FA4819-10-R-0006/Tyndall AFB SABER/Attachment 3/17 Feb 11

SIMPLIFIED ACQUISITION OF BASE ENGINEERING REQUIREMENTS

(SABER)

325th CIVIL ENGINEER SQUADRON

Tyndall AFB, FL

STATEMENT OF WORK

17 Feb 2011

STATEMENT OF WORK

TABLE OF CONTENTS

SectionContents

1Project Description

2General Information

3Work by the Government

4Technical Design Support

5Design/Construction Requirements

6Superintendence By The Contractor

7Provisions on Contracting Officer’s Authority

8Non-Priced Items (NPI)

9Coefficient

10ADP Support Requirements

11Communications With Key Personnel

12Construction Start-Up Period

13Pre-Performance Conference

14Ordering Procedures

15Construction Schedules and Progress Reports

16 Commencement, Prosecution, Completion & Payment for Work

17Key Project Management Staff

18Work Clearance Requests

19Special Requirements for Excavating Around or Locating

Existing Utilities

20Pre-final and Final Inspection

21Warranty

22Government Furnished Equipment/Materials

23Scheduling Work

24Work In Occupied Areas

25Coordination with Government Activities

26Contractor’s Quality Control

27Construction Site Maintenance

28Contractor Parking

29Environmental Laws and Regulations

30Environmental Protection

31Security Requirements

32Work In Special Security Areas

33Unauthorized Reconnaissance

34Airfield Requirements

35Flight Line Access

36Safety Assurance

37Safety and Health

38 Recording and Preserving Historical and Archeological Finds

39Smoking In Government Facilities

40Completion of Contract

41Applicability of Complete Wage Rate Decision

42Contractor's As-Built Drawings

SectionContents

43 Job Site Verification/Government Furnished Record Drawings

44Hours of Work

45Elevators

46Identification of Government Furnished Facilities and Property

47Material Submittals/Shop Drawings

48Government Liability

49Toilet Facilities (Work Related)

50Availability of Utilities Services

51Severe Weather Warning

52Transportation of Construction Equipment

53Removal and Replacement Responsibility

54Utility Outages

55Subcontractors

56Damage to Utilities

57Progress Meetings

58Equipment Data for Warranty/Guarantee Items

STATEMENT OF WORK

1.PROJECT DESCRIPTION:

a. This is a Firm-Fixed Price with Economic Price Adjustment, indefinite-delivery, indefinite-quantity (IDIQ) contract for construction work on real property facilities at Tyndall AFB, and its associated sites in Florida. The work is required in support of the 325th Civil Engineer Squadron. Each construction project will be awarded by issuing individual Task Orders against the basic contract on an as needed basis. Projects will be in support of real property maintenance, repair, alteration, and new construction. It is anticipated that this contract will be used for renovations, additions, roofing, paving, and related construction work.

b. The contractor will be required to furnish all materials, equipment, and personnel necessary to design, manage, and accomplish the job. The contractor will be required to maintain a management office on Tyndall AFB, FL in order to receive work requests and provide other management services related to accomplishing individual task orders. Individual jobs will vary in size and will include tasks in a variety of trades, but not limited to the following: carpentry, road repair, roofing, excavation, electrical, steam fitting, plumbing, sheet metal, painting, demolition, concrete, masonry, welding, Heating Ventilating and Air Conditioning (HVAC), asbestos removal, etc. Commencement of the contract will be upon award and the duration will be a twelve (12) month base period with four (4) one year option periods.

2.GENERAL INFORMATION:

The following documents will be used in the execution of work under this contract:

a. SABER Contract Technical Specifications

(1) Technical Specifications are numbered and organized by the 1995 edition of the Construction Specification Institutes (CSI) Master Format. All specifications are filed in Division 1 through 16 and are to be used in conjunction with work authorization description and drawings that may be provided by the Government. Division 18 was created specifically to capture negotiated items not otherwise covered in the Unit Price Book (UPB). Division 17 is not used.

(2) Technical Specifications are directly referenced to the UPB. The CSI reference number in the technical specifications directly corresponds to UPB line items. Some specifications are broad scope in nature, contain a variety of items, and reference several UPB designators. Other specifications will not have UPB pricing information; these items are those which are special ordered from the manufacturer or the items involved would be proprietary to each manufacturer’s own equipment.

(3) Specification for line items are to be interpreted as follows: All items and methods in the line item specifications are to be considered part of line item cost, unless otherwise noted in the line item description.

(4) The intent of these specifications is to furnish concise industrial and/or commercial standards for maintenance, repair, demolition, and construction of government facilities.

b. Unit Price Book

(1) The UPBcontains pricing information for the description of the work to be accomplished in the unit of measure specified. The UPBconsists of Divisions 1 through 16 based on the 1995 Master Construction Specifications Institute (CSI) format. Unless otherwise specified in the UPB, prices include all material, direct and indirect labor, and equipment costs to complete the item of work described. Indirect materials shall be defined as materials associated as integral to the installation of an item without which the item cannot be properly installed. Section 00000 (Using the Unit Price Book) defines costs associated with line items in the UPB. No additional line items (priced or non-priced) shall be added to supplement the UPB costs.

(2) Unit prices are for complete and in-place construction and include all labor, equipment and material required to complete the task as described in the UPB.

(3) Standard working height can be up to 14’ above finished floor (AFF) and would include work up to two stories including attic. Working heights below 14’ AFF will not require any scaffolding line items. Line items (excluding masonry) include all labor, equipment and materials necessary to accomplish the work, to include but not limited to all ladders, scaffolding, etc. Unit Prices include delivery, unloading and storing materials, tools and equipment on site; moving, materials, tools and equipment from storage area or truck up to 2 ½ stories (2 stories with an attic) and within 125’ to reach the site.

(4) Unit prices exclude moving material and equipment greater than 2 ½ stories and handling material and equipment more than 125’ (See 01660).

(5) Unit prices include all fasteners such as anchor bolts, lag bolts, screws, adhesive, wedge anchors, expansion bolts, roofing clips (excluding hurricane clips) that are required. Fasteners listed separately in the UPB are for use with Owner furnished material and equipment or relocating or reinstalling existing material and equipment.

(6) Unit prices exclude more substantial mounting material such as threaded rod or angle iron unless the task description states otherwise.

(7) Equipment rental shall NOT be allowed as a direct cost to any Task Order. Under special circumstances such as performing work which is not normal for a given trade, equipment rental will be considered NPI. As an example the installation of new light fixtures in a high bay hanger would require a scissor lift or bucket truck since this type work is not routinely done by interior electricians they wouldn't be expected to have a scissor lift or bucket truck as standard tools.

(8) No adjustment for Task Order size will be allowed as a direct Task Order cost.

(9) Unit prices for doors and windows, duct work, plumbing fixtures, seamless floors, countertops, flashing, pitch pockets, skylights, curbs, roofing, etc. include sealant and caulking.

(10) Unit prices include testing, calibration, balancing and the like required to ensure proper installation, construction and performance (e.g. compaction test for backfill, balancing of heating ventilation and air conditioning, pneumatic or hydrostatic testing, soaping of joints, others as required).

(11) Unit prices for demolition include all labor, equipment and material required for the complete removal of the required items; clean-up of the area; and transferring down 2 ½ stories and within 125' of the site into a truck or dumpster for debris or to a designated area for owner requested items. Unit prices for demolition exclude costs for hauling and dump fees (See 02119), dumpsters (See 01510-2000), trash chutes (See 01510-1000), and handling materials more than 2 ½ stories or more than 125’ from the site (See 01660), unless the task description states otherwise. If the item being demolished is attached to another item being removed and can be removed as one item, then that item shall not be priced as a separate demolition task, unless the component alone must be demolished to accomplish the task (e.g. demolition of pipe includes pipe fittings unless the fitting must be demolished separately to accomplish the task; demolition of a wood door includes hinges, hardware, closures, kick plates, etc.). If requested by the owner, turn-in of salvageable items will be required.

(12) The description "replace" includes the demolition of the existing item and the installation of the new item.

(13) The descriptions "remove and relocate" or "remove and reinstall" includes the removal, cleaning of item and installation of the existing item in either the same location or another location.

(14) The description "reinstall" includes the cleaning and installation of the existing item.

(15) If the government specifies an item, which meets both the UPB definition, and the characteristics called out in the Technical Specificationsthe contractor is obligated to furnish that item, regardless of actual cost compared to the UPB cost.

3.WORK BY THE GOVERNMENT:

The Government is not obligated to issue any particular type of work under this contract and reserves the right to accomplish work using government workforces or other contracts, as the government deems necessary or desirable, and to do so will not breach or otherwise violate this contract.

4.TECHNICAL DESIGN SUPPORT:

a. The contractor's design capabilities are of utmost importance. The Contractor's staff shall have multidiscipline experience. Areas of required technical design competence shall include, but not be limited to architectural, civil, structural, mechanical, and electrical engineering, and drafting/surveying capabilities. The contractor's design must comply with the requirements of all building codes listed in Section 5 "Design/Construction Requirements".

b. The government will only provide basic concept design information for a specific work requirement. The contractor, using the concept design information, as well as all governing codes and SABER Specifications, will be required to complete the design and provide a detailed statement of work and construction drawings. Construction drawings must be complete to a point where the architectural, civil, environmental, structural, mechanical, and electrical drawings clearly indicate the proposed method of accomplishing the work.

c. If specifically required by the Contracting Officer, on a particular Task Order, the contractor may be required to furnish documents/drawings bearing the stamp and signature of a registered architect or engineer.

5.DESIGN/CONSTRUCTION REQUIREMENTS:

a. All design and construction accomplished pursuant to this contract shall comply with the latest edition of the following Building Codes, Regulations, and SABER Technical Specifications unless the Contracting Officer directs the contractor otherwise. The Contracting Officer prior to construction start-up must approve any exceptions in writing.

(1)International Building Code as modified by UFC 1-200-01, General Building Requirements, Chapter 2 and below:

(a)All references in the International Building Code to the International Electrical Code shall be considered to be references to NFPA 70.

(b)All references in the International Building Code to the International Fuel Gas Code shall be considered to be references to NFPA 54 and NFPA 58.

(c)All references in the International Building Code to the International Fire Code shall be considered to be references to UFC 3-600-01.

(d)The modifications to the International Building Code listed in UFC 1-200-01, General Building Requirements, Chapter 2, are based upon unique military requirements. In the case of conflicts between the International Building Code and the military criteria, use the military requirements. Military criteria other than those listed in Chapter 2 may be applicable to specific types of structures, building systems, or building occupancies. Such structures, systems, or buildings must meet the additional requirements of the applicable military criteria.

(2)NFPA 101 - Life Safety Code

(3)National Electric Code – NEC (NFPA 70)

(4)National Fire Protection Association (NFPA) code/reference series

(5)Unified Facilities Criteria (UFC),

(6)Air Force Engineering Technical Letters (ETL),

(7)Unified Facilities Criteria (UFC) 1-200-01, Design: GeneralBuilding Requirements

(8)Unified Facilities Criteria (UFC) 1-300-08, Criteria for Transfer and Acceptance of Military Real Property

(9)Unified Facilities Criteria (UFC) 3-400-01, Energy Conservation

(10)Unified Facilities Criteria (UFC) 3-600-01, Design: Fire Protection Engineering for Facilities

(11)Unified Facilities Criteria (UFC) 4-010-01, Design: DoD Minimum Antiterrorism Standards for Buildings

(12)Americans with Disabilities Act Accessibility Guidelines (ADAAG)

(13) Air Force Instruction, AFI 32-1023, Design And Construction Standards And Execution of Facility Construction Projects

(14)FloridaBuilding Code and BayCountyBuilding Codes

(15)State and Federal Regulations: Florida Administrative Code (FAC) 62, 62-4, 62-620, 62-621, and 62-25 FAC, 40 CFR 122.26, and 64FR 68722

(16)State and Federal Regulations: Chapter 469 Florida Statutes, 62-257 FAC, and 40 CFR 745

b. If there is a conflict between these codes, regulations and specifications the most stringent requirements shall apply at all times. These documents do not relieve the contractor for other building codes not addressed.

c. All construction must be in compliance with all Public Laws (P.L.), Executive Orders (E.O.), Code of Federal Regulations (CFR), Department of Defense Instructions (DODI) and

Department of Defense Directives (DODD) or other higher authority documents as applicable, as listed in MIL-STD-3007F Appendix B

d. Some trades will require proof of Florida State licensing/certification prior to commencing work on Tyndall AFB, including but not limited to work on Electrical systems, Communications systems, Roofing systems, Plumbing systems, HVAC systems, Fire Alarm and Suppression systems, hazardous material abatement, etc.

6.SUPERINTENDENCE BY THE CONTRACTOR:

a. At all times during performance of this contract and until the work is completed and accepted, the Contractor shall directlysuperintendthe work or assign and have on the worksite a competent superintendent who is satisfactory to the Contracting Officer and has authority to act for the Contractor. The superintendent is responsible for the proper coordination and timeliness of the work, and for the proper workmanship of all trades; therefore, his absence from the project site without a suitable substitute representative of the contractor shall be considered as damaging to the government. The ability of the superintendent, based on his knowledge and experience, is essential to the proper execution of the work, as is his ability to communicate and direct the efforts of those performing the work.

b. The superintendent shall be available on the project site within 15 minutes during all working hours, except for such incidental errands as required by his/her duties. If specifically required by the Contracting Officerdue to the size or complexity of a particular Task Order, a full time superintendent will be assigned and onsite during performance of all work related to the Task Order. One week prior to the start of work, the contractor shall submit in writing to the Contracting Officer, or designated representative, the name of the individual to serve as project superintendent.

7.PROVISIONS ON CONTRACTING OFFICER’S AUTHORITY:

a. No person other than a Contracting Officer shall have authority to modify the terms of this agreement. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this agreement and not withstanding any provisions contained elsewhere in this agreement, the said authority remains solely with the Contracting Officer. The contractor will not take direction from anyone other than the Contracting Officer or his/her representative. In the event the contractor effects any such changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any change in costs incurred as a result thereof.

b. It is the responsibility of the contractor to ensure all personnel (prime and sub-contractors) employed under this contract are informed of the Contracting Officer’s authority as indicated in paragraph a above.

8.NON-PRICED ITEMS (NPI):

a. Any item of work not found in the UPB but required for an individual Task Order shall be negotiated by the Contracting Officer as a NPI. The negotiated price of a NPIs will be the "in-place" price to include material, equipment, and labor (exclusive of the Contractor's or sub-contractor's indirect expenses such as overhead, profit, labor burden, etc) multiplied by the applicable percentage factor (Coefficient) in effect at the time of submission.

b. NPIs once negotiated and used in a Task Order will be added to Section 18 of the UPB only by supplemental modification to the SABER contract. Use of items previously added to the UPB in subsequent Task Orders shall be considered pre-priced items in subsequent Task Orders.

c. The contractor shall track the total non-priced dollar percentage for each Task Order and shall clearly indicate the percentage on each Task Order or modification proposal.

d. If the contractor's Task Order proposal includes any non-priced items those items shall be separately identified and priced. Proposed NPI prices must be documented by support information as specified below:

(1) A minimum of three (3) competitive contractor quotes which shall include; material(s) description with unit price and installation cost showing labor classification, hourly rate, and number of hours anticipated for each workman or;

(2) A complete breakout of material, labor, and other direct cost required to complete the specified work items shall be submitted in a format specified by the Contracting Officer.

e. Although “non-priced items” (NPI) of work will be negotiated, this shall not be construed to include elements of work which are not separately priced but which are incidental to or are customarily required for performance of a priced item of work.

9.COEFFICIENT

a. The contractor shall apply the appropriate price percentage factor (coefficient) for work at Tyndall AFB, FL and for each off-site location covering Standard Hours (Monday through Friday 0700 to 1600 hours) and Non-Standard Hours (any work outside normal duty hours). The unit prices as established by the UPB are multiplied by the coefficient to arrive at the actual price for a unit of work.