference may take place at theDesign Build Post-Award Kickoff meeting.1.5.4.2 Safety Meetings for EmployeesConduct and document meetings as required by EM 385-1-1. Attach minutesshowing contract title, signatures of attendees and a list of topicsdiscussed to the Contractors' daily production report.1.6 REPORTS1.6.1 Accident Reports1. Accident Initial Notification: Notify the Contracting Officeras soon as practical, but not later than four hours, after anyaccident meeting the definition of Recordable Injuries orSECTION 01 35 29.05 20 Page 8


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRIllnesses, high visibility accidents, property damage equal to orgreater than $2,000, near miss, or any weight handling equipmentaccident. Information shall include contractor name; contracttitle; type of contract; name of activity, installation orlocation where accident occurred; date and time of accident; namesof personnel injured, if applicable; extent of property damage, ifany; extent of injury, if known, and brief description of accident(to include type of equipment used, PPE used, etc.). Preserve theconditions and evidence on the accident site until the Governmentinvestigation team arrives on-site and Government investigation isconducted2. Investigation Reporting: For recordable injuries andillnesses, property damage accidents resulting in at least $2,000in damages, and near miss accidents the Prime Contractor shallconduct an accident investigation to establish the root cause (s)and complete the Navy Contractor Significant Incident Reports(CSIR) form and provide the report to the Contracting Officerwithin 5 calendar day(s) of the accident. The Contracting Officerwill provide copies of any other required or special forms.Contractor will report and investigate any near miss accidentsthat could have resulted in serious employee injury or propertydamage. Near miss accident investigations are viewed as highlydesirable and a positive indicator of commitment towards assuringa safe work place for employees on the site from which preventionlessons learned can be disseminated to other employees.3. Weight Handling Equipment (WHE): For any weight handlingequipment accident (including rigging gear accidents) the PrimeContractor shall conduct an accident investigation to establishthe root cause(s) of the accident, complete the WHE AccidentReport (Crane and Rigging Gear) form and provide the report to theContracting Officer within 5 calendar days of the accident. Craneoperations shall not proceed until cause is determined andcorrective actions have been implemented to the satisfaction ofthe contracting officer. The Contracting Officer will provide ablank copy of the accident report form. A WHE accident occurs whenany one or more of the six elements in the operating envelopefails to perform correctly during operation, including operationduring maintenance or testing resulting in personnel injury ordeath; material or equipment damage; dropped load; derailment;two-blocking; overload; and/or collision, including unplannedcontact between the load, crane, and/or other objects. A droppedload, derailment, two-blocking, overload and collision areconsidered accidents even though no material damage or injuryoccur. A component failure (e.g., motor burnout, gear toothfailure, bearing failure) is not considered an accident solely dueto material or equipment damage unless the component failureresults in damage to other components (e.g., dropped boom, droppedload, roll over, etc.).4. Monthly Work-Hour Exposure Reports: Monthly work-hourreporting to the Contracting Officer is required to be attached tothe monthly billing request. This report is a compilation ofemployee-hours worked each month for all site workers, both primeand subcontractor. The Contracting Officer will provide copies ofany special forms.SECTION 01 35 29.05 20 Page 9


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.7 Hot WorkPrior to performing "Hot Work" (welding, cutting, etc.) or operating otherflame-producing/spark producing devices, a written permit shall berequested from the Fire Division. CONTRACTORS ARE REQUIRED TO MEET ALLCRITERIA BEFORE A PERMIT IS ISSUED. It is mandatory to have a designatedFIRE WATCH for any "Hot Work" done at this activity. The Fire Watch shallbe trained in accordance with NFPA 51B and remain on-site for a minimum of30 minutes after completion of the task or as specified on the hot workpermit.Obtain services from a NFPA Certified Marine Chemist for "HOT WORK" withinor around flammable materials (such as fuel systems, welding/cutting onfuel pipes) or confined spaces (such as sewer wet wells, manholes, vaults,etc.) that have the potential for flammable or explosive atmospheres.PART 2PRODUCTS2.1 CONFINED SPACE SIGNAGEProvide permanent signs integral to or securely attached to access coversfor new permit-required confined spaces. Signs wording:"DANGER--PERMIT-REQUIRED CONFINED SPACE - DO NOT ENTER -" in bold letters aminimum of one inch in height and constructed to be clearly legible withall paint removed. The signal word "DANGER" shall be red and readable from5 feet.PART 3EXECUTION3.1 REGULATIONSComply with USACE EM 385-1-1, NFPA 241, the APP, the AHA, Federal and/orState OSHA regulations, and other related submittals and activity fire andsafety regulations. The most stringent standard prevails.3.1.1 Hazardous Material UseEach hazardous material must receive approval prior to being brought ontothe job site or prior to any other use in connection with this contract.Allow a minimum of 10 working days for processing of the request for use ofa hazardous material.3.1.2 Hazardous Material ExclusionsNotwithstanding any other hazardous material used in this contract,radioactive materials or instruments capable of producingionizing/non-ionizing radiation (with the exception of radioactive materialand devices used in accordance with USACE EM 385-1-1 such as nucleardensity meters for compaction testing and laboratory equipment withradioactive sources) as well as materials which contain asbestos, mercuryor polychlorinated biphenyls, di-isocynates, lead-based paint areprohibited. The Contracting Officer, upon written request by theContractor, may consider exceptions to the use of any of the above excludedmaterials.3.1.3 Unforeseen Hazardous MaterialThe design should have identified materials such as PCB, lead paint, andfriable and non-friable asbestos and other OSHA regulated chemicalsSECTION 01 35 29.05 20 Page 10


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR29 CFR <strong>Part</strong> 1910.1000. If material, not indicated, that may be hazardousto human health upon disturbance during construction operations isencountered, stop that portion of work and notify the Contracting Officerimmediately. Within 14 calendar days the Government will determine if thematerial is hazardous. If material is not hazardous or poses no danger,the Government will direct the Contractor to proceed without change. Ifmaterial is hazardous and handling of the material is necessary toaccomplish the work, the Government will issue a modification pursuant to"FAR 52.243-4, Changes" and "FAR 52.236-2, Differing Site Conditions."3.2 PRE-OUTAGE COORDINATION MEETINGContractors are required to apply for utility outages at least 15 days inadvance. As a minimum, the request should include the location of theoutage, utilities being affected, duration of outage, and any necessarysketches. Special requirements for electrical outage requests arecontained elsewhere in this specification section. Once approved, andprior to beginning work on the utility system requiring shut down, theContractor shall attend a pre-outage coordination meeting with theContracting Officer to review the scope of work and the lock-out/tag-outprocedures for worker protection. No work will be performed on energizedelectrical circuits unless proof is provided that no other means exist. Forelectrical work positive cable/circuit identification must be made prior tosubmitting any outage request. Arrangements are to be coordinated with theContracting Officer and Station Utilities for identification. TheContracting Officer will not accept an outage request until the Contractorsatisfactorily documents that the circuits have been clearly identified.Following the application of lockout/tag out devices to all hazardousenergy sources, applicable AHA should outline equipment restart methods toensure "zero energy" state has been accomplished.3.3 FALL PROTECTION3.3.1 Roofing WorkImplement fall protection controls based on the type of roof beingconstructed and work being performed. Evaluate the roof area to be accessedfor its structural integrity including weight-bearing capabilities for theprojected loading.1. Low Sloped Roofs:(1) For work within 1.8 m 6 feet of an edge, on low-slope roofs,Protect personnel from falling by use of personal fall arrestsystems, guardrails, or safety nets. A safety monitoring systemused by itself as the only form of fall protection system is notadequate fall protection and is not authorized.(2) For work greater than 1.8 m 6 feet from an edge, erect andinstall warning lines in accordance with 29 CFR 1926.500 andUSACE EM 385-1-1.2. Steep-Sloped Roofs: Work on steep-sloped roofs requires apersonal fall arrest system, guardrails with toe-boards, or safetynets. This requirement also includes residential or housing typeconstruction, repair, or maintenance.SECTION 01 35 29.05 20 Page 11


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR3.3.2 Existing AnchorageCertified (or re-certified) by a qualified person for fall protectionexisting anchorages, to be used for attachment of personal fall arrestequipment is required in accordance with ASSE/SAFE Z359.1. Exitinghorizontal lifeline anchorages must be certified (or re-certified) by aregistered professional engineer with experience in designing horizontallifeline systems.3.3.3 Horizontal LifelinesDesign, install, certify and use under the supervision of a qualifiedperson horizontal lifelines for fall protection as part of a complete fallarrest system which maintains a safety factor of 2, 29 CFR 1926.500.3.3.4 Guardrails and Safety NetsDesign, install and use guardrails and safety nets in accordance withEM 385-1-1 and 29 CFR 1926 Subpart M.3.3.5 Rescue and Excavation ProceduresWhen personal fall arrest systems are used, the contractor must ensure themishap victim can self-rescue or can be rescued promptly should a falloccur. Prepare a Rescue and Evacuation Plan and include a detaileddiscussion of the following: methods of rescue; methods of self-rescue;equipment used; training requirement; specialized training for therescuers; procedures for requesting rescue and medical assistance; andtransportation routes to a medical facility. Include the Rescue andEvacuation Plan within the Activity Hazard Analysis (AHA) for the phase ofwork, in the Fall Protection and Prevention (FP&P) Plan, and the AccidentPrevention Plan (APP).3.3.6 ScaffoldProvide employees with a safe means of access to scaffold platforms.Climbing of any scaffold braces or supports not specifically designed foraccess is prohibited. Access scaffold platforms greater than 6 m 20 feetmaximum in height by use of a scaffold stair system. Do not use verticalladders commonly provided by scaffold system manufacturers for accessingscaffold platforms greater than 6 m 20 feet maximum in height. The use ofan adequate gate is required. Ensure that employees are qualified toperform scaffold erection and dismantling. Do not use scaffold without thecapability of supporting at least four times the maximum intended load orwithout appropriate fall protection as delineated in the accepted fallprotection and prevention plan. Stationary scaffolds must be attached tostructural building components to safeguard against tipping forward orbackward. Give special care to ensure scaffold systems are not overloaded.Side brackets used to extend scaffold platforms on self-supported scaffoldsystems for the storage of material are prohibited. The first tie-in shallbe at a minimum at the height equal to 4 times the width of the smallestdimension of the scaffold base. Place work platforms on mud sills. Scaffoldor work platform erectors shall have fall protection during the erectionand dismantling of scaffolding or work platforms that are more than sixfeet. Delineate fall protection requirements when working above six feet orabove dangerous operations in the Fall Protection Program and Prevention(FP&P) Plan and Activity Hazard Analysis (AHA) for the phase of work.SECTION 01 35 29.05 20 Page 12


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR3.3.7 Fall Prevention during Design PhaseDuring design phase the Contractor shall consider and eliminate fallhazards encountered at the buildings during maintenance evolutions,whenever possible. If it is not feasible to eliminate or prevent the needto work at heights with its subsequent exposure to fall hazards, controlmeasures should be included in the design to protect personnel conductingmaintenance work after completion of the project. In addition to thedetailed requirements included in the provisions of this contract, thedesign work shall incorporate the requirements of 29 CFR 1910 Standards andANSI/ASSE Z359.0, ANSI/ASSE Z359.1, ANSI/ASSE Z359.2,ANSI/ASSE Z359.3, ANSI/ASSE Z359.4 and ANSI/ASSE A1264.1.3.4 EQUIPMENT3.4.1 Material Handling and Applicable Mechanized Equipment1. Material handling equipment such as forklifts shall not bemodified with work platform attachments for supporting employeesunless specifically delineated in the manufacturer's printedoperating instructions.2. The use of hooks on equipment for lifting of material must bein accordance with manufacturer's printed instructions.3. Operators of forklifts or power industrial trucks shall belicensed in accordance with OSHA. Proof of qualifications foroperator shall be kept on the project site and addressed as partof the AHA.4. Manufacture specifications or owners manual for the equipmentshall be on-site and reviewed for additional safety precautions orrequirements that are sometimes not identified by OSHA orUSACE EM 385-1-1. Incorporate such additional safety precautionsor requirements into the AHAs.5. Machinery & Mechanized Equipment are subject to additionalNavy proof of certification. A certification form for acceptanceby the Contracting Officer prior to being placed into use may berequired.3.4.2 Weight Handling Equipment1. The Contractor shall notify the Contracting Officer 15 daysin advance of any cranes entering the activity so that necessaryquality assurance spot checks can be coordinated. Prior to cranesentering federal activities, a Crane Access Permit must beobtained from the Contracting Officer. A copy of the permittingprocess will be provided at the Prework Conference. Contractor'soperator shall remain with the crane during the spot check.2. The Contractor shall comply with the crane manufacturer'sspecifications and limitations for erection and operation ofcranes and hoists used in support of the work. Erection shall beperformed under the supervision of a designated person (as definedin ASME B30.5). All testing shall be performed in accordance withthe manufacturer's recommended procedures.3. The Contractor shall comply with ASME B30.5 for mobile andSECTION 01 35 29.05 20 Page 13


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRlocomotive cranes, ASME 30.22 for articulating boom cranes,ASME B30.3 for construction tower cranes, and ASME B30.8 forfloating cranes and floating derricks.4. Under no circumstance shall a Contractor make a lift at orabove 90% of the cranes rated capacity in any configuration.5. When operating in the vicinity of overhead transmissionlines, operators and riggers shall be alert to this special hazardand shall follow the requirements of USACE EM 385-1-1 section 11and ASME B30.5 or ASME B30.22 as applicable.6. The Contractor shall use cribbing when performing lifts onoutriggers.7. The crane hook/block must be positioned directly over theload. Side loading of the crane is prohibited8. Certification records which include the date of inspection,signature of the person performing the inspection, and the serialnumber or other identifier of the crane that was inspected shallalways be available for review by Contracting Officer personnel.9. Written reports listing the load test procedures used alongwith any repairs or alterations performed on the crane shall beavailable for review by Contracting Officer personnel.10. Certify that all crane operators have been trained in properuse of all safety devices (e.g. anti-two block devices).11. Take steps to ensure that wind speed does not contribute toloss of control of the load during lifting operations. Prior toconducting lifting operations the contractor shall set a maximumwind speed at which a crane can be safely operated based on theequipment being used, the load being lifted, experience ofoperators and riggers, and hazards on the work site. This maximumwind speed determination shall be included as part of the activityhazard analysis plan for that operation.12. Do not use crane suspended personnel work platforms(baskets) unless the Contractor proves that using any other accessto the work location would provide a greater hazard to the workersor is impossible. Do not lift personnel with a line hoist orfriction crane.13. Inspect, maintain, and recharge portable fire extinguishersas specified in NFPA 10, Standard for Portable Fire Extinguishers.14. All employees must keep clear of loads about to be liftedand of suspended loads.15. A physical barricade must be positioned to prevent personnelfrom entering the counterweight swing (tail swing) area of thecrane.SECTION 01 35 29.05 20 Page 14


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR3.5 EXCAVATIONS3.5.1 Utility LocationsPrior to digging, the appropriate digging permit must be obtained. Inaddition to using any government that may be available and utility companylocating services the contractor must also utilize a qualified privateutility locating service company to locate all underground utilities in thework area. Extreme care must be used when excavating near direct burialelectric underground cables. Any markings made during the utilityinvestigation must be maintained throughout the contract. Refer also toinstruction contained within Section 01 14 00.05 20 WORK RESTRICTIONS FORDESIGN-BUILD.3.5.2 Utility Location VerificationThe Contractor must physically verify underground utility locations by handdigging using wood or fiberglass handled tools when any adjacentconstruction work is expected to come within three feet of the undergroundsystem. Digging within 0.061 m (2 feet) of a known utility must not beperformed by means of mechanical equipment; hand digging shall be used. Ifconstruction is parallel to an existing utility the utility shall beexposed by hand digging every 30.5 m (100 feet) if parallel within 1.5 m (5feet) of the excavation.3.5.3 Utilities Within Concrete SlabsUtilities located within concrete slabs including pier structures, bridges,and the like, are extremely difficult to identify due to reinforcing steelused in the construction of these structures. Whenever contract workinvolves concrete chipping, saw cutting, or core drilling, the existingutility location must be coordinated with station utility departments inaddition to a private locating service. Outages to isolate utility systemsshall be used in circumstances where utilities are unable to be positivelyidentified. The use of historical drawings does not alleviate thecontractor from meeting this requirement.3.5.4 Shoring SystemsTrench and shoring systems must be identified in the accepted safety planand AHA. Manufacture tabulated data and specifications or registeredengineer tabulated data for shoring or benching systems shall be readilyavailable on-site for review. Job-made shoring or shielding must have theregistered professional engineer stamp, specifications, and tabulated data.3.5.5 Trenching MachineryOperate trenching machines with digging chain drives only when thespotters/ laborers are in plain view of the operator. Provide operator andspotters/ laborers training on the hazards of the digging chain drives withemphasis on the distance that needs to be maintained when the digging chainis operating. Keep documentation of the training on file at the projectsite.3.6 ELECTRICAL3.6.1 Conduct of Electrical WorkAs delineated in USACE EM 385-1-1 electrical work is to be conducted in aSECTION 01 35 29.05 20 Page 15


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRde-energized state unless there is no alternative method for accomplishingthe work. In those cases an energized work permit shall be obtained fromthe contracting officer. The energized work permit application shall beaccompanied by the AHA and a summary of why the equipment/circuit needs tobe worked energized. Underground electrical spaces must be certified safefor entry before entering to conduct work. Cables that will be cut must bepositively identified and de-energized prior to performing each cut.Attachment of temporary grounds shall be in accordance with ASTM F855 andIEEE 1048. Perform all high voltage cable cutting remotely using hydrauliccutting tool. When racking in or live switching of circuit breakers, noadditional person other than the switch operator will be allowed in thespace during the actual operation. Plan so that work near energized partsis minimized to the fullest extent possible. Use of electrical outagesclear of any energized electrical sources is the preferred method. Whenworking in energized substations, only qualified electrical workers shallbe permitted to enter. When work requires Contractor to work nearenergized circuits as defined by the NFPA 70, high voltage personnel mustuse personal protective equipment that includes, as a minimum, electricalhard hat, safety shoes, insulating gloves and electrical arc flashprotection for personnel as required by NFPA 70E. Insulating blankets,hearing protection, and switching suits may also be required, depending onthe specific job and as delineated in the Contractor's AHA. Contractorshall ensure that each employee is familiar with and complies with theseprocedures and 29 CFR 1910.147.3.7 WORK IN CONFINED SPACESIn addition to applicable sections of USACE EM 385-1-1,OSHA 29 CFR 1910.146 and OSHA 29 CFR 1926.21(b) (6) the Contractor shallcomply with the following. Any potential for a hazard in the confinedspace requires a permit system to be used.1. Entry Procedures. Prohibit entry into a confined space bypersonnel for any purpose, including hot work, until the qualifiedperson has conducted appropriate tests to ensure the confined orenclosed space is safe for the work intended and that allpotential hazards are controlled or eliminated and documented.(See Section 06.I.06 of USACE EM 385-1-1 for entry procedures.)All hazards pertaining to the space shall be reviewed with eachemployee during review of the AHA.2. Forced air ventilation is required for all confined spaceentry operations and the minimum air exchange requirements must bemaintained to ensure exposure to any hazardous atmosphere is keptbelow its' action level regardless of classification3. Sewer wet wells require continuous atmosphere monitoring withaudible alarm for toxic gas detection in addition to continuousforced air ventilation regardless of space classification.3.8 USE OF EXPLOSIVESExplosives shall not be used or brought to the project site without priorwritten approval from the Contracting Officer. Such approval shall notrelieve the Contractor of responsibility for injury to persons or fordamage to property due to blasting operations. Storage of explosives, whenpermitted on Government property, shall be only where directed and inapproved storage facilities. These facilities shall be kept locked at alltimes except for inspection, delivery, and withdrawal of explosives.SECTION 01 35 29.05 20 Page 16


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRExplosive work shall be performed in accordance with NASA NSS 1740.12.Document is availableat::http://www.hq.nasa.gov/office/codeq/doctree/871912.htm3.9 ERGONOMICS CONSIDERATIONS DURING DESIGN PHASEFacilities, processes, job tasks, tools and materials shall be designed toreduce or eliminate work-related musculoskeletal (WMSD) injuries and riskfactors in the workplace. Designs shall ensure facility maintenance accessis designed to reduce WMSD risk factors to the lowest level possible. Inaddition to the detailed requirements included in the provisions of thiscontract, the design work shall incorporate the requirements ofMIL-STD-1472F, DOD-HDBK 743A and ANSI/HFES 100.-- End of Section --SECTION 01 35 29.05 20 Page 17


This page has intentionally been left blank


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 42 00SOURCES FOR REFERENCE PUBLICATIONSPART 1GENERAL1.1 REFERENCESVarious publications are referenced in other sections of the specificationsto establish requirements for the work. These references are identified ineach section by document number, date and title. The document number usedin the citation is the number assigned by the standards producingorganization, (e.g. ASTM B 564 Nickel Alloy Forgings). However, when thestandards producing organization has not assigned a number to a document,an identifying number has been assigned for reference purposes.1.2 ORDERING INFORMATIONThe addresses of the standards publishing organizations whose documents arereferenced in other sections of these specifications are listed below, andif the source of the publications is different from the address of thesponsoring organization, that information is also provided. Documentslisted in the specifications with numbers which were not assigned by thestandards producing organization should be ordered from the source by titlerather than by number.AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI)1819 L Street, NW, 6th FloorWashington, DC 20036Ph: 202-293-8020Fax: 202-293-9287E-mail: info@ansi.orgInternet: http://www.ansi.org/AMERICAN SOCIETY OF HEATING, REFRIGERATING AND AIR-CONDITIONINGENGINEERS (ASHRAE)1791 Tullie Circle, NEAtlanta, GA 30329Ph: 800-527-4723 or 404-636-8400Fax: 404-321-5478E-mail: ashrae@ashrae.orgInternet: http://www.ashrae.orgASME INTERNATIONAL (ASME)Three Park Avenue, M/S 10ENew York, NY 10016Ph: 212-591-7722 or 800-843-2763Fax: 212-591-7674E-mail: infocentral@asme.orgInternet: http://www.asme.orgASTM INTERNATIONAL (ASTM)100 Barr Harbor Drive, P.O. Box C700West Conshohocken, PA 19428-2959Ph: 610-832-9500Fax: 610-832-9555SECTION 01 42 00 Page 1


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRE-mail: service@astm.orgInternet: http://www.astm.orgINSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE)445 Hoes LanePiscataway, NJ 08855-1331Ph: 732-981-0060Fax: 732-981-1712E-mail: customer-services@ieee.orgInternet: http://www.ieee.orgNATIONAL FIRE PROTECTION ASSOCIATION (NFPA)1 Batterymarch ParkQuincy, MA 02169-7471Ph: 617-770-3000Fax: 617-770-0700E-mail: webmaster@nfpa.orgInternet: http://www.nfpa.orgSHEET METAL AND AIR CONDITIONING CONTRACTORS' NATIONAL ASSOCIATION(SMACNA)4201 Lafayette Center DriveChantilly, VA 20151-1209Ph: 703-803-2980Fax: 703-803-3732E-mail: info@smacna.orgInternet: http://www.smacna.orgU.S. ARMY CORPS OF ENGINEERS (USACE)Order CRD-C DOCUMENTS from:U.S. Army Engineer Waterways Experiment StationATTN: Technical Report Distribution Section, ServicesBranch, TIC3909 Halls Ferry RoadVicksburg, MS 39180-6199Ph: 601-634-2664Fax: 601-634-2388E-mail: mtc-info@erdc.usace.army.milInternet: http://www.wes.army.mil/SL/MTC/handbook.htmOrder Other Documents from:USACE Publications DepotAttn: CEHEC-IM-PD2803 52nd AvenueHyattsville, MD 20781-1102Ph: 301-394-0081Fax: 301-394-0084E-mail: pubs-army@usace.army.milInternet: http://www.usace.army.mil/publicationsor http://www.hnd.usace.army.mil/techinfo/engpubs.htmU.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA)8601 Adelphi RoadCollege Park, MD 20740-6001Ph: 866-272-6272Fax: 301-837-0483Internet: http://www.archives.govOrder documents from:SECTION 01 42 00 Page 2


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSuperintendent of DocumentsU.S.Government Printing Office (GPO)732 North Capitol Street, NWWashington, DC 20401Ph: 202-512-1800Fax: 202-512-2104E-mail: contactcenter@gpo.govInternet: http://www.gpoaccess.govWASHINGTON STATE ADMINISTRATIVE CODE (WAC)Code ReviserP.O. Box 4055Olympia, WA 98504-0551Ph: 360-782-6777Fax: 360-786-1529E-mail: Via internet address and prompt at "Title 1: CodeReviser"Internet: http://apps.leg.wa.gov/wac/-- End of Section --SECTION 01 42 00 Page 3


This page has intentionally been left blank


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 45 00.05 20DESIGN AND CONSTRUCTION QUALITY CONTROLPART 1GENERAL1.1 REFERENCESThe publications listed below form a part of this specification to theextent referenced. The publications are referred to in the text by thebasic designation only.AMERICAN SOCIETY OF HEATING, REFRIGERATING AND AIR-CONDITIONINGENGINEERS (ASHRAE)ASHRAE 52.2(2007; Interpretation 1: 2007) Method ofTesting General Ventilation Air-CleaningDevices for Removal Efficiency by <strong>Part</strong>icleSizeASTM INTERNATIONAL (ASTM)ASTM C 1077ASTM D 3666ASTM D 3740ASTM E 329ASTM E 543(LATEST) Laboratories Testing Concrete andConcrete Aggregates for Use inConstruction and Criteria for LaboratoryEvaluation(LATEST) Minimum Requirements for AgenciesTesting and Inspecting Road and PavingMaterials(LATEST) Minimum Requirements for AgenciesEngaged in the Testing and/or Inspectionof Soil and Rock as Used in EngineeringDesign and Construction(LATEST) Agencies Engaged in the Testingand/or Inspection of Materials Used inConstruction(LATEST) Agencies PerformingNondestructive TestingSHEET METAL AND AIR CONDITIONING CONTRACTORS' NATIONAL ASSOCIATION(SMACNA)SMACNA 008(2007) IAQ Guidance for Occupied BuildingsUnder Construction1.2 SUBMITTALSU.S. ARMY CORPS OF ENGINEERS (USACE)The use of a "G" following a submittal indicates that a Government approvalaction is required. Submit the following in accordance with SectionSECTION 01 45 00.05 20 Page 1


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES and Section 01 33 00.05 20CONSTRUCTION SUBMITTAL PROCEDURES.SD-01 Preconstruction SubmittalsDesign Quality Control (DQC) Manager Resume; GSubmit a DQC Manager resume within 7 calendar days of contractaward.Construction Quality Control (CQC) Manager Resume; GSubmit a CQC Manager resume within 7 days of contract award.Design Quality Control (DQC) Plan; GSubmit a DQC Plan prior to the Post Award Kickoff Meeting.Construction Quality Control (CQC) Plan; GSubmit a CQC Plan prior to start of construction.Commissioning Plan; GSubmit Commissioning Plan with each design design submittal.SD-07 CertificatesPreliminary Inspections and Final Acceptance Testing; GSD-10 Operation and Maintenance DataTraining Plan; GFor each training session submit dates, start and finish times,and locations; outline of the information to be presented; namesand qualifications of the presenters; and list of texts and othermaterials required to support training.SD-11 Closeout SubmittalsTraining Video Recording; G1.3 INFORMATION FOR THE CONTRACTING OFFICERThe Contractor shall use the current report forms provided by theContracting Officer as part of the electronic Media Package after award ofthe contract but no later than the Post Award Kickoff Meeting. The reportforms provided in the Media Package are described below. Additionalreports referenced below may be in formats customarily used by theContractor, Testing Laboratories, etc. and will contain the informationrequired by this specification. These "other reports" will also besubmitted, as attachments to the Daily Reports.Deliver the following to the Contracting Officer within 5 calendar days ofPAK meeting during Design:a. DQC Report: Submit a single electronic file (pdf) reportweekly. This report shall include copies of all meeting minutesSECTION 01 45 00.05 20 Page 2


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRof the contractor or contractor's design team that took placeduring the previous week.b. DQC Certification: as required by the paragraph entitledDesign Quality Control Report Certification.Deliver the following to the Contracting Officer during Construction:a. Contractor Quality Control (CQC) Report: Submit a singleelectronic file (pdf) report by 10:00 AM the next working dayafter each day that work is performed and for every sevenconsecutive days of no-work.b. Contractor Production Report: Submit a single electronicfile (pdf) report by 10:00 AM the next working day after each daythat work is performed and for every seven consecutive days ofno-work, attached to the CQC Report.c. Preparatory Phase Checklist: Submit the report electronicallyin the same manner as the CQC Report for each Preparatory Phaseheld.d. Initial Phase Checklist: Submit the report electronically inthe same manner as the CQC Report for each Initial Phase held.e. QC Specialist Reports: Submit the report as an electronicattachment to the CQC Report.f. Field Test Reports: Within 2 working days after the test isperformed, submit the report as an electronic attachment to theContactor Quality Control Report.g. Monthly Summary Report of Tests: Submit the report as anelectronic attachment to the Contactor Quality Control Report atthe end of each month.h. Testing Plan and Log: Submit the report as an electronicattachment to the CQC Report, at the end of each month. A copy ofthe final Testing Plan and Log shall be provided to the OMSIpreparer for inclusion into the OMSI documentation.i. Rework Items List: Submit entries to this report daily as anelectronic attachment to the Contactor Quality Control Report.j. QC Meeting Minutes: Within 2 working days after the meetingis conducted, submit the report as an electronic attachment to theContactor Quality Control Report.k. QC Certifications: As required by the paragraph entitled "QCCertifications."1.4 QC PROGRAM REQUIREMENTSEstablish and maintain a QC program as described in this section. The QCprogram consists of DQC and CQC Organizations, both under the cognizance ofthe Project Quality Control Manager, (hereafter known as the QC Manager),the DQC and QC Plan(s),Commissioning Plan, DQC and QC Plan Meeting(s), aCoordination and Mutual Understanding Meeting, DQC meetings during designand QC meetings during construction, three phases of control, submittalSECTION 01 45 00.05 20 Page 3


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRreview and approval, testing, completion inspections, QC certifications anddocumentation necessary to provide design, materials, equipment,workmanship, fabrication, construction and operations which comply with therequirements of this Contract.The QC program shall cover on-site and off-site work and shall be keyed tothe work sequence. No construction work or testing may be performed unlessthe QC Manager is on the work site.The QC Manager, DQC Manager, Project Superintendent and Project Managermust work together effectively. Although the QC Manager is the primaryindividual responsible for quality control, all individuals will be heldresponsible for the quality of work on the job.No construction work or testing may be performed unless the QC Manager ison the work site.1.4.1 Design and Construction Quality Control PlansThe Contractor shall provide a project specific Design Quality Control(DQC) Plan and Construction Quality Control (CQC) Plan, for review andapproval by the Government. The Contractor shall perform no design untilthe DQC Plan is approved and no construction until the CQC Plan is approved.Submit the DQC Plan a minimum of 7 calendar days prior to the PAK Meeting.1.4.2 DQC and CQC Plan Acceptancea. Acceptance of the Contractor's DQC Plan is required. TheContractor shall perform no design under this contract, beyondthat required for the PAK meeting, until the Contracting Officeraccepts the DQC Plan. Acceptance is conditional and will bepredicated on satisfactory performance during the design andconstruction. The Government reserves the right to require theContractor to make changes in the DQC Plan and operations,including removal of personnel, including the DQC Manager, asnecessary, to obtain the quality specified. The ContractingOfficer will notify the Contractor in writing of the acceptance ofthe DQC Plan. After acceptance, any changes proposed by theContractor are subject to the acceptance of the ContractingOfficer.b. Acceptance of the QC Plan is required. The Contractor shallperform no mobilization or construction under this contract untilthe Contracting Officer accepts the CQC Plan. The ContractingOfficer reserves the right to require changes in the QC Plan andoperations as necessary, including removal of personnel, to ensurethe specified quality of work. The Contracting Officer reservesthe right to interview any member of the QC organization at anytime in order to verify the submitted qualifications. All QCorganization personnel shall be subject to acceptance by theContracting Officer. The Contracting Officer may require theremoval of any individual for non-compliance with qualityrequirements specified in the contract.1.4.3 Commissioning PlanThe Contractor shall provide a project specific Commissioning Plan forreview and acceptance by the Government. Develop and submit theSECTION 01 45 00.05 20 Page 4


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRCommissioning Plan to define the on-site activities and roles andresponsibilities for commissioning all building systems required by theProject Program paragraph entitled, Building Commissioning. TheCommissioning Plan shall be updated as information changes during theproject. The Plan shall include all items required by the LEED-NC version2.2 and shall include the following:a. Commissioning Authority qualifications and experience.b. A description of the Commissioning Team's roles andresponsibilities as well as organizational relationships with theContractor's QC Manager, DQC Manager, and verification and testingpersonnel.c. A listing of all systems required to be commissioned.d. A description of all commissioning process activities. Includethe sequence and schedule for starting and balancing airdistribution systems to ensure construction materials, such asarchitectural finishes, are installed under the appropriateenvironmental conditions. Also address the procedure that will beused to "dry out" the structure.e. A procedures and schedule for functional performance tests of allsystems to be commissioned. The Commissioning Authority shall bepresent for all functional performance tests. Coordinate thisschedule with the QC Plan testing requirements to avoidduplication of effort.f. A procedure and schedule detailing training sessions forGovernment personnel. Training sessions are to addressmaintenance and operation of systems required to be commissioned.1.4.4 Summary Commissioning ReportThe Commissioning Authority shall provide a Summary Commissioning Reportupon completion of the performance verification items. The SummaryCommissioning Report shall include all items required by LEED-NC version2.2 and shall include the following:a. Executive Summary of the commissioning process including resultsand observations of the commissioning program.b. A history of deficiencies identified and their resolution.Indicate Outstanding issues to be resolved.c. Commissioned systems performance test results and evaluations.1.4.5 ChangesNotify the Contracting Officer, in writing, of any proposed change,including changes to the DQC Plan or changes in the QC organizationpersonnel, a minimum of 7 calendar days prior to submitting a proposedchange. Proposed changes shall be subject to acceptance by the ContractingOfficer.SECTION 01 45 00.05 20 Page 5


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.5 QC ORGANIZATION1.5.1 QC ManagerThe QC Manager shall report to an officer of the firm and shall not besubordinate to the Project Superintendent or the Project Manager.The Contracting Officer may require the QC Manager, or the DQC Manager, beremoved and replaced, if the Contracting Officer determines that either isnot performing satisfactorily.1.5.1.1 DutiesProvide a QC Manager at the work site to implement and manage the QCprogram. The QC Manager is required to perform the following duties as aminimum:a. <strong>Part</strong>icipate in the Post Award Kick-off, QC Planning, QC <strong>Part</strong>nering,Preconstruction, Design Development, and Coordination and MutualUnderstanding Meetings.b. Implement the "Three Phase of Control" plan except for those phasesof control designated to be performed by QC specialists, for each DFOW.Submit respective checklists to the Contracting Officer the nextbusiness day.c. Ensure that no construction begins before the Designer of Record(DOR) has finalized the design for that segment of work, andconstruction submittals are approved as required.d. Inspect all work and rework to ensure its compliance with contractrequirements. Maintain a rework log.e. Immediately stop any segment of work, which does not comply with thecontract and plans and specifications, and direct the removal andreplacement of any defective work.f. Remove any individual from the site who fails to perform their workin a skillful, safe and workmanlike manner or whose work does notcomply with the contract plans and specifications.g. Prepare daily QC Reports and submit by 10:00 AM the next working day.h. Ensure that Contractor Production Reports are prepared and submitteddaily.i. Hold weekly QC meetings with the DQC, DOR (or representative),Superintendent and the Contracting Officer; subcontractor participationshall be suitable for the phase of work. Prepare and submit minutes ofthese meetings before the end of the next work day.j. Ensure that design and construction submittals are reviewed andapproved, as required by the contract, prior to allowing material onsite and work to proceed with these items. Maintain a submittal log.k. Update As-built drawings daily, maintaining up-to-date set on site.l. Maintain a testing plan and log. Ensure that all testing isperformed in accordance with the contract. Review all test reports andSECTION 01 45 00.05 20 Page 6


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRnotify the Contracting Officer of all deficiencies, along with aproposal for corrective action.m. Maintain rework log on site, noting dates deficiency identified,and date corrected.n. Certify and sign statement on each invoice that all work to be paidunder the invoice has been completed in accordance with contractrequirements.o. Perform Punch-out and Pre-final Inspections. <strong>Part</strong>icipate in FinalInspections. Submit list of deficiencies to the Contracting Officerfor each inspection. Correct all deficiencies prior to the Finalinspection. Notify Contracting Officer prior to final inspection toestablish a schedule date acceptable by the Contracting Officer.p. Ensure that all required keys, operation and maintenance manuals,warranty certificates, and the As-built drawings are correct andcomplete, in accordance with the contract, and submitted to theContracting Officer.q. Confirm that all applicable tests, special inspections, andobservations required by the contract are performed.r. Coordinate all factory and on-site testing, Testing Laboratorypersonnel, QC Specialists, and any other inspection and testingpersonnel required by this Contract.s. Notify the Contracting Officer of any proposed changes to the QC orDQC Plans.t. Retain a copy of approved submittals at project site, includingContractor's copy of approved samples. Maintain an accurate andup-to-date submittal register.u. Update the Performance Assessment Plan as described in the UFGSsection 01 31 19.05 20, Post Award Meetings and discuss monthly at a QCmeeting.v. Ensure that the Safety Officer inspections are performed anddocumented. Attend weekly Toolbox Safety Meetings.1.5.1.2 QualificationsAn individual with a minimum of 5 years combined experience in thefollowing positions: Project Superintendent, QC Manager or Project Manageron similar size and type construction contracts which included the majortrades that are part of this Contract. The individual must have at leasttwo years experience as a QC Manager.A graduate of a four year accredited college or university program in oneof the following disciplines: Engineering, Architecture, ConstructionManagement, Engineering Technology, Building Construction, or BuildingScience, with a minimum of 5 years experience as a Project Superintendent,QC Manager, Project Manager or Construction Manager on similar size andtype construction contracts which included the major trades that are partof this Contract. The individual must have at least two years experienceas a QC Manager.SECTION 01 45 00.05 20 Page 7


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.5.1.3 Construction Quality Management TrainingIn addition to the above experience and education requirements, the QCManager must have completed the course entitled "Construction QualityManagement (CQM) for Contractors." If the QC Manager does not have acurrent certification, they must obtain the CQM for Contractors coursecertification within 90 days of award. This course is periodically offeredby the Naval Facilities Engineering Command and the Army Corps of Engineers.1.5.1.4 CQC Manager ResumeWithin 7 calendar days of contract award, submit for approval theConstruction Quality Control (CQC) Manager Resume. Include copies of anytraining certificates applicable to the work.1.5.2 Design Quality Control (DQC) ManagerThe DQC Manager shall be a member of the QC organization, shall coordinateactions with the QC Manager, and shall not be subordinate to the ProjectSuperintendent or the Project Manager.1.5.2.1 DQC Manager DutiesProvide a DQC Manager as key person for the design, who is subordinate tothe QC Manager, and is responsible for;a. Be responsible for the design integrity, professional designstandards, and all engineering and design services required.b. Be a member of the Designer of Record's (DOR) firm.c. Be responsible for development of the design portion of the QC Plan,incorporation and maintenance of the approved Design Schedule, and thepreparation of DQC Reports and minutes of all design meetings.d. <strong>Part</strong>icipate in the Post Award Kick-Off, all design planningmeetings, design presentations, partnering, and QC meetings.e. Implement the DQC plan and shall remain on staff involved with theproject until completion of the project.f. Be cognizant of and assure that all design documents on the projecthave been developed in accordance with the Contract, and have beenproperly coordinated.g. Develop the submittal register. Coordinate with each DOR todetermine what items need to be submitted, and who needs to approve.h. Coordinate all training issues and validate that the testing andtraining requirements of this contract are accomplished.i. Provide DQC certification for design compliance.j. Certify and sign statement on each invoice that all work to be paidto the DOR under the invoice has been completed in accordance with thecontract requirements.k. Prepare weekly DQC Reports that documents the work the design teamaccomplished that week. Submit a single electronic file (pdf) reportSECTION 01 45 00.05 20 Page 8


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRweekly. This report shall include copies of all meeting minutes of thecontractor or contractor's design team that took place during theprevious week. Certify each DQC report as required by the paragraphentitled "Design Quality Control Report Certification.k. Ensure the UFC requirements checklist has been developed by each DORdiscipline for thier portion of the design effort. Verify checklistsshall be submitted with the design deliverables1.5.2.2 DQC Manager QualificationsThe DQC Manager shall have the following minimum qualifications:a. A minimum of 5 years experience as a design Architect or Engineeron similar size and type designs /or design-build contracts. Provideeducation, experience, and management capabilities on similar size andtype contracts.b. Be a registered professional engineer or architect with an activeregistration in the State where the project is located. Provide proofof registration as part of the resume submittal package.1.5.2.3 DQC Manger ResumeWithin 7 calendar days of contract award, submit for approval the DesignQuality Control (DQC) Manager Resume. Include copies of any training orlicensing certificates applicable to the work.1.5.3 Submittal Reviewer Duties and QualificationsProvide a Submittal Reviewer, other than the QC Manager or CA, qualified inthe disciplines being reviewed, to review and certify that the submittalsmeet the requirements of this Contract prior to certification or approvalby the QC Manager.Each submittal must be reviewed by an individual with 10 years ofconstruction experience.1.6 QUALITY CONTROL (QC) PLANThe Quality Control Plan shall consist of a Design Quality Control (DQC)Plan and a Construction Quality Control (CQC) Plan as described below.1.6.1 Design Quality Control (DQC) PlanThe Contractor's Designer of Record's organization shall provide andmaintain a DQC Plan as an effective quality control program which willassure that all design services required by this contract are performed andprovided in a manner that meets professional architectural and engineeringquality standards. As a minimum, competent, independent professionalreviewers identified in the DQC Plan shall technically review alldocuments. The Contractor shall correct errors and deficiencies in thedesign documents, identified by the DQC's review efforts, prior tosubmitting them to the Government.1.6.1.1 RequirementsProvide, for acceptance by the Contracting Officer, a DQC plan submittedelectronically in *.pdf format with bookmarks and in a 3-ring binder tabbedSECTION 01 45 00.05 20 Page 9


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRwith pages numbered sequentially that includes the following:a. A table of contents listing the major sections identified withtabs in the following order:I. DQC ORGANIZATIONII. NAMES AND QUALIFICATIONSIII. DUTIES, RESPONSIBILITY AND AUTHORITY OF DQC PERSONNELIV. DESIGN ORGANIZATIONSV. APPOINTMENT LETTERSVI. DESIGN SUBMITTAL REVIEW PROCEDURESVII. CONSTRUCTION SUBMITTAL REVIEW PROCEDURESVIII. LIST OF DESIGN DELIVERABLESIX. DOCUMENTATION PROCEDURES AND STATUS REPORTSXII. SPECIAL INSPECTIONSXIII. LIFE SAFETY REQUIREMENTSb. A chart showing the DQC organizational structure.c. Name and qualifications, in resume format, along with duties,responsibilities and authority of the DQC Manager as specified inthis specification.d. Design Organizations such as the prime A/E and any consultingengineering firms or individual professionals assigned to thisProject Design Team. Provide the names and professionalaffiliation of all the Design Team members assigned this Project.e. A letter signed by an officer of the Design Build (DB) firm (thathas this contract) appointing the DQC Manager and Alternate DQCManager and stating that they are responsible for implementing andmanaging the DQC Program as described in this contract. Includein this letter the responsibility of the DQC Manager to implementand manage the Design portion of this DB contract and theirauthority to change the design or direction of design, which maynot be in compliance with the <strong>RFP</strong>. Also state that the DQCManager shall report to the QC Manager as required.f. Provide a description of the management and controls processproposed for reviewing, approving and managing design submittals.Provide the name(s) of the person(s) in the DQC organizationauthorized to review and certify submittals prior to approval.Provide the initial submittal of the Submittal Register asspecified in Section 01 33 00.05 20 CONSTRUCTION SUBMITTALPROCEDURES and Section 01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES.g. As a minimum the list of design deliverables shall include but notbe limited to those identified in the <strong>RFP</strong>.h. Indicate Documentation Procedures including weekly DQC Reports tothe QC Manager. Maintain current and complete records of designactivities, providing a weekly design status report to the QCManager.i. A plan for implementing the applicable requirements of theInternational Building Code (IBC), Chapter 17 "Structural Testsand Special Inspections." As a part of the plan, a statement ofSpecial Inspections shall be prepared by the Designer of Record(DOR) describing a complete list of materials and work requiringSECTION 01 45 00.05 20 Page 10


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRspecial inspections, the inspections to be performed and anyapplicable quality assurance plans and structural observations.The plan will include a listing of the individuals, approvedagencies or firms that will be retained for conducting therequired special inspections accompanied by a description ofindividual inspector's experience and a copy of all requiredcertifications. Structural tests and special inspections, asoutlined in Chapter 17 of the IBC, shall be conducted byindividuals and agents that are under the direct supervision of aRegistered Design Professional (RDP) and meet the requirements ofASTM E 329.j. A plan for assuring the proper design, construction, installationof all life safety and fire protection features across alldisciplines and trades. Examples of life safety and fireprotection features include, but are not limited to, waterdistribution systems including fire pumps and fire hydrants, fireresistive assemblies such as fire rated walls/partitions andspray-applied fire proofing of structural components, fire alarmand detection systems, fire suppression and standpipe systems,means of egress components, emergency and exit lighting fixtures.As a part of the plan, a statement of Special Inspections shall beprepared by the Fire Protection Engineer Designer of Record (DOR)describing a complete list of materials and work requiring specialinspections, the inspections to be performed and any applicablequality assurance plans and fire protection observations. Theplan will include a listing of the individuals, approved agenciesor firms that will be retained for conducting the required specialinspections accompanied by a description of individual inspector'sexperience and a copy of all required certifications.1.6.2 Construction Quality Control (QC) Plan1.6.2.1 RequirementsProvide, for acceptance by the Contracting Officer, a Construction QC plansubmitted electronically in *.pdf format with bookmarks and in a 3-ringbinder tabbed with pages numbered sequentially that covers both on-site andoff-site work and includes the following:a. A table of contents listing the major sections identified withtabs in the following order:I. QC ORGANIZATIONII. NAMES AND QUALIFICATIONSIII. DUTIES, RESPONSIBILITY AND AUTHORITY OF QC PERSONNELIV. OUTSIDE ORGANIZATIONSV. APPOINTMENT LETTERSVI. SUBMITTAL PROCEDURES AND INITIAL SUBMITTAL REGISTERVII. TESTING LABORATORY INFORMATIONVIII. TESTING PLAN AND LOGIX. PROCEDURES TO COMPLETE REWORK ITEMSX. DOCUMENTATION PROCEDURESXI. LIST OF DEFINABLE FEATURESXII. PROCEDURES FOR PERFORMING THE THREE PHASES OF CONTROLXIII. PERSONNEL MATRIXb. QC ORGANIZATION: A chart showing the QC organizational structure.SECTION 01 45 00.05 20 Page 11


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRc. NAMES AND QUALIFICATIONS: Names and qualifications, in resumeformat, for each person in the QC organization. Include the CQMfor Contractors course certifications for the QC Manager andAlternate QC Manager as required by the paragraphs entitled"Construction Quality Management Training" and "Alternate QCManager Duties and Qualifications".d. DUTIES, RESPONSIBILITY AND AUTHORITY OF QC PERSONNEL: Duties,responsibilities, and authorities of each person in the QCorganization.d. OUTSIDE ORGANIZATIONS: A listing of outside organizations, suchas architectural and consulting engineering firms, that will beemployed by the Contractor and a description of the services thesefirms will provide.e. APPOINTMENT LETTERS: Letters signed by an officer of the firmappointing the QC Manager and Alternate QC Manager and statingthat they are responsible for implementing and managing the QCprogram as described in this Contract. Include in this letter theresponsibility of the QC Manager and Alternate QC Manager toimplement and manage the three phases of control, and theirauthority to stop work which is not in compliance with theContract. Letters of direction are to be issued by the QC Managerto all other QC Specialists outlining their duties, authorities,and responsibilities. Include copies of the letters in the QCPlan.f. SUBMITTAL PROCEDURES AND INITIAL SUBMITTAL REGISTER: Proceduresfor reviewing, approving, and managing submittals. Provide thename(s) of the person(s) in the QC organization authorized toreview and certify submittals prior to approval. Provide theinitial submittal of the Submittal Register as specified inSection 01 33 00.05 20 CONSTRUCTION SUBMITTAL PROCEDURES andSection 01 33 00.10 20 DESIGN SUBMITTAL PROCEDURES .g. TESTING LABORATORY INFORMATION: Testing laboratory informationrequired by the paragraphs entitled "Accreditation Requirements",as applicable.h. TESTING PLAN AND LOG: A Testing Plan and Log that includes thetests required, referenced by the specification paragraph numberrequiring the test, the frequency, and the person responsible foreach test. Use Government forms to log and track tests.i. PROCEDURES TO COMPLETE REWORK ITEMS: Procedures to identify,record, track, and complete rework items. Use Government forms torecord and track rework items.j. DOCUMENTATION PROCEDURES: Use Government form.k. LIST OF DEFINABLE FEATURES: A Definable Feature of Work (DFOW) isa task that is separate and distinct from other tasks and hascontrol requirements and work crews unique to that task. A DFOWis identified by different trades or disciplines and is an item oractivity on the construction schedule. Include in the list ofDFOWs, but not be limited to, all critical path activities on theNAS. Include all activities for which this specification requiresSECTION 01 45 00.05 20 Page 12


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRQC Specialists or specialty inspection personnel. Provideseparate DFOWs in the Network Analysis Schedule for each designdevelopment stage and submittal package.l. PROCEDURES FOR PERFORMING THE THREE PHASES OF CONTROL: Identifyprocedures used to ensure the three phases of control to managethe quality on this project. For each DFOW, a Preparatory andInitial phase checklist will be filled out during the Preparatoryand Initial phase meetings. Conduct the Preparatory and InitialPhases and meetings with a view towards obtaining qualityconstruction by planning ahead and identifying potential problemsfor each DFOW.m. PERSONNEL MATRIX: A personnel matrix showing for each section ofthe specification who will review and approve submittals, who willperform and document the three phases of control, and who willperform and document the testing.n. PROCEDURES FOR COMPLETION INSPECTION: Not Applicableo. TRAINING PROCEDURES AND TRAINING LOG: Not Applicablep. ORGANIZATION AND PERSONNEL CERTIFICATIONS LOG: Procedures forcoordinating, tracking and documenting all certifications onsubcontractors, testing laboratories, suppliers, personnel, etc.QC Manager will ensure that certifications are current,appropriate for the work being performed, and will not lapseduring any period of the contract that the work is being performed.1.7 MEETINGS1.7.1 DQC Plan MeetingPrior to start of design and DQC Plan development as identified in the <strong>RFP</strong>,the DQC Manager and their design A/E team along with the QC Manager shallmeet with the Contracting Officer to discuss the DQC Plan and its schedulerequirements of this contract. The purpose of this meeting is to develop amutual understanding of the DQC Plan requirements prior to plan submission.1.7.2 QC Plan MeetingPrior to start of the development and submission of the QC Plan, The QCManager shall meet with the Contracting Officer to discuss the QC planrequirements of this Contract. The purpose of this meeting is to develop amutual understanding of the Construction QC plan requirements prior to plandevelopment and submission and to agree on the Contractor's preliminarylist of definable features of work (DFOW's). The purpose is also for thegovernment to emphasize the importance of a developed QC Plan, includingdocumentation, administration for on-site and off-site work, andcoordination of the contractor's management, production and QC personnel.At this meeting the government will walk the QC Manager through the"Coordination and Mutual Understanding Meeting (CHUM) Presentation"PowerPoint template. This PowerPoint presentation is required to bepresented by the QC Manager (edited for project specific presentation) atthe upcoming CMUM. Contractor personnel required to attend shall beidentified by the QC Manager and the company officer to whom the QC Managerreports.This meeting shall be repeated whenever a new QC Manager is appointed.SECTION 01 45 00.05 20 Page 13


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.7.3 Coordination and Mutual Understanding MeetingAfter submission and approval of the QC Plan, and prior to the start ofconstruction, the QC Manager shall be required to present, in detail, theCoordination and Mutual Understanding Meeting for the CQC Plan to theConstruction Quality Control organization based upon the presentationtemplate provided by the Contracting Officer. The Contracting Officershall be invited to attend this meeting. The purpose of this meeting isfor the QC Manager to develop coordination and mutual understanding of theQC program details, including documentation, administration for on-site andoff-site work, and the coordination of the Contractor's management,production and QC personnel. The QC Manager shall be required to presentan edited, project specific, PowerPoint presentation explaining in detail,how the three phases of control shall be implemented for Definable FeaturesOf Work (DFOW). Major emphasis shall be placed on all required QCspecialists. Minutes of the meeting shall be prepared by the QC Managerand signed by the Contractor, the A&E and the Contracting Officer. A copyof the signed minutes shall be provided to all attendees by the QC managerwithin 5 calendar days with a copy included in the CQC Plan.This meeting shall be repeated whenever a new QC Manager is appointed.Provide a room acceptable to the Contracting Officer for this meeting. Theroom shall be equipped with VCR and monitor equipment, overhead projectorfor PowerPoint presentation by the QC Manager and write-on charts. Submitfor Contracting Officer approval the location, date and agenda for thismeeting.1.7.3.1 PurposeThe purpose of this meeting is to develop a mutual understanding of the QCdetails, including documentation, administration for on-site and off-sitework, design intent, coordination of activities to be performed, and thecoordination of the Contractor's management, production, and QC personnel.At the meeting, the Contractor will be required to explain in detail howthree phases of control will be implemented for each DFOW.1.7.3.2 Coordination of ActivitiesCoordinate activities included in various sections to assure efficient andorderly installation of each component. Coordinate operations includedunder different sections that are dependent on each other for properinstallation and operation. Schedule construction operations withconsideration for indoor air quality as specified in the IAQ ManagementPlan. Coordinate pre-functional tests and startup testing with Cx.1.7.3.3 AttendeesAs a minimum, the Contractor's personnel required to attend include anofficer of the firm, the Project Manager, Project Superintendent, QCManager, Alternate QC Manager, Assistant QC Manager, QC Specialists, A/E,CA, Environmental Manager, and subcontractor representatives. Eachsubcontractor who will be assigned QC responsibilities shall have aprincipal of the firm at the meeting. Minutes of the meeting will beprepared by the QC Manager and signed by the Contractor, the A/E and theContracting Officer. Provide a copy of the signed minutes to all attendeesand shall be included in the QC Plan.SECTION 01 45 00.05 20 Page 14


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.7.4 DQC MeetingsAfter the start of design, the DQC Manager shall conduct at a minimum,weekly meetings with the design team. The QC Manager shall participate inall meetings and the Contracting Officer will be given the opportunity toparticipate. The DQC Manager shall prepare the minutes of these meetingsproviding: progress and status of the design, UFC checklists, scheduleperformance with details and correction periods, provide all forwardplanning ideas to keep design on schedule, provide update on any changes tothe schedule. A copy of the meeting minutes will be provided to theContracting Officer within 2 work days following each meeting. The QCManger will attend all of these meetings and the Contracting Officer willbe given the opportunity to attend. Notification to the ContractingOfficer of all DQC meetings will be given 2 work days in advance. As aminimum, the following shall be accomplished at each meeting:a. Review the minutes of the previous meeting;b. Review the schedule and the status of work:c. Update the schedule showing actual start/finish dates, newactivities, new relationships, remaining durations and establishnew planned dates;d. Review the work to be accomplished in the next 4 weeks anddocumentation required;e. Assist in resolving Request for Information issues; andf. Address items that may require revising the DQC or QC Plan.g. Schedule follow-on meetings.1.7.5 QC MeetingsAfter the start of construction, conduct weekly QC meetings by the QCManager at the work site with the Project Superintendent, SSHO, QCSpecialists, the CA and the foremen who are performing the work of theDFOWs. The QC Manager is to prepare the minutes of the meeting and providea copy to the Contracting Officer within 2 calendar days after the meeting.The Contracting Officer may attend these meetings. As a minimum,accomplish the following at each meeting:a. Review the minutes of the previous meeting and request approval,or approve as corrected. If corrections to minutes are made atthe time when those minutes are originally submitted for approval,such corrections are made in the text of the minutes beingapproved. The minutes of the meeting at which the corrections aremade should indicate that the minutes were approved "ascorrected." A copy of corrected minutes shall be provided to theContracting Officer.;b. Review the schedule and the status of work and rework.1) Work or testing accomplished since last meeting2) Rework items identified since last meeting3) Rework items completed since last meetingSECTION 01 45 00.05 20 Page 15


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRc. Review the status of submittals.1) Submittals reviewed and approved since last meeting2) Submittals required in the near future.d. Review the work to be accomplished in the next three weeks anddocumentation required.1) Establish completion dates for rework items2) Update the schedule showing planned and actual dates of thepreparatory, initial and follow-up phases, including testing andany other inspection required by this contract3) Discuss construction methods and the approach that will beused to provide quality construction by planning ahead andidentifying potential problems for each definable feature of work4) Discuss status of off-site work or testing5) Documentation required;6) Discuss upcoming Activity Hazard Analyses.e. Resolve QC and production problems (RFI, etc.).f. Address items that may require revising the QC Plan.1) Changes in QC organization personnel2) Changes in procedures.g. Review Accident Prevention Plan (APP).h. Review environmental requirements and procedures.i. Review Waste Management Plan.j. Review Indoor Air Quality Management Plan.k. Review Environmental Management Plan.l. Review the status of training completion.m. Review Commissioning Plan and progress.n. In conjunction with the receipt of the 3-Week Look Ahead Schedule,a coordination meeting will be held each week on-site during theQC Meeting to discuss the work schedule.1) The meeting shall identify actions necessary to provideadherence to the 3-Week Look Ahead Schedule and the overallnetwork for the project. The Contractor will take meetingminutes. All meeting minute entries will be keyed to scheduleactivity number(s) being addressed. Within one day of themeeting, the Contractor will provide a draft copy of the meetingminutes to the Contracting Officer for review and comment. FinalSECTION 01 45 00.05 20 Page 16


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRcopies of the minutes containing the comments provided by theContracting Officer will be issued within 3 days of the meeting.2) Show all project activities that will occur during thecurrent and following three-week interval. Additionally, criticalpath activities shall be clearly identified on the 3-Week LookAhead Schedule. The schedule will be a bar chart type scheduleprepared by the Contractor in sufficient detail to define the workto be accomplished during the current and next three-weekinterval. The bar charts shall be formatted to allow colorreproduction on 11 by 14 sheets.3) Consideration of commissioning activities/tests, ManufacturerRepresentatives/Engineers/Technicians, materials, crews, andequipment shall be addressed to ascertain their respectiveavailability.1.8 SUBMITTAL REVIEW AND APPROVALProcedures for submission, review and approval of submittals are describedin Section 01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES and Section01 33 00.05 20 CONSTRUCTION SUBMITTAL PROCEDURES.1.9 TESTINGExcept as stated otherwise in the specification sections, perform samplingand testing required under this Contract.1.9.1 Accreditation RequirementsConstruction materials testing laboratories must be accredited by alaboratory accreditation authority and will be required to submit a copy ofthe Certificate of Accreditation and Scope of Accreditation. Thelaboratory's scope of accreditation must include the appropriate standards( ASTM E 329, ASTM C 1077, ASTM D 3666, ASTM D 3740, ASTM E 543) listed inthe technical sections of the specifications. Laboratories engaged inHazardous Materials Testing shall meet the requirements of OSHA and EPA.The policy applies to the specific laboratory performing the actualtesting, not just the Corporate Office.1.9.2 Laboratory Accreditation AuthoritiesLaboratory Accreditation Authorities include the National VoluntaryLaboratory Accreditation Program (NVLAP) administered by the NationalInstitute of Standards and Technology athttp://ts.nist.gov/ts/htdocs/210/214/214.htm , the American Association ofState Highway and Transportation Officials (AASHTO) program athttp://www.transportation.org/aashto/home.nsf/frontpage , InternationalAccreditation Services, Inc. (IAS) at http://www.iasonline.org, U. S. ArmyCorps of Engineers Materials Testing Center (MTC)athttp://www.wes.army.mil/SL/MTC/, the American Association for LaboratoryAccreditation (A2LA) program at http://www.a2la.org/, the WashingtonAssociation of Building Officials (WABO) at http://www.wabo.org/ (Approvalauthority for WABO is limited to projects within Washington State), and theWashington Area Council of Engineering Laboratories (WACEL) athttp://www.wacel.org/labaccred.html (Approval authority by WACEL is limitedto projects within Facilities Engineering Command (FEC) Washingtongeographical area).SECTION 01 45 00.05 20 Page 17


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.9.3 Capability CheckThe Contracting Officer retains the right to check laboratory equipment inthe proposed laboratory and the laboratory technician's testing procedures,techniques, and other items pertinent to testing, for compliance with thestandards set forth in this Contract.1.9.4 Test ResultsCite applicable Contract requirements, tests or analytical procedures used.Provide actual results and include a statement that the item tested oranalyzed conforms or fails to conform to specified requirements. If theitem fails to conform, notify the Contracting Officer immediately.Conspicuously stamp the cover sheet for each report in large red letters"CONFORMS" or "DOES NOT CONFORM" to the specification requirements,whichever is applicable. Test results must be signed by a testinglaboratory representative authorized to sign certified test reports.Furnish the signed reports, certifications, and other documentation to theContracting Officer via the QC Manager. Furnish a summary report of fieldtests at the end of each month, per the paragraph entitled "INFORMATION FORTHE CONTRACTING OFFICER".1.9.5 Test Reports and Monthly Summary Report of TestsScan and electronically furnish the signed reports, certifications, and asummary report of field tests at the end of each month to the ContractingOfficer. Attach a copy of the summary report to the last daily ContractorQuality Control Report of each month. Provide a copy of the signed testreports and certifications to the OMSI preparer for inclusion into the OMSIdocumentation.1.10 QC CERTIFICATIONS1.10.1 DQC Report CertificationThe DQC Manager will provide QC certification for design compliance. EachDQC Report shall contain the following statement: "On behalf of theContractor, I certify that this report is complete and correct and thedesign team is accomplishing this design in compliance with the <strong>RFP</strong> to thebest of my knowledge, except as noted in this report."1.10.2 CQC Report CertificationContain the following statement within the CQC Report: "On behalf of theContractor, I certify that this report is complete and correct andequipment and material used and work performed during this reporting periodis in compliance with the contract drawings and specifications to the bestof my knowledge, except as noted in this report."1.10.3 Invoice CertificationFurnish a certificate to the Contracting Officer with each payment request,signed by the QC Manager, attesting that design drawings and/or as-builtdrawings are current, coordinated and attesting that the work for whichpayment is requested, including design submittals, construction, and storedmaterial, is in compliance with Contract requirements.SECTION 01 45 00.05 20 Page 18


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.10.4 Completion CertificationUpon completion of work under this Contract, the QC Manager shall furnish acertificate to the Contracting Officer attesting that "the work has beencompleted, inspected, tested and is in compliance with the Contract."Provide a copy of this final QC Certification for completion to the OMSIpreparer for inclusion into the OMSI documentation.1.11 COMPLETION INSPECTIONS1.11.1 Punch-Out InspectionNear the completion of all work or any increment thereof, established by acompletion time stated in the Contract Clause entitled "Commencement,Prosecution, and Completion of Work," or stated elsewhere in thespecifications, the QC Manager and the CA must conduct an inspection of thework and develop a "punch list" of items which do not conform to theapproved drawings, specifications and Contract. Include in the punch listany remaining items on the "Rework Items List", which were not correctedprior to the Punch-Out Inspection. Include within the punch list theestimated date by which the deficiencies will be corrected. Provide a copyof the punch list to the Contracting Officer. The QC Manager, or staff,must make follow-on inspections to ascertain that all deficiencies havebeen corrected. Once all dificiencies have been corrected, notify theGovernment that the facility is ready for the Government "Pre-FinalInspection".1.11.2 Pre-Final InspectionThe Government and QC Manager will perform this inspection to verify thatthe facility is complete and ready to be occupied. The QC specialists, theDQC Manager or DOR, the superintendent or other primary contractormanagement personnel will be in attendance at this inspection. AGovernment "Pre-Final Punch List" shall be developed by the CQ Manager as aresult of this inspection. The QC Manager will ensure that all items onthis list are corrected prior to notifying the Government that a "Final"inspection with the Client can be scheduled.1.11.3 Final Acceptance InspectionNotify the Contracting Officer, by serial letter, at least 14 calendar daysprior to the date a final acceptance inspection can be held. The finalacceptance inspection will be scheduled by the Contracting Officer basedupon results of the "Pre-Final Inspection". Failure of the Contractor tohave all contract work complete and pre-final deficiencies corrected forthis inspection will be cause for the Contracting Officer to cancel theinspection and bill the Contractor for the Government's additionalinspection cost in accordance with the Contract Clause entitled "Inspectionof Construction." The Contractor must be represented by the QC Manager,the Project Superintendent, the CA, and others deemed necessary. Attendeesfor the Government will include the Contracting Officer, other FEADpersonnel, and personnel representing the Client. Approved O&M manuals andone set of Record drawings shall be submitted to the Government prior toholding a final inspection.1.12 TRAININGThe DQC Manager shall provide a comprehensive project-specific Governmentpersonnel training program for the systems of the facility specified in theSECTION 01 45 00.05 20 Page 19


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRtechnical specifications of this Contract. The core of this training willbe based on manufacturer's recommendations and the O&M documetation of thisContract. Training shall include classroom discussion as well as hands onmaintenance, replacement of typical components and repair type maintenancetraining for parts typically replaced or repaired in the field, such as:1. Direct Digital Controls/Space Temperature ControlsProvide each trainee in the course a written training course outline.Submit outline for approval at least 90 calendar days prior to trainingsession. Provide to the Contracting Officer two copies of the trainingvideo recording in DVD format. The recording shall capture, in video andaudio, all instructors training presentations including question and answerperiods with the trainees.1.12.1 Training PlanSubmit a written training plan to the Contracting Officer and CA for reviewand approval prior to training. Coordinated and scheduled the trainingwith the Contracting Officer and CA. Include within the plan the followingelements:a. Equipment included in training.b. Intended audience.c. Location of training.d. Objectives.e. Subjects covered including description.f. Duration of training on each subject.g. Methods (classroom lecture, video, site walk-through, actualoperational demonstrations, written handouts, etc.).h. Instructor and instructor qualifications for each subject.1.12.2 ContentStress and enhance the importance of system interactions, troubleshooting,and long-term preventative maintenance and operation. The core of thistraining will be based on manufacturer's recommendations and the operationand maintenance information provided as a part of this Contract. A reviewof environmentally-related aspects of the Operation and Maintenance Manualsshall be included. The course shall provide a detailed presentation ofinformation from the operation and maintenance manuals provided underSection 01 78 23 OPERATION AND MAINTENANCE DATA. Include the following foreach commissioned system:a. Design intent.b. Use of O&M Manuals.c. Review of control drawings and schematics.d. Start-up, normal operation, shutdown, unoccupied operation,seasonal changeover, manual operation, controls set-up andSECTION 01 45 00.05 20 Page 20


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRprogramming, troubleshooting, and alarms.e. Interactions with other systems.f. Adjustments and optimizing methods for energy conservation.g. Relevant health and safety issues.h. Special maintenance and replacement sources.i. Tenant interaction issues.j. Discussion of how the feature or system is environmentallyresponsive.1.12.3 Training OutlineThe CA is responsible for overseeing and approving the content and adequacyof the training. The CA must interview the Government facilities managerand Contracting Officer to determine the special needs and areas wheretraining will be most valuable. The Contracting Officer and CA must decidehow rigorous the training should be for each piece of equipment. The CA isto communicate the results to the QC Manager, who will provide each traineein the course a written course outline, listing the major and minor topicsto be discussed by the instructor on each day of the course.1.12.4 Video RecordingProvide to the Contracting Officer two copies of the training course in DVDvideo recording format, and add one copy to the O&M manual data. Capturewithin the recording, in video and audio, all instructors' trainingpresentations including question and answer periods with the trainees.Videotaping of the training sessions shall be provided by the Contractor.1.12.5 Unresolved Questions From TraineesIf, at the end of the training course, there are questions from traineesthat remain unresolved, the instructor will send the answers, in writing,to the Contracting Officer for transmittal to the trainees, and thetraining video should be modified to include the appropriate clarifications.1.12.6 Validation of Training CompletionDevelop criteria for determining that the training was satisfactorilycompleted, including attending some of the training, and upon fulfillmentof the criteria, validate training completion. The CA will then recommendapproval of the training to the Contracting Officer using a standard formand the CA and Contracting Officer will sign the approval form. Providecompleted and signed validation of training forms as provided in the QCPlan for all training sessions accomplished. Provide two copies of thesigned training validation forms to the Contracting Officer and one copy tothe OMSI preparer for inclusion into the OMSI documentation.1.13 DOCUMENTATIONMaintain current and complete records of on-site and off-site QC programoperations and activities. The forms and submittal requirements areidentified under the paragraph "INFORMATION FOR THE CONTRACTING OFFICER".Reports are required for each day work is performed. Account for eachSECTION 01 45 00.05 20 Page 21


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRcalendar day throughout the life of the Contract. Every space on the formsmust be filled in. Use N/A if nothing can be reported in one of thespaces. The reporting of work must be identified by terminology consistentwith the construction schedule. In the "remarks" sections of the reports,enter pertinent information including directions received, problemsencountered during construction, work progress and delays, conflicts orerrors in the drawings or specifications, field changes, safety hazardsencountered, instructions given and corrective actions taken, delaysencountered and a record of visitors to the work site, quality controlproblem areas, deviations from the QC Plan, construction deficienciesencountered, meetings held. For each entry in the report(s), identify theSchedule Activity No. that is associated with the entered remark.1.13.1 DQC DocumentationDQC Documentation is required in this contract. The DQC Manager willprovide DQC Reports on a weekly monthly basis. Include in this report theminutes and status of all design meetings and schedule related activities.1.13.2 Contractor Production ReportContractor Production Reports are to be prepared, signed and dated by theproject superintendent and shall contain the following information:a. Date of report, report number, name of contractor, Contractnumber, title and location of Contract and superintendent present.b. Weather conditions in the morning and in the afternoon includingmaximum and minimum temperatures.c. Identify work performed by corresponding Schedule Activity No.,PC#, Modification No., etc.d. A list of Contractor and subcontractor personnel on the work site,their trades, employer, work location, description of workperformed, hours worked by trade, daily total work hours on worksite this date (incl hours on continuation sheets), and total workhours from start of construction.e. A list of job safety actions taken and safety inspectionsconducted. Indicate that safety requirements have been metincluding the results on the following:1) Was a job safety meeting held this date? (If YES, attach acopy of the meeting minutes.)2) Were there any lost time accidents this date? (If YES, attacha copy of the completed OSHA report.)3) Was crane/manlift/trenching/scaffold/hv electrical/highwork/hazmat work done? (If YES, attach a statement or checklistshowing inspection performed.)4) Was hazardous material/waste released into the environment?(If YES, attach a description of incident and proposed action.)f. Identify Schedule Activity No. related to safety action and listsafety actions taken today and safety inspections conducted.SECTION 01 45 00.05 20 Page 22


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRg. Identify Schedule Activity No., Submittal # and listequipment/material received each day that is incorporated into thejob.h. Identify Schedule Activity No., Owner and list construction andplant equipment on the work site including the number of hoursused.i. Include a "remarks" section in this report which will containpertinent information including directions received, problemsencountered during construction, work progress and delays,conflicts or errors in the drawings or specifications, fieldchanges, safety hazards encountered, instructions given andcorrective actions taken, delays encountered and a record ofvisitors to the work site. For each remark given, identify theSchedule Activity No. that is associated with the remark.1.13.2.1 Contractor Production Report (Continuation Sheet)Additional space required to contain daily information on the ContractorProduction Report will be placed on its Continuation Sheet(s). Anunlimited number of Continuation Sheets may be added as necessary andattached to the Production Report.1.13.3 Contractor Quality Control ReportContractor Quality Control Reports are to be prepared, signed and dated bythe Project QC Manager and shall contain the following information:a. Date of report, report number, Contract Number, and Contract Title.b. Indicate if Preparatory Phase work was performed today (Yes/Nocheckboxes).c. If Preparatory Phase work was performed today (including on-siteand off-site work), identify its Schedule Activity No. andDefinable Feature of Work. The Index # is a cross reference tothe Preparatory Phase Checklist. An example of the Index # is:0025-P01, where "0025" is the Contractor Quality Control ReportNumber, "P" indicates Preparatory Phase, and "01" is thePreparatory Phase Checklist number(s) for this date. Each entryin this section must be accompanied with a correspondingPreparatory Phase Checklist.d. Indicate if Initial Phase work was performed today (Yes/Nocheckboxes).e. If Initial Phase work was performed today (including on-site andoff-site work), identify its Schedule Activity No. and DefinableFeature of Work. The Index # is a cross reference to the InitialPhase Checklist. An example of the Index # is: 0025-I01, where"0025" is the Contractor Quality Control Report Number, "I"indicates Initial Phase, and "01" is the Initial Phase Checklistnumber(s) for this date. Each entry in this section must beaccompanied with a corresponding Initial Phase Checklist.f. Results of the Follow-up Phase inspections held today (includingon-site and off-site work), including Schedule Activity No., thelocation of the definable feature of work, Specification Sections,SECTION 01 45 00.05 20 Page 23


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRetc. Indicate in the report for this definable feature of workthat the work complies with the Contract as approved in theInitial Phase, work complies with safety requirements, and thatrequired testing has been performed and include a list of whoperformed the tests.g. List the rework items identified, but not corrected by close ofbusiness; along with its associated Schedule Activity Number.h. List the rework items corrected from the rework items list alongwith the corrective action taken and its associated ScheduleActivity Number.i. Include a "remarks" section in this report which will containpertinent information including directions received, qualitycontrol problem areas, deviations from the QC plan, constructiondeficiencies encountered, QC meetings held, acknowledgement thatas-built drawings have been updated, corrective direction given bythe QC Organization and corrective action taken by the Contractor.For each remark given, identify the Schedule Activity No. that isassociated with the remark.j. Contractor Quality Control Report certification, signature anddate.1.13.3.1 Contractor Quality Control Report (Continuation Sheet)Additional space required to contain daily information on the ContractorQuality Control Report will be placed on its Continuation Sheet(s). Anunlimited number of Continuation Sheets may be added as necessary andattached to the Contractor Quality Control Report.1.13.4 Preparatory Phase ChecklistEach Definable Feature of Work that is in the Preparatory Phase shall havethis checklist filled out for it. The checklist shall be identified byterminology consistent with the construction schedule. The form andsubmittal requirements for this checklist are identified under theparagraph "INFORMATION FOR THE CONTRACTING OFFICER". Include in thischecklist the following;a. Specification Section, date of report, and Contract number shallbe filled out. Duplicate this information in the header of thesecond page of the report.b. Definable Feature of Work, Schedule Activity No. and Index # entryand format will match entry in the Preparatory Phase section ofthe Contractor Quality Control Report.c. Personnel Present: Indicate the number of hours of advance noticethat was given to the Government Representative and indicate(Yes/No checkboxes) whether or not the Government Rep wasnotified. Indicate the Names of Preparatory Phase Meetingattendees, their position and company/government they are with.d. Submittals: Indicate if submittals have been approved (Yes/Nocheckboxes), if no indicate what has not been submitted. Arematerials on hand (Yes/No checkboxes) and if not, what items aremissing. Check delivered material/equipment against approvedSECTION 01 45 00.05 20 Page 24


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRsubmittals and comment as required.e. Material Storage: Indicate if materials/equipment is storedproperly (Yes/No checkboxes) and if not, what action is/was taken.f. Specifications: Review and comment on Specification Paragraphsthat describe the material/equipment, procedure for accomplishingthe work and clarify any differences.g. Preliminary Work & Permits: Ensure preliminary work is inaccordance with the contract documents and necessary permits areon file, if not, describe the action taken.h. Testing: Identify who performs tests, the frequency, and wheretests are to occur. Review the testing plan, reportabnormalities, and if the test facilities have been approved.i. Safety: Indicate if the activity hazard analysis has beenapproved (Yes/No checkboxes) and comment on the review of theapplicable portions of the EM 385-1-1.j. Meeting Comments: Note comments and remarks during thePreparatory Phase Meeting that was not addressed in previoussections of this checklist.k. Other Items or Remarks: Note any other remarks or items that werea result of the Preparatory Phase.l. QC Manager will sign and date the checklist.1.13.5 Initial Phase ChecklistEach Definable Feature of Work that is in the Initial Phase shall have thischecklist filled out for it. The checklist shall be identified byterminology consistent with the construction schedule. The form andsubmittal requirements for this checklist are identified under theparagraph "INFORMATION FOR THE CONTRACTING OFFICER". Include in thischecklist the following;a. Specification Section, date of report, and Contract number shallbe entered.b. Definable Feature of Work, Schedule Activity No. and Index # entryand format will match entry in the Initial Phase section of theContractor Quality Control Report.c. Personnel Present: Indicate the number of hours of advance noticethat was given to the Government Representative and indicate(Yes/No checkboxes) whether or not the Government Rep wasnotified. Indicate the Names of Initial Phase Meeting attendees,their position and company/government they are with.d. Procedure Compliance: Comment on compliance with proceduresidentified at Preparatory Phase of Control and assurance that workis in accordance with plans, specifications and submittals.e. Preliminary Work: Ensure preliminary work being placed is incompliance and if not, what action is/was taken.SECTION 01 45 00.05 20 Page 25


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRf. Workmanship: Identify where initial work is located; if a samplepanel is required (Yes/No checkboxes); is the initial work thesample (Yes/No checkboxes); and if Yes, describe the panellocation and precautions taken to preserve the sample.g. Resolution: Comment on any differences and the resolutionsreached.h. Check Safety: Comment on the safety review of the job conditions.i. Other: Note any other remarks or items that were a result of theInitial Phase.j. QC Manager will sign and date the checklist.1.13.6 Quality Control ValidationEstablish and maintain the following in a series of three ring binders.Binders shall be divided and tabbed as shown below. These binders must bereadily available to the Contracting Officer during all business hours.a. All completed Preparatory and Initial Phase Checklists, arrangedby specification section.b. All milestone inspections, arranged by Activity Number.c. An up-to-date copy of the Testing Plan and Log with supportingfield test reports, arranged by specification section.d. Copies of all contract modifications, arranged in numerical order.Also include documentation that modified work was accomplished.e. An up-to-date copy of the Rework Items List.f. Maintain up-to-date copies of all punch lists issued by the QCstaff to the Contractor and Sub-Contractors and all punch lists.g. Commissioning documentation including Cx checklists, schedules,tests, and reports.1.13.7 Reports from the QC Specialist(s)Reports are required for each day that work is performed in their area ofresponsibility. QC Specialist reports shall include the same documentationrequirements as the CQC Report for their area of responsibility. QCSpecialist reports are to be prepared, signed and dated by the QCSpecialists and shall be attached to the CQC Report prepared for the sameday.1.13.8 Testing Plan and LogAs tests are performed, the CA and the QC Manager will record on the"Testing Plan and Log" the date the test was performed and the date thetest results were forwarded to the Contracting Officer. Attach a copy ofthe updated "Testing Plan and Log" to the last daily CQC Report of eachmonth, per the paragraph "INFORMATION FOR THE CONTRACTING OFFICER".Provide a copy of the final "Testing Plan and Log" to the OMSI preparer forinclusion into the OMSI documentation.SECTION 01 45 00.05 20 Page 26


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.13.9 Rework Items ListThe QC Manager must maintain a list of work that does not comply with theContract, identifying what items need to be reworked, the date the item wasoriginally discovered, the date the item will be corrected by, and the datethe item was corrected. There is no requirement to report a rework itemthat is corrected the same day it is discovered. Attach a copy of the"Rework Items List" to the last daily CQC Report of each month. TheContractor is responsible for including those items identified by theContracting Officer.1.13.10 As-Built DrawingsThe QC Manager is required to ensure the as-built drawings are kept currenton a daily basis and marked to show deviations which have been made fromthe Contract drawings. Ensure each deviation has been identified with theappropriate modifying documentation (e.g. PC No., Modification No., Requestfor Information No., etc.). The QC Manager or QC Specialist assigned to anarea of responsibility must initial each revision. Upon completion ofwork, the QC Manager will furnish a certificate attesting to the accuracyof the as-built drawings prior to submission to the Contracting Officer.1.14 NOTIFICATION ON NON-COMPLIANCEThe Contracting Officer will notify the Contractor of any detectednon-compliance with the Contract. Take immediate corrective action afterreceipt of such notice. Such notice, when delivered to the Contractor atthe work site, shall be deemed sufficient for the purpose of notification.If the Contractor fails or refuses to comply promptly, the ContractingOfficer may issue an order stopping all or part of the work untilsatisfactory corrective action has been taken. No part of the time lostdue to such stop orders will be made the subject of claim for extension oftime for excess costs or damages by the Contractor.1.15 CONSTRUCTION INDOOR AIR QUALITY (IAQ) MANAGEMENT PLANSubmit an IAQ Management Plan within 15 days after notice to proceed andnot less than 10 days before the preconstruction meeting. Revise andresubmit Plan as required by the Contracting Officer. Make copies of thefinal plan available to all workers on site. Include provisions in thePlan to meet the requirements specified below and to ensure safe, healthyair for construction workers and building occupants.1.15.1 Requirements During ConstructionProvide for evaluation of indoor Carbon Dioxide concentrations inaccordance with ASTM D 6245. Provide for evaluation of volatile organiccompounds (VOCs) in indoor air in accordance with ASTM D 6345. Use filterswith a Minimum Efficiency Reporting Value (MERV) of 8 in permanentlyinstalled air handlers during construction.1.15.1.1 Control MeasuresMeet or exceed the requirements of SMACNA 008, Chapter 3, to help minimizecontamination of the building from construction activities. The fiverequirements of this manual which must be adhered to are described below:a. HVAC protection: Isolate return side of HVAC system fromSECTION 01 45 00.05 20 Page 27


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRsurrounding environment to prevent construction dust and debrisfrom entering the duct work and spaces.b. Source control: Use low emitting paints and other finishes,sealants, adhesives, and other materials as specified. Whenavailable, cleaning products shall have a low VOC content and benon-toxic to minimize building contamination. Utilize cleaningtechniques that minimize dust generation. Cycle equipment offwhen not needed. Prohibit idling motor vehicles where emissionscould be drawn into building. Designate receiving/storage areasfor incoming material that minimize IAQ impacts.c. Pathway interruption: When pollutants are generated usestrategies such as 100 percent outside air ventilation or erectionof physical barriers between work and non-work areas to preventcontamination.d. Housekeeping: Clean frequently to remove construction dust anddebris. Promptly clean up spills. Remove accumulated water andkeep work areas dry to discourage the growth of mold and bacteria.Take extra measures when hazardous materials are involved.e. Scheduling: Control the sequence of construction to minimize theabsorption of VOCs by other building materials.1.15.1.2 Moisture Contaminationa. Remove accumulated water and keep work dry.b. Use dehumidification to remove moist, humid air from a work area.c. Do not use combustion heaters or generators inside thebuilding.d. Protect porous materials from exposure to moisture.e. Remove and replace items which remain damp for more than a fewhours.1.15.2 Requirements after ConstructionAfter construction ends and prior to occupancy, conduct a buildingflush-out or test the indoor air contaminant levels. Flush-out must be aminimum two-weeks with MERV-13 filtration media as determined by ASHRAE 52.2at 100 percent outside air, or in accordance with LEED Reference Guide.Air contamination testing must be consistent with EPA's current Compendiumof Methods for the Determination of Air Pollutants in Indoor Air, and withthe LEED Reference Guide. After building flush-out or testing and prior tooccupancy, replace filtration media. Filtration media must have a MERV of13 as determined by ASHRAE 52.2. ]PART 2PRODUCTSNot UsedPART 3EXECUTIONNot Used -- End of Section --SECTION 01 45 00.05 20 Page 28


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 57 19.00 24TEMPORARY ENVIRONMENTAL CONTROLS, NBK BANGORPART 1GENERAL1.1 REFERENCESThe publications listed below form a part of this specification to theextent referenced. The publications are referred to within the text by thebasic designation only.U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA)29 CFR 1910 Occupational Safety and Health Standards29 CFR 1926 Safety and Health Regulations forConstruction33 CFR 330 ARMY Corp of Engineers Nationwide PermitProgram Regulations40 CFR 60 Standards of Performance for NewStationary Sources40 CFR 63 National Emission Standards for HazardousAir Polutants40 CFR 82 Protection of Stratospheric Ozone;Refrigerant Recycling40 CFR 112 Oil Pollution Prevention40 CFR 261 Identification and Listing of HazardousWaste40 CFR 262 Generators of Hazardous Waste40 CFR 263 Transporters of Hazardous Waste40 CFR 264 Owners and Operators of Hazardous WasteTreatment, Storage, and Disposal Facilities40 CFR 355.50 Appendix A - List of Extremely HazardousSubstances and Their Threshold PlanningQuantities49 CFR 172 Hazardous Materials, Tables, and HazardousMaterials Communications Regulations49 CFR 178 Shipping Container SpecificationSECTION 01 57 19.00 24 Page 1


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRCOMMAND NAVY REGION NW INSTRUCTION (COMNAVREGNWINST)NAVAL BASE KITSAP INSTRUCTION (NAVBASEKITSAPINST)5090.3 (Series) Hazardous and Industrial Waste ManagementPlanU.S. DEPARTMENT OF THE NAVYWASHINGTON STATE ADMINISTRATIVE CODE (WAC)WAC-173-303WAC-173-350Washington Dangerous Waste RegulationsSolid Waste Handling Standards1.2 CONTRACTOR LIABILITIES FOR ENVIRONMENTAL PROTECTIONFederal law requires Government installations to comply with environmentalprotection laws including but not limited to, the Clean Water Act (CWA),Clean Air Act (CAA), Resource Conservation and Recovery Act (RCRA), andamendments to these acts including the Federal Facilities Compliance Act(FFCA). During the course of the work, the Contractor shall comply withall Federal, State, and local regulations which pertain to the environmentand natural resources. In addition to compliance with the laws andregulations of the political entities, the Contractor shall also complywith the base regulations where the project is located. The FederalEnvironmental Protection Agency (EPA) has granted inspection andenforcement authority to State and local Governments who may impose finesand penalties for violations of these laws.The station is subject to Federal, State, and local inspections to reviewcompliance with environmental protection laws. A multi-media inspection byan EPA agency may include questioning of Contractor personnel who areworking with or have contact with hazardous materials and waste.Contractors shall provide Environmental Training Certificates to theContracting Officer which demonstrates that Contractor employees havesuccessfully completed all training required by Federal, State, and localregulations which are applicable to this contract.Upon receipt of a Notice of Violations (NOV), the Contractor will be heldliable for damages due to his error or omission.1.3 DEFINITIONS1.3.1 Class I and II Ozone Depleting Substance (ODS)Class I and II ODS are defined in Section 602(a) of The Clean Air Act andincludes the following chemicals:chlorofluorocarbon-11 (CFC-11)chlorofluorocarbon-12 (CFC-12)chlorofluorocarbon-13 (CFC-13)chlorofluorocarbon-111 (CFC-111)chlorofluorocarbon-112 (CFC-112)chlorofluorocarbon-113 (CFC-113)chlorofluorocarbon-114 (CFC-114)chlorofluorocarbon-115 (CFC-115)chlorofluorocarbon-211 (CFC-211)chlorofluorocarbon-212 (CFC-212)SECTION 01 57 19.00 24 Page 2


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRchlorofluorocarbon-213 (CFC-213)chlorofluorocarbon-214 (CFC-214)chlorofluorocarbon-215 (CFC-215)chlorofluorocarbon-216 (CFC-216)chlorofluorocarbon-217 (CFC-217)chlorofluorocarbon-500 (CFC-500)chlorofluorocarbon-502 (CFC-502)chlorofluorocarbon-503 (CFC-503)halon-1211halon-1301halon-2402carbon tetrachloridemethyl bromidemethyl chloroformClass II ODS is defined in Section 602(s) of The Clean Air Act and includesthe following chemicals:hydrochlorofluorocarbon-21 (HCFC-21)hydrochlorofluorocarbon-22 (HCFC-22)hydrochlorofluorocarbon-31 (HCFC-31)hydrochlorofluorocarbon-121 (HCFC-121)hydrochlorofluorocarbon-122 (HCFC-122)hydrochlorofluorocarbon-123 (HCFC-123)hydrochlorofluorocarbon-124 (HCFC-124)hydrochlorofluorocarbon-131 (HCFC-131)hydrochlorofluorocarbon-132 (HCFC-132)hydrochlorofluorocarbon-133 (HCFC-133)hydrochlorofluorocarbon-141 (HCFC-141)hydrochlorofluorocarbon-142 (HCFC-142)hydrochlorofluorocarbon-221 (HCFC-221)hydrochlorofluorocarbon-222 (HCFC-222)hydrochlorofluorocarbon-223 (HCFC-223)hydrochlorofluorocarbon-224 (HCFC-224)hydrochlorofluorocarbon-225 (HCFC-225)hydrochlorofluorocarbon-226 (HCFC-226)hydrochlorofluorocarbon-231 (HCFC-231)hydrochlorofluorocarbon-232 (HCFC-232)hydrochlorofluorocarbon-233 (HCFC-233)hydrochlorofluorocarbon-234 (HCFC-234)hydrochlorofluorocarbon-235 (HCFC-235)hydrochlorofluorocarbon-241 (HCFC-241)hydrochlorofluorocarbon-242 (HCFC-242)hydrochlorofluorocarbon-243 (HCFC-243)hydrochlorofluorocarbon-244 (HCFC-244)hydrochlorofluorocarbon-251 (HCFC-251)hydrochlorofluorocarbon-252 (HCFC-252)hydrochlorofluorocarbon-253 (HCFC-253)hydrochlorofluorocarbon-261 (HCFC-261)hydrochlorofluorocarbon-262 (HCFC-262)hydrochlorofluorocarbon-271 (HCFC-271)1.3.2 Dangerous Waste (DW)Materials which have no further use and exhibit characteristics ofignitability, corrosiveness, reactivity, toxicity, or regulated substancesas defined in 40 CFR 261, WAC-173-303, or as defined by any otherapplicable federal, state, and local regulations.SECTION 01 57 19.00 24 Page 3


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.3.3 Demolition and Construction DebrisWastes resulting from the demolition, razing, or construction of buildings,roads and other man-made structures. Demolition and construction debris mayinclude rock, solidified concrete, brick, masonry, plastic pipe, glass,asphalt, non-asbestos floor tile, soil, and gravel. Demolition andconstruction debris shall be designated by the Government according toTable 3.5, Estimated Waste Designation Table.1.3.4 Encountered WasteMaterial that is of government origin which becomes a waste duringconstruction at or on government property. This term includes bothforeseen and unforeseen government wastes discovered at the worksite.Known encountered wastes are designated by the Government on Table 3.5,Estimated Waste Designation Table found at the end of this section.1.3.5 GarbageAny solid vegetable or animal matter which will decay rapidly. Garbageshall be well wrapped.1.3.6 Contractor Generated WasteMaterial that is Contractor origin, that is brought on site by theContractor, and becomes a waste during construction at or on Governmentproperty.1.3.7 Hazardous Material (HM)Any substance or material which because of its quantity, concentration, orphysical, chemical, or infectious characteristics may pose a hazard tohuman health or the environment. As a minimum, includes all materialregulated by Title 49 CFR 172, or Title 29 CFR 1910. HM at NBK Bangor, mayalso be termed a Regulated Substance.1.3.8 Industrial WasteWastes not meeting the definitions of dangerous waste, sewage or refuse.Typically waste by-products regulated by environmental regulations.1.3.9 Material Safety Data Sheet (MSDS)Information sheet provided by manufacturers of hazardous materials.Information includes hazard identification, hazardous chemical names, andsafety procedures.1.3.10 RefuseIncludes garbage, rubbish, trash, some soils, and demolition andconstruction debris. Waste from construction, demolition and otherexisting conditions may be designated by the Government as refuse. Whendesignated refuse, the Government has determined the waste not to beEncountered waste.1.3.11 Regulated Substance (RS)Any waste or material regulated by local, state or federal environmentalregulations.SECTION 01 57 19.00 24 Page 4


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.3.12 RubbishItems which may include paper, boxes, crockery, metal, lumber and bones.1.3.13 SedimentSoil and other debris that have eroded and have been transported by wateror wind.1.3.14 SewageLiquid wastes designated by the Government as domestic sanitary sewage andnormally discharged through domestic sanitary sewage systems. Includeshuman body wastes, and waste water from sinks, showers, laundries,dishwashers, and garbage disposals that includes only those chemicalsapproved by the Government for discharge into the sanitary sewer.1.3.15 SoilUnconsolidated materials that is free from any refuse or encountered waste(i.e. shall contain no waste in soil) normally found on or near the surfaceof the earth including, but not limited to, silts, clays, sands, gravel,and small rocks. Whenever possible, clean soil shall be reused on theproject site.1.3.16 StormwaterWater deposited on a site by precipitation and water flowing through thesite from upland drainage.1.3.17 NAVFAC NW NBK PWD Environmental Office PRB 4.1Responsible for hazardous material, waste management and environmentalrequirements of NAVFAC NW, NBK Kitsap, Bangor Facilities Engineering andAcquisition Division.1.3.18 TrashGarbage which does not readily become soluble in water , contains no liquidand does not meet any of the other definitions listed.1.3.19 Waste Information Specification (WIS)The central recording and permitting document for all wastes and hazardousmaterials disposal transactions, it includes directions for handling,disposal, and transportation, and contains authorizing and certifyingsignatures. BANGOR Form 11350/3. A sample form is included at the end ofthis section.1.3.20 WasteAnything at the project site that no longer has an intended legal use.1.4 SUBMITTALSThe use of a "G" following a submittal indicates that a Government approvalaction is required. Submit the following in accordance with SectionSECTION 01 57 19.00 24 Page 5


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES and Section 01 33 00.05 20CONSTRUCTION SUBMITTAL PROCEDURES.SD-01 Preconstruction SubmittalsHazardous Material Control Plan; GWaste Management Plan; GEnvironmental Protection Plan; GPreconstruction Survey Report; GNotice of IntentSD-06 Test ReportsProvide copies to the Contracting Officer and NAVFAC NW NBK PWDEnvironmental Office PRB 41.Refuse and Recycle Quantity Form; GOperation and Maintenance Records; GRefrigerant Work Checklist; GNotice of Completion (PSCAA)1.5 HAZARDOUS MATERIAL CONTROL PLANContractor (including subcontractors) use of Hazardous Materials (HM) onthe Bangor Complex, shall be per 29 CFR 1910.29, 29 CFR 1926, andCOMNAVREGNWINST 5090.6 (Series). All Contractors including subcontractorsshall submit a Hazardous Material Control Plan to NAVFAC NW NBK PWDEnvironmental Office PRB 41 via the Contracting Officer. This plan must besubmitted and approved by NAVFAC NW NBK PWD Environmental Office PRB 41before work starts and shall contain the following:a. Submit current hard copy, Materials Safety Data Sheet (MSDS) foreach HM to be used.b. Submit estimated quantities of each HM to be used.c. Submit process for how each HM will be usedd. Ensure that copies of MSDS's shall be on the project site wherework is being performed and be made available upon request.e. Submit a certified statement that none of the following excludedmaterials are to be used:Products prohibited by the Government, which will not be approvedfor use, include but are not limited to, leads, chromiums,mercury, phenols, trichloroethylene, chlorofluorocarbons, halons,PCBs, asbestos, silica sand (for use as blasting agent), Class Iand II ODS as defined and identified herein, radioactive materialsor instruments capable of producing ionizing radiation, andchemicals listed in 40 CFR 355.50 Appendix A. This prohibitionshall be considered to prevail over any other provision,SECTION 01 57 19.00 24 Page 6


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRspecification, drawings, or referenced documents. Exceptions tothe use of any of the above excluded materials may be consideredby the Contracting Officer upon written request by the Contractorand NAVFAC NW NBK PWD Environmental Office PRB 41 approval.1.6 ENVIRONMENTAL PROTECTION PLANProvide and maintain, during the life of the contract, environmentalprotection as defined. Plan for and provide environmental protectivemeasures to control pollution that develops during normal constructionpractice. Plan for and provide environmental protective measures requiredto correct conditions that develop during construction of permanent ortemporary environmental features associated with the project. The planshall describe how these measures are going to be accomplished by theContractor.The plan shall include the identification of any air pollution generatingequipment or processes that may require the Contractor to obtain a Noticeof Construction and Order of Approval from PSCAA per PSCAA Regulation.Identify any planned air pollution generating processes and controlmeasures (including but not limited to spray painting, abrasive blasting,demolition, and material handling) as well as the installation ormaintenance of any equipment containing Class I or II ODS.Identify the make, model, manufacture date, size and brake horsepower forportable (skid or trailer mounted and stationary) internal combustionengines. For all portable and stationary internal combustion engines (nonmotor vehicles), the plan must address compliance with 40 CFR 60 (SubpartIIII) and 40 CFR 63 (Subpart ZZZZ). Identify the make, model, and size ofall fuel burning devices to be installed.Comply with federal, state, and local regulations pertaining to theenvironment, including but not limited to water, air, and noise pollution.1.6.1 Environmental Protection Plan MeetingPrior to start of work, the Contractor shall request and attend a meetingwith the Contracting Officer & NAVFAC NW NBK PWD Environmental Office PRB 41representatives to discuss the proposed environmental protection plan andto develop mutual understanding relative to the details of environmentalprotection, including measures for protecting natural resources, requiredreports, and other measures to be taken.1.6.2 Environmental Protection Plan ReviewWithin 30 calendar days after the Contract award date, submit the proposedEnvironmental Protection Plan for further discussion, review, andapproval. Commencement of work will not begin until the environmentalprotection plan has been approved.1.6.3 Commencement of the WorkAs directed by the Contracting Officer, following approval.1.7 WASTE MANAGEMENT PLANProvide a Waste Management Plan to NAVFAC NW NBK PWD Environmental OfficePRB 41 via the Contracting Officer which states how the Contractor willSECTION 01 57 19.00 24 Page 7


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRmanage wastes in a legal manner. This plan shall be submitted and approvedby NAVFAC NW NBK PWD Environmental Office PRB 41 prior to the generation ofany waste and shall contain the following:a. Completed WIS's for each waste shall be submitted to NAVFAC NW NBKPWD Environmental Office PRB 41 for designation by the Government.The Contractor personnel submitting the WIS must have alreadyreceived NBK Waste Originator training and Certification. NBKWaste Originator Certification is obtained by attending the 4 hourNBK Waste Originator Class and passing the Originator Test givenat the end of the class. Contact the Contracting Officer fordates and times for the Originator Class.NOTE: All hazardous materials to be used on the project must be approvedby NAVFAC NW NBK PWD Environmental Office PRB 41 (via the HazardousMaterial Control Plan) before WIS's can be submitted; and all WIS's must becompleted and designated by NAVFAC NW NBK PWD Environmental Office PRB 41before the remaining sections of the Waste Plan can be approved.b. Specify disposal and turn-in procedures for all waste. Indicatehow all waste designated by the Government shall be disposed perWIS instructions.c. For Refuse: Specify name, site location, and refuse permits ofpermitted disposal facility to which the Contractor shalltransport and dispose (clearly state how asbestos waste refusewill be handled). Specify procedures for providing NAVFAC NW NBKPWD Environmental Office PRB 41 with refuse waste quantities,dates and certifications of disposal on the Refuse and RecycleQuantity Form.d. For Dangerous and Industrial Encountered Waste: Specify howdangerous and industrial encountered waste shall be packaged andturned over to the Government per WIS instructions for disposal bythe Government.e. Contractor Generated Waste: Specify how the Contractor shallhandle and dispose all Contractor Generated Waste. Specify howthe Contractor shall avoid the generation of Contractor GeneratedDangerous or Industrial Waste by removing excess hazardousmaterial (HM) off government property for future use by theContractor.f. For Waste to be Recycled by the Contractor: Specify name,facility address, phone number and recycle permits andcertifications of Recycle Facility and how waste is to berecycled. Include a statement specifying intended use of therecycled products. Specify procedures for providing NAVFAC NW NBKPWD Environmental Office PRB 41 with recycle quantities, dates andcertifications of recycling on the Refuse and Recycle QuantityForm.g. Specify how the Contractor shall handle spills.h. NBK Waste Originator training certification.NOTE: If additional wastes are generated, or if changes occur to wastesalready designated on a WIS, or there are new wastes of any kind after thisplan is approved, the contractor shall submit new or updated WIS's, inSECTION 01 57 19.00 24 Page 8


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRaccordance with paragraph entitled "Waste Disposal", for designation byNAVFAC NW NBK PWD Environmental Office PRB 41 prior to disposal of wastes.1.8 UNFORESEEN REGULATED SUBSTANCEIf material that is not indicated on the drawings is encountered that maybe dangerous to human health or the environment upon disturbance duringconstruction operations, stop that portion of work and follow the spillresponse procedures in the paragraph entitled "Spill Response Procedures".Intent is to identify substances such as petroleum, PCBs, lead paint, andfriable and nonfriable asbestos. Within 14 calendar days the Governmentwill determine if the material is hazardous. If the material is nothazardous or poses no danger, the Government will direct the Contractor toproceed without change. If the material is hazardous and handling of thematerial is necessary to accomplish the work, the Government will issue amodification pursuant to "FAR 52.243 4, Changes", and "FAR 52.236 2,Differing site Conditions".1.9 STATION PERMITS1.9.1 Regulatory NotificationsThe Contractor is responsible for all regulatory notification requirementsin accordance with Federal, State and local regulations. The contractorshall prepare and forward the applicable regulatory notifications to theContracting Officer for Government approval. Following approval, theGovernment shall submit to the applicable regulatory agency. The Contractoris responsible for associated fees. The Contractor shall submit allregulatory notification paperwork to the Contracting Officer for submittaland approval prior to commencement of work activities. Typically,regulatory notifications must be provided for the following (this listingis not all inclusive): demolition, renovation, NPDES defined site work, andUST installation, removal, closure, or change in service).PART 2PRODUCTSNot used.PART 3EXECUTIONThe following execution requirements and constraints shall be consideredand addressed in the contractor's environmental protection plan.3.1 PROTECTION OF NATURAL RESOURCESPreserve the natural resources within the project boundaries and outsidethe limits of permanent work. Restore to an equivalent or improvedcondition upon completion of work. Confine construction activities towithin the limits of the work indicated or specified. Conform to thepermitting requirements of 33 CFR 330. The Contractor is required to fullycomply with all Federal, State, and local environmental laws andregulations. All environmental permits must be obtained prior tocommencement of work required by this contract. Copies of the permits oradditional requirements as identified by the permitting agencies may beobtained from the Contracting Officer. Unless permitted or exempted byother applicable provisions, nothing may be discharged to the land, water,or air without the expressed written consent of NAVFAC NW NBK PWDEnvironmental Office PRB 41.SECTION 01 57 19.00 24 Page 9


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRLimit the footprint of construction activities to encompass the minimumarea necessary to achieve project objectives. Construction operationsshall remain within the defined project boundaries. Project boundariescannot change without Environmental Division review.3.1.1 Land Resources Including Forest Products3.1.1.1 Temporary ConstructionRemove all traces of temporary construction facilities such as haul roads,work areas, structures, foundations of temporary structures, stockpiles ofexcess or waste materials, and all other signs of construction. Restorearea to its original condition or better.3.1.2 Water ResourcesPerform all work in such a manner that there are no adverse environmentalimpacts on water resources. The waters of Hood Canal are class AA(pristine waters) under the Washington State classification system.Absolutely no contaminants, including construction materials and sedimentsare allowed to enter the Hood Canal. Streams on the NBK Bangor eitherenter Hood Canal or support anadromous fish. These streams shall betreated with the same care as Hood Canal. Surround all Contractor ownedtemporary petroleum, or liquid chemical storage tanks with a temporaryimpermeable berm of sufficient size and strength to contain 110 percent ofthe contents of the tanks in the event of content leakage or spillage and a25 year storm. Conduct fueling and lubricating of equipment and motorvehicles in a manner that affords the maximum protection against spills andevaporation. Fully comply with all requirements in 40 CFR 112.3.2 SPILL PREVENTION/RESPONSEContractors including subcontractors shall ensure all employees arefamiliar and understand spill prevention, spill event and the properresponse for each type of event.3.2.1 Spill PreventionCare shall be exercised at all times to prevent Oil and HazardousSubstances (OHS) from entering the air, ground, and water. OHS shall betransported and stored in approved, non-leaking containers. All containersshall be sealed, and stored in approved lockers and facilities when not inuse. Use of preventative measures/engineering controls required tominimize the potential of a spill event shall be implemented. Oil in anyform must be stored and transfered in accordance with 40 CFR 112.3.2.2 Spill EventA spill is any unpermitted or uncontrolled release of oil or a hazardoussubstance (OHS) into the air, ground or water. This includes any spilling,leaking, pumping, emitting, discharging, injecting, escaping, leaching,disposing, or dumping of a liquid or solid OHS. Emergency Spill Event, andNon-emergency Spill Event are defined as follows:a. Emergency Spill Event:1. Is an immediate threat to human health or the environment, or2. Is a material not known to the person discovering the spill, orSECTION 01 57 19.00 24 Page 10


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR3. Has the immediate potential to enter or has entered a drain,waterway, air or migrate off the Bangor Complex, or4. Requires assistance from the Government for clean-up; or5. Is more than 10 gallons.b. Non-Emergency Spill Event:1. A non-emergency spill event is anything not specified as anemergency spill event.3.2.3 Spill Response Proceduresa. Emergency Spill Event:In the event of an Emergency Spill Event, the Contractor includingsubcontractors shall immediately notify the Regional DispatchCenter at (360) 396-4444. Isolate the spill area, and stay upwind. If you know the hazards of the spilled material, maintain asafe distance, try to stop the spill or contain the spill toprevent it from entering the ground, drains, or waterways.Attempt initial spill containment only if it can be done withoutendangering the safety and health of yourself or of others.b. Non-Emergency Spill Event:In the event of a Non-Emergency Spill, the Contractor shall stopthe source of the spill, contain the spilled material and keep itaway from the ground, drains, or waterways. Drains near the spillshall be blocked off if there is a chance the spill will reachthem. The Contractor, including subcontractors, is solelyresponsible for the safety and health of their employees whileresponding to and cleaning up the spill. All wastes originated bythe contractors, including subcontractors, response and clean-upof the spill shall be disposed of per the waste section found inthis specification.3.3 HISTORICAL AND ARCHAEOLOGICAL RESOURCESCarefully protect in-place and report immediately to the ContractingOfficer historical and archaeological items or human skeletal remainsdiscovered in the course of work. Stop work in the immediate area of thediscovery until directed by the Contracting Officer to resume work. Thegovernment retains ownership and control over historical and archaeologicalresources.3.4 HAZARDOUS MATERIALSContractors including subcontractors, use of Hazardous Materials (HM) shallbe in accordance with 29 CFR 1910, 29 CFR 1926, COMNAVYREGNWINST 5090.6(Series) and in accordance with the approved Hazardous Material ControlPlan.3.4.1 Class I and II ODSClass I and II ODS as defined and identified herein will not be used in theperformance of this contract, nor be provided as part of the equipmentexcept for the use of servicing existing government owned equipment. Thisprohibition will be considered to prevail over any other provision,specification, drawing, or referenced documents. Regulations related tothe protection of stratosphere ozone may be found in 40 CFR 82.Any and all Class I ODS recovered by the contractor as part of thisSECTION 01 57 19.00 24 Page 11


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRcontract shall be turned over to the government upon the completion of thework covered by this contract.Any work on government owned equipment containing Class I or II ODS shallbe performed by EPA certified technicians in accordance with therequirements of 40 CFR 82. Copies of certifications shall be maintained atthe employees' place of business and be carried as a wallet card by thetechnician, as provided by environmental law. Copies of technicianservicing records of government owned equipment shall be submitted to thecontracting officer upon the completion of the contract (see Section 1.4Submittals, SD-11 Closeout Submittals, Refrigerant Work Checklist).3.5 WASTE DISPOSALThe following waste disposal procedures shall supersede all otherreferences to waste and disposal within all other sections of thisspecification. All waste management practices shall be performed inaccordance with 40 CFR 262, 40 CFR 263, 40 CFR 264, 49 CFR 172, 49 CFR 178,WAC-173-303, and WAC-173-350.For all waste produced during the project, the contractor shall provide acompleted side one of NBK Bangor Waste Information Specification Form(WIS), (NBK Bangor Form 11350/3 to NAVFAC NW NBK PWD Environmental OfficePRB 41 via the Contracting Officer per NAVBASEKITSAPINST 5090.3 (Series).When the WIS is returned by NAVFAC NW NBK PWD Environmental Office PRB 41,via the Contracting Officer, follow the Originator Disposal instructionsprovided on side two of the WIS.The attached Table 3.5, Estimated Waste Designation Table is included toobtain estimated designations for wastes originating from the Governmentbefore construction, site preparation and operations. Estimateddesignations are subject to change upon receipt of completed WIS. Anyadditions or mixing of wastes by the Contractor into the wastes listed inTable 3.5 will require that the contractor submit new WISs, and all suchwastes shall be disposed at Contractor expense.3.5.1 Refuse and Recyclable MaterialThe Contractor is responsible for the transportation and disposal orrecycle of all refuse and recyclable material including encountered refuseand recyclable material. If the refuse disposal facilities or recyclefacilities require analytical results in order to accept the wastesdesignated on Table 3.5, Contractor shall request the analytical resultsfrom NAVFAC NW NBK PWD Environmental Office PRB 41 and should allow up to 1month time for sampling and testing at contractor expense. Follow allOriginator Disposal instructions provided on side two of WIS. Transportrefuse off base to a NAVFAC NW NBK PWD Environmental Office PRB 41 approvedand State licensed recycle facility or municipal landfill per WAC-173-350and WIS instructions. Disposal of refuse is at Contractor expense.Provide the Contracting Officer with quantities recycled or disposed anddates and certificates of disposal via the Contracting Officer. See "Refuse and Recycle Quantity Form", end of this section. In cases wheregenerator certification is required by disposal facility, coordinate withNAVFAC NW NBK PWD Environmental Office PRB 41 to obtain necessary generatorcertifications. No refuse shall be disposed on base.SECTION 01 57 19.00 24 Page 12


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR3.5.1.1 Control and Disposal of GarbagePick up garbage and place in covered containers which are regularlyemptied. Do not prepare, cook or dispose of food on the project site.Prevent contamination of the site or other areas when handling anddisposing of wastes. At project completion leave the areas clean. Garbageshall be disposed of with refuse.3.5.2 Sewage DisposalDispose of sewage through connection to a NBK sanitary sewage system.Where such system is not available use chemical toilets or comparablyeffective units, and periodically empty wastes into NBK or a municipal ordistrict sanitary sewage system. When using chemical toilets includeprovisions for pest control and elimination of odors.3.6 CONTROL AND DISPOSAL OF DANGEROUS/INDUSTRIAL WASTE3.6.1 Contractor Generated WasteCompliance with this specification requires that the Contractor not produceany Contractor Generated Dangerous or Industrial Waste. In the event ofnon-compliance with this provision, the Government shall dispose ofContractor Generated Dangerous or Industrial Waste at Contractor's expense.If exceptions are approved by the NAVFAC NW NBK PWD Environmental OfficePRB 41, the Contractor shall handle all Contractor Generated Dangerous orIndustrial Waste in accordance with the following procedures.Contractor shall identify and turn in all dangerous and industrialContractor Generated waste to the Government as encountered waste. Followall encountered waste procedures in the paragraph titled "EncounteredWaste" below.The Contractor is expected to utilize work methods which will minimize thegeneration of waste. No contractor generated waste shall be disposed onbase.3.6.2 Encountered WasteThe Contractor shall contain, package and turn in dangerous and industrialencountered waste to the Government for disposal by the Government byfollowing ALL Originator Disposal instructions provided inNAVBASEKITSAPINST 5090.3 (Series) and on side two of the WIS. Packageaccording to 49 CFR specifications and attach a completed NBK BangorOriginator Label when instructed. Properly stage and transfer encounteredwaste to a Government-approved accumulation area within the project site.Transportation to the Government site must be within 72 hours ofgeneration. Provide Project Number on the Originator Label on Crew/Codeline. Turn-in of encountered waste to the Government, per WISinstructions, is not considered disposal.3.7 DUST CONTROLKeep dust down at all times, including during non-working hours, weekends,and holidays. Sprinkle or treat, with dust suppressants, the soil at thesite, haul roads, and other areas disturbed by operations. Dustsuppressants shall not contribute or result in hazardous or objectionableconditions. Dry power brooming will not be permitted. Instead, usevacuuming, wet mopping, wet sweeping, or wet power brooming. Air blowingSECTION 01 57 19.00 24 Page 13


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRwill be permitted only for cleaning nonparticulate debris such as steelreinforcing bars. Only wet cutting will be permitted for cutting concreteblocks, concrete, and bituminous concrete. Do not unnecessarily shake bagsof cement, concrete mortar, or plaster.Asbestos surveys and a demolition notification is required for the full orpartial deolition of any structure.3.7.1 Best Management Practices (BMPs)Contractors are expected to utilize BMPs for the control of dust perPSCAA Regulation I, II, III. Soil will be covered while being transported.3.8 NOISEMake the maximum use of low-noise emission equipment. Blasting or use ofexplosives will not be permitted without the written permission from theContracting Officer, and then only during designated times. Providehazardous noise signs, as directed, wherever equipment and work proceduresproduce sound levels greater than 84 dBA or 140 dB peak sound level.3.9 FORMSThe forms herein are subject to change. Obtain current forms from theContracting Officer at the Preconstruction Meeting.SECTION 01 57 19.00 24 Page 14


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRDate Installed/Serviced:Installation Technician Name:Company Name:EQUIPMENT INFORMATIONManufacturer:Manufacturer:Manufacturer:Manufacturer:Manufacturer:Manufacturer:ENVIRONMENTAL REFRIGERANT WORKSHEETNBK Bangor ComplexSECTION 01 57 19.00 24 Page 15


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRWASTE INFORMATION SPECIFICATION FORM (WIS)SUBASE Bangor Complex-- End of Section --SECTION 01 57 19.00 24 Page 16


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 74 19.05 20CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT FOR DESIGN-BUILDPART 1GENERAL1.1 GOVERNMENT POLICYGovernment policy is to apply sound environmental principles in the design,construction and use of facilities. As part of the implementation of thatpolicy the Contractor shall: (1) practice efficient waste management whensizing, cutting, and installing products and materials and (2) use allreasonable means to divert construction and demolition waste from landfillsand incinerators and to facilitate their recycling or reuse.1.2 PLANA waste management plan shall be submitted within 15 days after notice toproceed and prior to initiating any site preparation work. The plan shallinclude the following:a. Name of individuals on the Contractor's staff responsible for wasteprevention and management.b. Actions that will be taken to reduce solid waste generation.c. Description of the specific approaches to be used inrecycling/reuse of the various materials generated, including the areasand equipment to be used for processing, sorting, and temporary storageof wastes.d. Characterization, including estimated types and quantities, of thewaste to be generated.e. Name of landfill and/or incinerator to be used and the estimatedcosts for use, assuming that there would be no salvage or recycling onthe project.f. Identification of local and regional reuse programs, includingnon-profit organizations such as schools, local housing agencies, andorganizations that accept used materials such as materials exchangenetworks and Habitat for Humanity.g. List of specific waste materials that will be salvaged for resale,salvaged and reused, or recycled. Recycling facilities that will beused shall be identified.h. Identification of materials that cannot be recycled/reused with anexplanation or justification.i. Anticipated net cost savings determined by subtracting Contractorprogram management costs and the cost of disposal from the revenuegenerated by sale of the materials and the incineration and/or landfillcost avoidance.SECTION 01 74 19.05 20 Page 1


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.3 RECORDSRecords shall be maintained to document the quantity of waste generated;the quantity of waste diverted through sale, reuse, or recycling; and thequantity of waste disposed by landfill or incineration. The records shallbe made available to the Contracting Officer during construction, and acopy of the records shall be delivered to the Contracting Officer uponcompletion of the construction.1.4 DISPOSALExcept as otherwise specified in other sections of the specifications,disposal shall be in accordance with the following:1.4.1 Reuse.First consideration shall be given to salvage for reuse since little or nore-processing is necessary for this method, and less pollution is createdwhen items are reused in their original form. Sale or donation of wastesuitable for reuse shall be considered. Salvaged materials, other thanthose specified in other sections to be salvaged and reinstalled, shall notbe used in this project.1.4.2 Recycle.Waste materials not suitable for reuse, but having value as beingrecyclable, shall be made available for recycling whenever economicallyfeasible.1.4.3 Waste.Materials with no practical use or economic benefit shall be disposed at alandfill or incinerator.PART 2PRODUCTSNot used.PART 3EXECUTIONNot used.-- End of Section --SECTION 01 74 19.05 20 Page 2


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRSECTION 01 78 23OPERATION AND MAINTENANCE DATAPART 1GENERAL1.1 REFERENCESThe publications listed below form a part of this specification to theextent referenced. The publications are referred to within the text by thebasic designation only.ASTM INTERNATIONAL (ASTM)ASTM E 1971(2005) Stewardship for the Cleaning ofCommercial and Institutional Buildings1.2 SUBMISSION OF OPERATION AND MAINTENANCE DATASubmit Operation and Maintenance (O&M) Data specifically applicable to thiscontract and a complete and concise depiction of the provided equipment,product, or system, stressing and enhancing the importance of systeminteractions, troubleshooting, and long-term preventative maintenance andoperation. The subcontractors shall compile and prepare data and deliverto the Contractor prior to the training of Government personnel. TheContractor shall compile and prepare aggregate O&M data includingclarifying and updating the original sequences of operation to as-builtconditions. Organize and present information in sufficient detail toclearly explain O&M requirements at the system, equipment, component, andsubassembly level. Include an index preceding each submittal. Submit inaccordance with this section and Section 01 33 00 SUBMITTAL PROCEDURES.1.2.1 Package QualityDocuments must be fully legible. Poor quality copies and material withhole punches obliterating the text or drawings will not be accepted.1.2.2 Package ContentData package content shall be as shown in the paragraph titled "Schedule ofOperation and Maintenance Data Packages." Comply with the data packagerequirements specified in the individual technical sections, including thecontent of the packages and addressing each product, component, and systemdesignated for data package submission, except as follows. Commissioneditems without a specified data package requirement in the individualtechnical sections shall use Data Package 4.1.2.3 Changes to SubmittalsManufacturer-originated changes or revisions to submitted data shall befurnished by the Contractor if a component of an item is so affectedsubsequent to acceptance of the O&M Data. Changes, additions, or revisionsrequired by the Contracting Officer for final acceptance of submitted data,shall be submitted by the Contractor within 30 calendar days of thenotification of this change requirement.SECTION 01 78 23 Page 1


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.2.4 Review and ApprovalThe Contractor's Commissioning Authority (CA) shall review the commissionedsystems and equipment submittals for completeness and applicability. TheCA shall verify that the systems and equipment provided meet therequirements of the Contract documents and design intent, particularly asthey relate to functionality, energy performance, water performance,maintainability, sustainability, system cost, indoor environmentalquality, and local environmental impacts. The CA shall communicatedeficiencies to the Contracting Officer. Upon a successful review of thecorrections, the CA shall recommend approval and acceptance of these O&Mmanuals to the Contracting Officer. This work shall be in addition to thenormal review procedures for O&M data.1.3 TYPES OF INFORMATION REQUIRED IN O&M DATA PACKAGES1.3.1 Operating InstructionsInclude specific instructions, procedures, and illustrations for thefollowing phases of operation for the installed model and features of eachsystem:1.3.1.1 Safety PrecautionsList personnel hazards and equipment or product safety precautions for alloperating conditions.1.3.1.2 Operator PrestartInclude procedures required to install, set up, and prepare each system foruse.1.3.1.3 Startup, Shutdown, and Post-Shutdown ProceduresProvide narrative description for Startup, Shutdown and Post-shutdownoperating procedures including the control sequence for each procedure.1.3.1.4 Normal OperationsProvide narrative description of Normal Operating Procedures. IncludeControl Diagrams with data to explain operation and control of systems andspecific equipment.1.3.1.5 Emergency OperationsInclude Emergency Procedures for equipment malfunctions to permit a shortperiod of continued operation or to shut down the equipment to preventfurther damage to systems and equipment. Include Emergency ShutdownInstructions for fire, explosion, spills, or other foreseeablecontingencies. Provide guidance and procedures for emergency operation ofall utility systems including required valve positions, valve locations andzones or portions of systems controlled.1.3.1.6 Operator Service RequirementsInclude instructions for services to be performed by the operator such aslubrication, adjustment, inspection, and recording gage readings.SECTION 01 78 23 Page 2


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.3.1.7 Environmental ConditionsInclude a list of Environmental Conditions (temperature, humidity, andother relevant data) that are best suited for the operation of eachproduct, component or system. Describe conditions under which the itemequipment should not be allowed to run.1.3.2 Preventive MaintenanceInclude the following information for preventive and scheduled maintenanceto minimize corrective maintenance and repair for the installed model andfeatures of each system. Include potential environmental and indoor airquality impacts of recommended maintenance procedures and materials.1.3.2.1 Lubrication DataInclude preventative maintenance lubrication data, in addition toinstructions for lubrication provided under paragraph titled "OperatorService Requirements":a. A table showing recommended lubricants for specific temperatureranges and applications.b. Charts with a schematic diagram of the equipment showinglubrication points, recommended types and grades of lubricants,and capacities.c. A Lubrication Schedule showing service interval frequency.1.3.2.2 Preventive Maintenance Plan and ScheduleInclude manufacturer's schedule for routine preventive maintenance,inspections, tests and adjustments required to ensure proper and economicaloperation and to minimize corrective maintenance. Provide manufacturer'sprojection of preventive maintenance work-hours on a daily, weekly,monthly, and annual basis including craft requirements by type of craft.For periodic calibrations, provide manufacturer's specified frequency andprocedures for each separate operation.1.3.2.3 Cleaning RecommendationsProvide environmentally preferable cleaning recommendations in accordancewith ASTM E 1971.1.3.3 Corrective Maintenance (Repair)Include manufacturer's recommended procedures and instructions forcorrecting problems and making repairs for the installed model and featuresof each system. Include potential environmental and indoor air qualityimpacts of recommended maintenance procedures and materials.1.3.3.1 Troubleshooting Guides and Diagnostic TechniquesInclude step-by-step procedures to promptly isolate the cause of typicalmalfunctions. Describe clearly why the checkout is performed and whatconditions are to be sought. Identify tests or inspections and testequipment required to determine whether parts and equipment may be reusedor require replacement.SECTION 01 78 23 Page 3


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.3.3.2 Wiring Diagrams and Control DiagramsWiring diagrams and control diagrams shall be point-to-point drawings ofwiring and control circuits including factory-field interfaces. Provide acomplete and accurate depiction of the actual job specific wiring andcontrol work. On diagrams, number electrical and electronic wiring andpneumatic control tubing and the terminals for each type, identically toactual installation configuration and numbering.1.3.3.3 Maintenance and Repair ProceduresInclude instructions and a list of tools required to repair or restore theproduct or equipment to proper condition or operating standards.1.3.3.4 Removal and Replacement InstructionsInclude step-by-step procedures and a list required tools and supplies forremoval, replacement, disassembly, and assembly of components, assemblies,subassemblies, accessories, and attachments. Provide tolerances,dimensions, settings and adjustments required. Instructions shall includea combination of text and illustrations.1.3.3.5 Spare <strong>Part</strong>s and Supply ListsInclude lists of spare parts and supplies required for maintenance andrepair to ensure continued service or operation without unreasonabledelays. Special consideration is required for facilities at remotelocations. List spare parts and supplies that have a long lead-time toobtain.1.3.4 Corrective Maintenance Work-HoursInclude manufacturer's projection of corrective maintenance work-hoursincluding requirements by type of craft. Corrective maintenance thatrequires completion or participation of the equipment manufacturer shall beidentified and tabulated separately.1.3.5 AppendicesProvide information required below and information not specified in thepreceding paragraphs but pertinent to the maintenance or operation of theproduct or equipment. Include the following:1.3.5.1 Product Submittal DataProvide a copy of all SD-03 Product Data submittals required in theapplicable technical sections.1.3.5.2 Manufacturer's InstructionsProvide a copy of all SD-08 Manufacturer's Instructions submittals requiredin the applicable technical sections.1.3.5.3 O&M Submittal DataProvide a copy of all SD-10 Operation and Maintenance Data submittalsrequired in the applicable technical sections.SECTION 01 78 23 Page 4


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YR1.3.5.4 <strong>Part</strong>s IdentificationProvide identification and coverage for all parts of each component,assembly, subassembly, and accessory of the end items subject toreplacement. Include special hardware requirements, such as requirement touse high-strength bolts and nuts. Identify parts by make, model, serialnumber, and source of supply to allow reordering without furtheridentification. Provide clear and legible illustrations, drawings, andexploded views to enable easy identification of the items. Whenillustrations omit the part numbers and description, both the illustrationsand separate listing shall show the index, reference, or key number thatwill cross-reference the illustrated part to the listed part. <strong>Part</strong>s shownin the listings shall be grouped by components, assemblies, andsubassemblies in accordance with the manufacturer's standard practice.<strong>Part</strong>s data may cover more than one model or series of equipment,components, assemblies, subassemblies, attachments, or accessories, such astypically shown in a master parts catalog1.3.5.5 Warranty InformationList and explain the various warranties and clearly identify the servicingand technical precautions prescribed by the manufacturers or contractdocuments in order to keep warranties in force. Include warrantyinformation for primary components such as the compressor of airconditioning system.1.3.5.6 Personnel Training RequirementsProvide information available from the manufacturers that is needed foruse in training designated personnel to properly operate and maintain theequipment and systems.1.3.5.7 Testing Equipment and Special Tool InformationInclude information on test equipment required to perform specified testsand on special tools needed for the operation, maintenance, and repair ofcomponents.1.3.5.8 Testing and Performance DataInclude completed prefunctional checklists, functional performance testforms, and monitoring reports. Include recommended schedule for retestingand blank test forms.1.3.5.9 Contractor InformationProvide a list that includes the name, address, and telephone number of theGeneral Contractor and each Subcontractor who installed the product orequipment, or system. For each item, also provide the name address andtelephone number of the manufacturer's representative and serviceorganization that can provide replacements most convenient to the projectsite. Provide the name, address, and telephone number of the product,equipment, and system manufacturers.1.4 TYPES OF INFORMATION REQUIRED IN CONTROLS O&M DATA PACKAGESInclude Data Package 5 and the following for control systems:a. Narrative description on how to perform and apply all functions,SECTION 01 78 23 Page 5


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRfeatures, modes, and other operations, including unoccupied operation,seasonal changeover, manual operation, and alarms. Include detailedtechnical manual for programming and customizing control loops andalgorithms.b. Full as-built sequence of operations.c. Copies of all checkout tests and calibrations performed by theContractor (not Cx tests).d. Full points list. A listing of rooms shall be provided with thefollowing information for each room:(1) Floor(2) Room number(3) Room name(4) Air handler unit ID(5) Reference drawing number(6) Air terminal unit tag ID(7) Heating and/or cooling valve tag ID(8) Minimum cfm(9) Maximum cfme. Full print out of all schedules and set points after testing andacceptance of the system.f. Full as-built print out of software program.g. Electronic copy on disk or CD of the entire program for thisfacility.h. Marking of all system sensors and thermostats on the as-built floorplan and mechanical drawings with their control system designations.1.5 SCHEDULE OF OPERATION AND MAINTENANCE DATA PACKAGESFurnish the O&M data packages specified in individual technical sections.The required information for each O&M data package is as follows:1.5.1 Data Package 1a. Safety precautionsb. Cleaning recommendationsc. Maintenance and repair proceduresd. Warranty informatione. Contractor informationSECTION 01 78 23 Page 6


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRf. Spare parts and supply list1.5.2 Data Package 2a. Safety precautionsb. Normal operationsc. Environmental conditionsd. Lubrication datae. Preventive maintenance plan and schedulef. Cleaning recommendationsg. Maintenance and repair proceduresh. Removal and replacement instructionsi. Spare parts and supply listj. <strong>Part</strong>s identificationk. Warranty informationl. Contractor information1.5.3 Data Package 3a. Safety precautionsb. Operator prestartc. Startup, shutdown, and post-shutdown proceduresd. Normal operationse. Emergency operationsf. Environmental conditionsg. Lubrication datah. Preventive maintenance plan and schedulei. Cleaning recommendationsj. Troubleshooting guides and diagnostic techniquesk. Wiring diagrams and control diagramsl. Maintenance and repair proceduresm. Removal and replacement instructionsn. Spare parts and supply listo. Product submittal dataSECTION 01 78 23 Page 7


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRp. O&M submittal dataq. <strong>Part</strong>s identificationr. Warranty informations. Testing equipment and special tool informationt. Testing and performance datau. Contractor information1.5.4 Data Package 4a. Safety precautionsb. Operator prestartc. Startup, shutdown, and post-shutdown proceduresd. Normal operationse. Emergency operationsf. Operator service requirementsg. Environmental conditionsh. Lubrication datai. Preventive maintenance plan and schedulej. Cleaning recommendationsk. Troubleshooting guides and diagnostic techniquesl. Wiring diagrams and control diagramsm. Maintenance and repair proceduresn. Removal and replacement instructionso. Spare parts and supply listp. Corrective maintenance man-hoursq. Product submittal datar. O&M submittal datas. <strong>Part</strong>s identificationt. Warranty informationu. Personnel training requirementsv. Testing equipment and special tool informationSECTION 01 78 23 Page 8


Building 6401 Upgrae controls to DDCNBK Bangor, Silverdale, WAF95YRw. Testing and performance datax. Contractor information1.5.5 Data Package 5a. Safety precautionsb. Operator prestartc. Start-up, shutdown, and post-shutdown proceduresd. Normal operationse. Environmental conditionsf. Preventive maintenance plan and scheduleg. Troubleshooting guides and diagnostic techniquesh. Wiring and control diagramsi. Maintenance and repair proceduresj. Removal and replacement instructionsk. Spare parts and supply listl. Product submittal datam. Manufacturer's instructionsn. O&M submittal datao. <strong>Part</strong>s identificationp. Testing equipment and special tool informationq. Warranty informationr. Testing and performance datas. Contractor informationPART 2PRODUCTSNot UsedPART 3EXECUTIONNot Used-- End of Section --SECTION 01 78 23 Page 9


This page has intentionally been left blank


N44255-08-R3010-X099Work Order: F95YRCONTROLS UPGRADEAt Building 6401Naval Base Kitsap, Bangor; Silverdale, WAPART 3Project Program


This page has intentionally been left blank


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YR<strong>Part</strong> 3Statement of Work1. PROJECT DESCRIPTIONProject is to upgrade the HVAC controls in Building 6401 from pneumatic controls to direct digitalcontrols (DDS).2. PROJECT OBJECTIVES2.1 PROJECT GOALSThe goal of this project is to improve control of the heating, ventilation and air condition (HVAC)systems and improve the overall energy efficiency of the HVAC systems in Building 6401. Work is tobe done in such a manner as to minimize disruptions to activities in the building.2.2 PROJECT SPECIFIC PRIORITIESGovernment is requesting a proposal from Contractor to replace the existing pneumatic controlsystem with new electronic ICS control system. Work includes:1. Demolition of air compressor, air dryer, pneumatic tubing and thermostats throughout building.2. Provide new control system complete with JACE panels, Ethernet switch, fiber connectivity toICS network in Building 6401, electric actuators, hydraulic control valves and thermostats.Incorporate existing Lon-based ICS into new JACE panel, and remove existing failing Londata connection form service.3. Provide Variable Frequency Drives (VFD) on AHU-1 and AHU-2.4. Replace pneumatic damper actuators with electric actuators.5. Replace pneumatic control valves with electric control valves; this includes control valves forFin Tube Radiators.6. Remove manual dampers and control knobs on Fin Tube Radiation Enclosures.7. Commission new Control System.2.3 APPLICABLE CODES AND STANDARDSIn addition to the codes and standards listed in <strong>Part</strong> 4, the design and construction shall be inaccordance with the latest revision/edition of the following referenced codes and standards. The term"Latest Revision/Edition" is defined as the version as of the project award date.1. UFC 3-400-10N Mechanical Engineering2. SMACNA2.4 SUSTAINABLE DESIGNIn accordance with Executive Order 13423, NAVFAC Engineering & Construction Bulletin (EBC)2008-01 and other pertinent directives, integrate sustainable principles into the design, developmentand construction of the project. Reduce the total cost of ownership of the facility using a wholebuilding, life-cycle approach.Provide integrated sustainable design strategies and features to minimize the energy consumption ofthe facilities; conserve resources; minimize adverse effects to the environment; and improveoccupant productivity, health, and comfort.<strong>Part</strong> 3 - Page 1 of 4


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YR2.5 Energy ConservationFacilities projects shall conform to ASHRAE Standard 90.1-2010 Energy Standard for BuildingsExcept Low-Rise Residential Buildings.3. ENGINEERING SYSTEMS REQUIREMENTS (ESR)D30 HVACRefer to <strong>Part</strong> 4 Section D30 for performance requirements of the building elements included in theHVAC system.SYSTEM DESCRIPTIONBuilding HVAC system consists two central AHUs with variable volume terminal boxes serving theoffice areas of building 6401; each AHU serves a single floor of the building. Two return air fansprovide return air to the AHUs and general building exhaust. Three computer room units providecooling for the network server room with a supply fan providing ventilation air to these units. Elevenexhaust fans provide dedicated to area such as the kitchen, toilets and electrical rooms. Heat isprovided via heating HHW coils in perimeter terminal boxes and a series of convection / fin-tuberadiation heaters on the perimeter walls.D306001 HVAC CONTROLSD306001 1.1 INDUSTRIAL CONTROL SYSTEM (ICS)Remove existing pneumatic control system including compressors, dryers, damper actuators,CHW/HHW control valves and thermostats.Provide a complete Industrial Control System (ICS) and comply with all requirements in NAVFAC NWGuide Spec/Design Guide for industrial Control Systems (See attachment in <strong>Part</strong> 6).Provide air handlers and all terminal units, including VAV boxes, with mixed air and discharge/supplytemperature and flow sensors. Provide duct static pressure control and provide building staticpressure control.Provide an ICS option for automatic operation of building circulating pumps whenever outdoor airtemperature is below 35 degrees F or when there is a high potential for freeze damage. Provide resetschedule for all water loops.Provide control to automatically start back-up pumps (or other HVAC equipment) if the primary devicefails. Primary and back-up equipment starter circuits shall be wired to prevent both pieces ofequipment from operating at the same time. Rotate primary and back-up HVAC equipment monthly(adjustable) with a lead/lag control routine.D3090 OTHER HVAC SYSTEMS AND EQUIPMENTD309001 GENERAL CONSTRUCTION ITEMSProvide seismic restraints for all new equipment and Comply with the Force Protection Criteria.D50 ELECTRICALSYSTEM DESCRIPTIONModify the existing interior electrical systems consisting of Distribution Panel boards, Dry TypeTransformers, Conduits, Feeder and Branch Circuits, Motor Control Equipment, Communications,Security and Alarm Systems, Grounding and Lightning Protection including accessories and devices<strong>Part</strong> 3 - Page 2 of 4


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YRas necessary and required for a complete and usable system. This section covers installations out tothe building 5 foot (1.5 meter) line.Integrate two (2) existing Square D Ion 8600 power meters in to the ICS system.The interior distribution system shall consist of insulated conductors in conduit.GENERAL SYSTEM REQUIREMENTSProvide an Electrical System complete in place, tested and approved, as specified throughout this<strong>RFP</strong>, as needed for a complete, usable and proper installation. All equipment shall be installed perthe criteria of PTS Section D50 and the manufacturer’s recommendations. Where the word "should"is used in the manufacturer’s recommendations, substitute the word "shall".D5010 ELECTRICAL SERVICE AND DISTRIBUTIOND501004 PANELBOARDSIntent of this project is to use existing spare capacity in existing panel boards. Contractor shall beresponsible for verifying existing panels have capacity to provide power to new equipment.In the event the Designer of Record and Contractor determine that a new panel board is required,contractor shall submit load calculations, load studies and other supporting data to the Governmentand await written instruction.D5090 OTHER ELECTRICAL SERVICESD509001 GENERAL CONSTRUCTION ITEMS (ELECTRICAL)Provide General Construction Items (Electrical) including, but not necessarily limited to, allconnections, fittings, boxes and associated equipment needed by this and other sections of this <strong>RFP</strong>as required for a complete and usable system.Conduits, cable trays and busways that penetrate fire-rated walls, fire-rated partitions, or fire-ratedfloors shall be firestopped in accordance with Section C10, Interior Construction.F20 SELECTIVE BUILDING DEMOLITIONGENERAL SYSTEMS REQUIREMENTSPerform all off-site work necessary to meet the requirements of the project, local codes, referencestandards, technical specifications and performance criteria.Identify and obtain all permits to comply with all federal, state, and local regulatory requirementsassociated with this work. The contractor shall submit complete the "Permits Record of Decision"(PROD) form with the first design submittal package. A blank PROD form is in the UFC 3-200-10N,Civil Engineering. Contractor shall determine correct permit fees and pay said fees. Copies of allpermits, permit applications, and the completed PROD form shall be forwarded to the EFDEnvironmental Reviewer.Coordinate and obtain approval from the Contracting Officer for proposed haul route(s), work siteaccess point(s), employee parking location(s) and material lay down and storage area(s).F2010 BUILDING ELEMENTS DEMOLITIONThis project includes the demolition of the pneumatic control systems.F2010 1.3 DUST CONTROLPrevent the spread of dust and debris to occupied portions of the building and avoid the creation of anuisance or hazard in the surrounding area.F201006 MECHANICAL SYSTEMSDemolish HVAC systems as described in other portions of this <strong>RFP</strong>.<strong>Part</strong> 3 - Page 3 of 4


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YRF201007 ELECTRICAL SYSTEMSRemove electrical conductors and conduit supporting equipment removed in other portions of this<strong>RFP</strong>.F2020 HAZARDOUS COMPONENT ABATEMENTExisting asbestos surveys for each building are provided in <strong>Part</strong> 6 Attachments. There are no othergovernment documents for lead, cadmium, chromium containing paints, mercury, low levelradioactive components, PCBs and ozone depleting substances which are available to support thisproject.Contractor shall test all suspect material subject to demolition for asbestos, lead based paint, mercuryand low level radioactive components, PCBs and ozone depleting substances. Where found, thesematerials shall be removed in accordance with local, state and federal regulations regarding theremoval of hazardous materials.-- End of Section --<strong>Part</strong> 3 - Page 4 of 4


N44255-08-R3010-X099Work Order: F95YRCONTROLS UPGRADEAt Building 6401Naval Base Kitsap, Bangor; Silverdale, WAPART 4Performance Technical Specifications


This page has intentionally been left blank


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YR<strong>Part</strong> 4Minimum Materials, Engineering and Construction Requirements1. GENERAL REQUIREMENTSThe requirements indicated here are minimum performance requirements. More specific projectfunctional and performance requirements, scope items and expected quality levels over and abovethe standards in <strong>Part</strong> 4 are identified in <strong>Part</strong> 3 of the Request for Proposal or Basic OrderingAgreement. The Contractor is encouraged to exceed the minimum requirements. The Contractor’sperformance evaluation will be based in part on enhancements to materials, engineering, design andconstruction provided for the contract that exceed minimum requirements.<strong>Part</strong> 4 is a general section. Not all items in <strong>Part</strong> 4 will be required for this project. See <strong>Part</strong> 3 forproject-specific requirements. See “Order of Precedence” paragraph in <strong>Part</strong> 2 for relationshipsbetween all parts of the <strong>RFP</strong>.In general, unless otherwise indicated, Contractor shall provide all labor, equipment and materialsnecessary to complete the work required for the contract. All work shall be in conformance with allapplicable referenced criteria, construction standards, laws and regulations, including applicablebuilding and fire, life safety codes.1.1 RECYCLED MATERIALS CONSIDERATIONS:An Affirmative Procurement Program has been established within the Federal government to promotethe purchase of products containing recovered materials. This program promotes the purchase ofproducts containing materials recovered from the solid waste stream. The intent is to conserveresources and reduce solid waste by developing markets for recycled products and encouragingmanufacturers to produce quality recycled content products. The contractors shall use products thatmeet or exceed the EPA guideline standards for recovered content as required by the FederalAcquisition Regulations (FAR). Availability lists of manufacturers and EPA research on productusage are on the Construction Criteria Base (CCB) at http://www.ccb.org under Documents Library,NAVFAC Criteria. A partial list of products containing recycled materials for possible use is asfollows:Rock Wool InsulationFiberglass InsulationCellulose InsulationStructural Fiberboard and Laminated PaperboardCement and Concrete - Coal Fly AshCarpet including backings and cushionsFloor TilesReprocessed and Consolidated Latex Paint.1.2 MATERIALS AND METHODS OF CONSTRUCTION.Only new materials and equipment shall be installed in the work. All materials, equipment andappliances shall be of the current manufacturers’ products. No obsolete or discontinued materials,equipment and appliances shall be used, except that construction materials containing recycledcontent as described in Paragraph 1 of this <strong>Part</strong> that completely comply with all materialsspecifications found elsewhere in this <strong>Part</strong> may be used.<strong>Part</strong> 4 - Page 1 of 11


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YR1.3 APPLICABLE CODES AND STANDARDS:The design and construction shall be in accordance with established construction practices, and thelatest revision/edition of the following referenced codes and standards. The term "LatestRevision/Edition" is defined as the version as of the project award date. References are available atwww.wbdg.org/ndbm/. The advisory provisions of all codes and standards shall be mandatory, asthough the word “shall” had been substituted for “should” wherever it appears. Reference to the“authority having jurisdiction” shall be construed to mean “Contracting Officer”. Comply with therequired and advisory portions of the current edition of the standard at the time of contract award.UFC 1-200-01, General Building Requirements is the building code guide and contains references toother UFCs and Codes that are to be used for all sections in this contract. UFC 1-300-09N, DesignProcedures, provides design guidance and contains references to other UFCs and Codes that are tobe used for all sections in this contract.1. Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements2. UFC 1-300-09N, Design Procedures3. Associated Air Balance Council (AABC)4. National Environmental Balancing Bureau (NEEB)5. International Mechanical Code (IMC).6. American Society of Heating, Refrigeration, and Air Conditioning Engineers (ASHRAE)Standards7. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) guidelines.8. National Electrical Manufacturers Association (NEMA).9. Electronic Industries Alliance (EIA)10. Telecommunications Industry Association (TIA)11. Federal, State, County, and local environmental regulations.12. ASHRAE Std. 90.1, Energy Standards for Buildings Except Low Rise Residential Buildings13. American Society of Testing and Materials (ASTM)14. American Water Works Association (AWWA)15. National Fire Protection Association (NFPA) Codes and Standards16. IEEE C2, National Electrical Safety Code1.4 LOCATION-SPECIFIC CODES AND STANDARDSSee <strong>Part</strong> 3.1.5 DISCREPANCIESWhen discrepancies in the referenced standards and the contract requirements occur, the morestringent requirements shall govern. The word “should” in all NFPA publications shall be interpretedas a requirement. The Authority Having Jurisdiction in the interpretation of the codes and standards,and approving the exceptions allowed in the referenced standards, shall be the Contracting Officer,and the parties designated by the Contracting Officer.2. PERFORMANCE TECHNICAL SPECIFICATIONSNote: The paragraph numbers used correspond with the numbers used in UNIFORMAT II/WorkBreakdown Structures (WBS) as listed in the Whole Building Design Guide, Navy Design BuildMaster, accessible at this website: www.wbdg.org/ndbm.<strong>Part</strong> 4 - Page 2 of 11


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YRSECTION D. SERVICESD30 HEATING, VENTILATION AND AIR CONDITIONING (HVAC) SYSTEMS:<strong>RFP</strong> <strong>Part</strong> 3 including the Engineering System Requirements (ESR) provide project specificrequirements. The <strong>RFP</strong> <strong>Part</strong> 4 Performance Technical Sections (PTS) provide generalized technicalrequirements that apply to multiple facility types and include more requirements than are applicable tothis project. Therefore <strong>RFP</strong> <strong>Part</strong> 4 requirements that correspond and further define the <strong>RFP</strong> <strong>Part</strong> 3requirements are specific to this project, other <strong>RFP</strong> <strong>Part</strong> 4 requirements are not required.D30 1.1 NARRATIVEThis section includes the construction of interior mechanical systems. This section covers installationsinside the facility and out to the five foot line. See Section G30, Site Civil/Mechanical Utilities, forcontinuation of systems beyond the five-foot line.D30 1.2 MECHANICAL DESIGN GUIDANCEProvide the design and installation in accordance with the following references. This PerformanceTechnical Specification (PTS) adds clarification to the fundamental requirements contained in thefollowing Government Standards. The general requirements of this PTS section are located in PTSSection Z10, General Performance Technical Specification.D30 1.2.1 Government StandardsFederal Energy Management Program (FEMP)UNIFIED FACILITIES CRITERIA (UFC)UFC 1-200-01General Building Requirements(A referencein this PTS section to UFC 1-200-01requires compliance with the Tri-ServiceCore UFCs that are listed in UFGS Section01 33 10.05 20, which includes the followingsignificant UFC(s):UFC 3-400-10N,Mechanical Engineering UFC 3-420-01,Plumbing Systems)UNIFIED FACILITIES GUIDE SPECIFICATIONS (UFGS)UFGS 01 78 24.05 20 Facility Operation and Maintenance SupportInformationUFGS 23 05 93Testing, Adjusting, and Balancing for HVACUFGS 25 10 20.04 20Industrial Control Systems (CNRNW;Included in <strong>Part</strong> 6, Attachments)D30 1.3 PERFORMANCE VERIFICATION AND ACCEPTANCE TESTINGa. Verification of satisfactory HVAC system performance shall be via Performance VerificationTesting, as detailed in this section.b. The Government reserves the right to witness all Acceptance Tests and Inspections, reviewdata, and request other such additional inspections and repeat tests as necessary to ensurethat the system and provided services conform to the stated requirements.<strong>Part</strong> 4 - Page 3 of 11


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YRc. The Qualified Testing Organization shall provide the Acceptance Tests and Inspections testplan and perform the acceptance tests and inspections. Test methods, procedures, and testvalues shall be performed and evaluated in accordance with appropriate standards, and themanufacturer's recommendations. Equipment shall be placed in service only after completionof required tests and evaluation of the test results have been completed. Contractor shallsupply to the testing organization complete sets of shop drawings, settings of adjustabledevices, and other information necessary for an accurate test and inspection of the systemprior to the performance of any final testing. Perform acceptance tests and inspections onComputer Room Air Conditioning Units, Direct Digital Control System, and HVACTesting/Adjusting/Balancing.D30 1.4 COMMISSIONINGCommission the HVAC control system per the Commissioning Plan as required by UFGSSpecification Section 01 45 00.05 20, Design & Construction Quality Control. Control systemcommissioning shall coordinate with and incorporate the testing, reporting, training & O&Mdocumentation requirements of UFGS 23 05 93, Testing, Adjusting, and Balancing for HVAC.D30 1.5 DESIGN SUBMITTALSDesign Submittals shall be in accordance with UFGS section 01 33 10.05 20, Design SubmittalProcedures, UFC 1-300-09N, Design Procedures, and UFC 3-400-10N, Mechanical Engineering.In addition, UFGS sections listed below or in the body of the PTS text are to be used by the Designerof Record (DOR) as a part of the design submittal. If the UFGS products or systems are applicable tothe project, the DOR shall edit these referenced UFGS sections and submit them as a part of thedesign submittal specification. Edit the specification sections in accordance with the limitations statedin PTS section Z10, General Performance Technical Specifications.UFGS 01 78 24.05 20, Facility Operation and Maintenance Support InformationUFGS 23 05 93, Testing, Adjusting, and Balancing for HVACUFGS 25 10.20.04 20 Industrial Controls Systems (CNRNW)D30 1.6 CONSTRUCTION SUBMITTALSSubmit construction submittals in accordance with Section 01 33 00.05 20 Construction SubmittalProcedures and Section 25 10 20.04 20 Industrial Control Systems (CNRNW). In addition to the Z10requirements, the Designer of Record (DOR) shall approve the following construction submittals as aminimum:D30 1.7 MOTORSSingle-phase fractional-horsepower alternating-current motors shall be high efficiency typescorresponding to the applications listed in NEMA MG 11. Select polyphase motors based on highefficiency characteristics relative to the applications as listed in NEMA MG 10. Additionally, allpolyphase squirrel-cage medium induction motors with continuous ratings shall meet or exceedenergy efficient ratings per Table 12-10 of NEMA MG 1. Provide controllers for 3-phase motors rated1 hp (0.75 kW) and above with phase voltage monitors designed to protect motors from phase lossand over/under-voltage. Provide means to prevent automatic restart by a time adjustable restartrelay. For packaged equipment, the manufacturer shall provide controllers including the requiredmonitors and timed restart. Provide reduced voltage starters for all motors 25 hp and larger.<strong>Part</strong> 4 - Page 4 of 11


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YRD3040 DISTRIBUTION SYSTEMSD304001 AIR DISTRIBUTION, HEATING & COOLINGD304001 1.1 VAV BOXESBoxes shall not be allowed to fully shut-off. Provide electronic controls.D304090 OTHER DISTRIBUTION SYSTEMSD304090 1.1 VARIABLE FREQUENCY DRIVES (VFD)Factory-assembled variable frequency drive control systems for variable speed control. All airhandling unit VFD's shall be from the same manufacturer. Each VFD shall include motor starter,motor disconnects and controls as required for a complete system. Units shall be UL-listed andcomply with the National Electric Code.Provide the following accessories:a. Disconnect switchb. Control circuit transformer, with primary and secondary fusesc. Manual bypassd. System hand-off-auto switch with provisions for remote start/stop of the system.e. System initialized lightf. Run lightg. Failure alarmh. LCD digital display with numeric keypadi. Provide a control interface for remote monitoring of VFD functions and alarms from the DDCcontrol system computer.D3060 CONTROLS AND INSTRUMENTATIONProvide distributed direct digital controls, as required in <strong>Part</strong> 3.D306001 1.1 DIRECT DIGITAL CONTROLSThe Designer of Record shall use Section 25 10 20.04 20. and submit the edited specification sectionas a part of the project design submittal.Design requirements shall be in accordance with all specification notes and the BAS Owner shall beidentified and designated early in the design documentation.The system shall have stand alone digital controllers, a communication network, and a workstationcomputer with control software. Provide stand-alone control routines that operate without connectionto the network during a loss of communication. Provide trending, scheduling and alarm tables (maybe included with the sequence of operation). Provide reset routines (based on outdoor airtemperature or zone demand) for hot water loop temperature setpoints and supply air static pressurecontrol. Use alarming and trending services during performance testing or commissioning. Alarmevery sequence routine when out-of-limits or control/response failure occurs. Display all graphic floorplans, equipment graphics, DDC ladder diagrams, and sequence of operations graphic pages.All 120-volt wiring shall comply with NFPA 70. All 24-volt wiring shall comply with the IMC andterminal device manufacturer’s recommendations.Provide training on the installed system according to the maximum training days in UFGS 23 0923.13 20. All operator workstation functions requiring BACnet services, i.e., navigating through the<strong>Part</strong> 4 - Page 5 of 11


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YRgraphic displays, trending, alarming and monitoring of the new controls system must be demonstratedfrom the existing operator workstation using only the existing application software and without theneed to launch other applications or logon to other vendor applications.D306001 1.2 ELECTRONIC CONTROLSReplace existing pneumatic thermostats with new programmable thermostats with built in keypads forscheduling of day and night temperatures with two setback periods per day. Provide independentsummer and winter programs. Thermostats shall have temporary and manual override of scheduleand battery backup.D3090 OTHER HVAC SYSTEMS AND EQUIPMENTD309001 GENERAL CONSTRUCTION ITEMSD309001 1.1 SEISMIC DESIGNProvide in accordance with UFC 3-400-10N, Mechanical Engineering.D50 ELECTRICAL<strong>RFP</strong> <strong>Part</strong> 3 including the Engineering System Requirements (ESR) provide project specificrequirements. The <strong>RFP</strong> <strong>Part</strong> 4 Performance Technical Sections (PTS) provide generalized technicalrequirements that apply to multiple facility types and include more requirements than are applicable tothis project. Therefore <strong>RFP</strong> <strong>Part</strong> 4 requirements that correspond and further define the <strong>RFP</strong> <strong>Part</strong> 3requirements are specific to this project, other <strong>RFP</strong> <strong>Part</strong> 4 requirements are not required.D50 1.1 NARRATIVEThis section covers installations inside the facility and out to the five foot line. See PTS Section G40,Site Electrical, for continuation of systems beyond the five foot line.D50 1.2 ELECTRICAL DESIGN GUIDANCEProvide the design and installation in accordance with the following references. This PerformanceTechnical Specification (PTS) adds clarification to the fundamental requirements contained in thefollowing Government Standards. The general requirements of this PTS section are located in PTSSection Z10, General Performance Technical Specification.When all product Quality Control information is included in the Unified Facility Criteria (UFC) andthere are requirement options identified in the ESR, then the Uniformat Level 4 titles (and possiblesubtitles) are included without additional verbiage. One example of this is D501090, OTHERSERVICE AND DISTRIBUTION.D50 1.2.1 GOVERNMENT PUBLICATIONSUNIFIED FACILITIES CRITERIA (UFC)UFC 1-200-01UFC 3-580-10General Building Requirements(A referencein this PTS section to UFC 1-200-01requires compliance with the Tri-ServiceCore UFCs that are listed in UFGS Section01 33 10.05 20, which includes the followingsignificant UFC(s):UFC 3-501-01, ElectricalEngineering)Navy and Marine Corps Intranet (NMCI)Standard Construction Practices<strong>Part</strong> 4 - Page 6 of 11


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YRUNIFIED FACILITIES GUIDE SPECIFICATIONS (UFGS)UFGS 26 29 23Variable Frequency Drive Systems Under600 VoltsD50 1.3 QUALITY ASSURANCEQualifications, certifications, and Test Plans indicated herein shall be submitted 45 calendar daysprior to the expected date of execution. Notify the Contracting Officer 14 calendar days prior to alltesting. Submit test results within 7 calendar days of completion of testing.The Designer of Record is responsible for approving the submittals listed below.D50 1.3.1 Qualified Testing OrganizationContractor shall engage the services of a qualified testing organization to provide inspection, testing,calibration, and adjustment of the electrical distribution system and equipment listed in paragraphentitled "Acceptance Tests and Inspections" herein. Organization shall be independent of thesupplier, manufacturer, and installer of the equipment. The organization shall be a first tiersubcontractor.Submit name and qualifications of organization. Organization shall have been regularly engaged inthe testing of electrical materials, devices, installations, and systems for a minimum of 5 years. Theorganization shall have a calibration program, and test instruments used shall be calibrated inaccordance with NETA ATS.Submit name and qualifications of the lead engineering technician performing the required testingservices. Include a list of three comparable jobs performed by the technician with specific names andtelephone numbers for reference. Testing, inspection, calibration, and adjustments shall be performedby an engineering technician, certified by NETA or the National Institute for Certification inEngineering Technologies (NICET) with a minimum of 5 years' experience inspecting, testing, andcalibrating electrical distribution and generation equipment, systems, and devices.D50 1.3.2 NEC Qualified WorkerProvide in accordance with NFPA 70. Qualified Workers shall be allowed to be assisted by helpers ona 1 to 1 ratio, provided such helpers are registered in recognized apprenticeship programs. Submit acertification confirming NEC Qualified Worker requirements.D50 1.3.3 Qualified Telecommunications WorkerAll installers assigned to the installation of telecommunications systems or any of its componentsshall be Building Industry Consulting Services International (BICSI) Registered Cabling InstallationTechnicians or have a minimum of 3 years experience in the installation of the specified copper andfiber optic cable and components. Include names and locations of two projects successfullycompleted using optical fiber and copper communications cabling systems. Include writtencertification from users that systems have performed satisfactorily for not less than 18 months.Include specific experience in installing and testing structured telecommunications distributionsystems using optical fiber and Category 5e cabling systems.D50 1.3.4 Material StandardsEnsure service support and provide manufacturer's nameplate in accordance with PTS Section Z10,General Performance Technical Specification.D50 1.3.4.1 Warning LabelsProvide arc flash warning labels.<strong>Part</strong> 4 - Page 7 of 11


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YRD50 1.3.4.2 Field-Required NameplatesProvide laminated plastic nameplates for each switchboard, switchgear, panelboard, equipmentenclosure, motor controller, relay, and switch. Each nameplate must identify the function and, whenapplicable, the position. Provide melamine plastic nameplates, 0.125 inch (3 mm) thick, white withblack center core. Surface shall be matte finish. Corners shall be square. Accurately align letteringand engrave into the core. Minimum size of nameplates shall be 1-inch by 2-1/2 inches (25 mm by65 mm). Lettering shall be a minimum of 0.25 inch (6.35 mm) high normal block style.D50 1.3.5 Factory TestingThe Government reserves the right to witness all factory testing. The manufacturer shall have acalibration program that assures that all applicable test instruments are maintained within ratedaccuracy.D50 1.3.6 Electrical System Startup and TestingSubmit test plans for approval. The test plans shall be tailored to the systems provided.The test plan shall list make and model and provide functional description of the test instruments andaccessories and shall describe the setup of the tests to be conducted. Test instruments shall becapable of measuring and recording or displaying test data at a higher resolution and greateraccuracy than specified for the equipment's performance.D50 1.3.6.1 Factory Trained EngineerProvide a factory trained engineer to supervise start-up and testing as required in referencedspecifications.D50 1.3.6.2 Performance Verification TestingThe Contractor shall show by demonstration in service that all circuits and devices are in operatingcondition. Tests shall be such that each item of control equipment will function not less than fivetimes. The Contractor shall provide all necessary test equipment, tools, fuel, load banks, labor, andmaterials for testing. As a minimum, all systems shall be tested in accordance with manufacturer'srecommendations. Additional testing requirements for the various systems are described with thosesystems, hereinafter. The Contractor shall assure that all applicable test instruments are maintainedwithin rated accuracy. Dated calibration labels shall be visible on all test equipment.Submit a separate electrical field test plan in accordance with manufacturer's recommendations andthat conforms to NETA ATS for each piece of Electrical Distribution Equipment and System requiringPerformance Verification Testing.The following items identify specific test requirements. Additional test requirements are contained inthe applicable UFGS.a. Panel boards - Field test each GFI and AFI circuit breaker with a UL 1436-certified outlet circuittester to verify correct operation.b. Motor control centers – Test motor control centers and motor starters in accordance with NETAATS.c. Grounding systems - Test the grounding system in accordance with NETA ATS.D50 1.3.6.3 Acceptance Tests and InspectionsThe Government reserves the right to witness all Acceptance Tests and Inspections, review data, andrequest other such additional inspections and repeat tests as necessary to ensure that the systemand provided services conform to the stated requirements.<strong>Part</strong> 4 - Page 8 of 11


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YRThe Qualified Testing Organization shall provide the Acceptance Tests and Inspections test plan andperform the acceptance tests and inspections. Test methods, procedures, and test values shall beperformed and evaluated in accordance with NETA ATS, the manufacturer's recommendations, andparagraph entitled "Field Quality Control" of each applicable specification section. Tests identified asoptional in NETA ATS are not required unless otherwise specified. Equipment shall be placed inservice only after completion of required tests and evaluations of the test results have beencompleted. Contractor shall supply to the testing organization complete sets of shop drawings,settings of adjustable devices, and other information necessary for an accurate test and inspection ofthe system prior to the performance of any final testing. Perform acceptance tests and inspections onDiesel-Electric Generators, Uninterruptible Power Supply (UPS) Systems, 400-Hertz Motor GeneratorSets, 400-Hertz Solid State Frequency Converters, Automatic Transfer Switches, and Switchboardsand Switchgear.D50 1.4 DESIGN SUBMITTALSDesign Submittals shall be in accordance with PTS Section Z10, General Performance TechnicalSpecifications, UFGS Section 01 33 10.05 20, Design Submittal Procedures, UFC 1-300-09N, DesignProcedures, and UFC 3-501-01, Electrical Engineering.In addition, UFGS sections listed below or in the body of the PTS text are to be used by the Designerof Record (DOR) as a part of the design submittal. If the UFGS products or systems are applicable tothe project, the DOR shall edit these referenced UFGS sections and submit them as a part of thedesign submittal specification. Edit the specification sections in accordance with the limitations statedin PTS Section Z10, General Performance Technical Specifications.UFGS 26 29 23, Variable Frequency Drives System Under 600 VoltsD50 1.5 CONSTRUCTION SUBMITTALSSubmit construction submittals in accordance with PTS Section Z10, General Performance TechnicalSpecifications. In addition to the PTS Section Z10 requirements, the Designer of Record (DOR) shallapprove the following construction submittals as a minimum:Electrical Equipment, OMSI information for equipment, and Quality Assurance Submittals listedabove.Provide certification that all adjustable protective device settings have been set in accordance withthe coordination study for the as-built equipment and configuration.D5010 ELECTRICAL SERVICE AND DISTRIBUTIOND501006 MOTOR CONTROL CENTERSMotor control centers shall comply with UL 845, NEMA ICS 2, and NEMA ICS 3. Motor controllersshall comply with UL 508. Provide disconnecting means capable of being locked out for machinesand other equipment to prevent unexpected startup or release of stored energy in accordance with 29CFR 1910.147.D501006 1.1 VARIABLE FREQUENCY DRIVES (VFD)When Variable Frequency Drives are required, the Designer of Record shall utilize UFGS Section 2629 23 for the project specification, and shall submit the edited specification section as a part of thedesign submittal for the project.D5020 BRANCH WIRINGProvide wiring and connections for special outlets where required. All homerun circuits must containno more than 3 phase conductors. Switches shall comply with NEMA WD-1 and UL 20.<strong>Part</strong> 4 - Page 9 of 11


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YRSECTION F. SPECIAL CONSTRUCTION AND DEMOLITIONF20 SELECTIVE BUILDING DEMOLITIONIn general terms, demolition work shall include the removal and effective management anddisposition of existing construction and or structures. Contractor shall take care to preventdamage to existing utilities and construction that are not scheduled for demolition. If damageoccurs, the Contractor shall make repairs to the satisfaction of the Contracting Officer at no costto the Government. Comply with local Activity and Installation local requirements regardingdemolition and removal. Unless otherwise specified in <strong>Part</strong> 3, all demolished materials andequipment must be removed from government property in accordance with applicable laws andregulations, including local Activity or Installation regulations. Selling of demolished or salvagedmaterials and equipment on government properties is prohibited.Demolition Plan and Environmental Protection Plan: No demolition work shall take place untila Demolition Plan, Environmental Protection Plan, Safety Plan (including Activity HazardAnalysis), Asbestos Abatement Plan, and a Lead Abatement Plan have been submitted to, andapproved by, the Contracting Officer. The Plans shall take into consideration, and indicatemethod of removal, disposition, and abatement of environmentally hazardous materials.Demolition, disposition, and abatement of hazardous materials must comply with all applicableLocal, State, and Federal regulations and laws. If destructive investigation is to occur, theContracting Officer shall approve a Destructive Investigation Plan.When hazardous materials such as asbestos, lead paint, PCB and other hazardous materials areinvolved in the performance of the work, the contractor shall abate, remove and manage thehazardous materials in construction and finish materials such as insulation, flooring, wallmaterials, ceiling materials, roofing materials, heating, plumbing, ventilation, air conditioningequipment and installations in accordance with National as well as local Environmental ProtectionLaws and Regulations.F2020 HAZARDOUS COMPONENT ABATEMENT1. Asbestos Materials: Asbestos shall be removed, transported and managed in accordance withthe following regulations: 29 CFR 1926.1101, and 40 CFR 61-Subpart M.Category I & II Nonfriable: Demolition of Category I & II nonfriable asbestos containing materials(approved to be left in place during building demolition) shall be performed in accordance with 40CFR 61 – Subpart M.2. Paint Containing Lead, Cadmium and Chromium: Work which requires the disturbance ofpaint that have been determined to contain all or any of the following: lead, cadmium andchromium must be performed in accordance with: 29 CFR 1926.62, 29 CFR 1926.1126 and 29CFR 1926.1127.3. Mercury & LLR Components: Work which requires removal of mercury and LLR componentsshall be performed in accordance with: 29 CFR 1910.1000, 10 CFR 20, and 40 CFR 273.4. PCBs: Work which requires removal of PCB containing components or materials shall beperformed in accordance with 29 CFR 1910.1000, 40 CFR 761, and 40 CFR 273.5. Hazardous Materials Reporting:a. Daily Report: Notify the Contracting Officer of work involving hazardous materialsabatement and removal, including the quantities involved, on daily reports.b. Hazardous Material Inventory Report: The Contractor shall provide a list of all hazardousmaterials used on the site.<strong>Part</strong> 4 - Page 10 of 11


Controls Upgrade at Building 6401NBK-Bangor, Silverdale, WAF95YR** End of <strong>Part</strong> 4 **<strong>Part</strong> 4 - Page 11 of 11


This page has intentionally been left blank


N44255-08-R3010-X099Work Order: F95YRCONTROLS UPGRADEAt Building 6401Naval Base Kitsap, Bangor; Silverdale, WAPART 5Prescriptive Specifications- Not Applicable -


This page has intentionally been left blank

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!