STANDARD I ORM 2 (5,4)
EBRUARY 1963 EDITION U.S. GOVERNMENT
GENERA/ SERVICES ACOAINISTRATION
FPR NI CFR) 1-15601 LEASE FOR REAL PROPERTY
DATE OF LEASE LEASE NO GS-028-19186
BUILD NG NO VI4035ZZ
71;4113
THIS LEASE, made and entered into this dale by and between VIN & TONI HOOVER PROPERTY MANAGEMENT, LLC
whose address is
and whose interest in the properly hereinafter described is that or owner herein after called The Lessor
and the UNITED STATES OF AMERICA. hereinafter called the Government.
Wrnesseth: the parties hereto for the considerations hereinafter mentioned. covenant and agrees as follows:
1. The Lessor hereby leases to the Government the following described premises:
A total of 12,770 rentable square feel (RSF). yielding 11,885 ANSMOMA office area square feet (ABOA) of office and related space
located on the second floor of a new building known and designated as Citizenship and Immigration Services located at 19F REM
ESTATE SMITH BAY, ST. THOMAS, U.S. VIRGIN ISLANDS, 00804 (EXHIBIT A). Parcel No. 1-3 East End Quarter as shown on PWO
No. D97832-T008. as shown on the demising floor plans labeled as EXHIBIT B. (the Tremisee). to be used for such purposes as
determined by the General Services Administration.
2. The Government shall pay the Lessor annual rent of:
SEE PARAGRAPH 10 OF THE RIDER
Rent for a lesser period shall be prorated. Rent checks shall be made payable to:
VIN & TONI HOOVER PROPERTY MANAGEMENT, LLC
3. TO HAVE AND TO HOLD the said premises with their appurtenances for the term beginning on
SEE PARAGRAPH 8 OF THE RIDER
4 The Government may terminate this lease:
SEE PARAGRAPH 9 OF THE RIDER
IN a. WHER sF,the parti hereto have hereunto subscribed thew names as of the date first above vn1tten
LESSOR: & TONI HOOV R PROPERTY MANAGEMENT, LLC
BY:
IN PRESENCE OF
_FY 4 /3
000•14)
UNITED STATES OF AMERICA, GENERAL SERVICES ADMINISTRATION
Or Lease Contracting Officer
(Sirs derzartriei
Page 1 of 5 Initials: Lessor & (1,0 •Gov't
EFTA01089772
5. COMMISSION AND COMMISSION CRFOIT
The Lessor and the Broker have agreed to a cooperating lease commission of 6.0% of the firm term value of this lease. The
total amount of the commission is $316,378.03. The Lessor shall pay the Broker no additional commissions associated with
this lease transaction. In accordance with the "Broker Commission and Commission Credit" paragraph, the Broker has
agreed to forego 40.0% of the commission that it is entitled to receive in connection with this lease transaction ("Commission
Credit"). The Commission Credit is 6126,651.21. The Lessor agrees to pay the Commission less the Commission Credit to
the Broker in accordance with the "Broker Commission and Commission Credit" paragraph in the SFO attached to and
forming a part of this lease.
Notwithstanding Paragraph 11 of this Standard Form 2, the shell rental payments due and owing under this lease shall be
reduced to fully recapture this Commission Credit The reduction in shell rent shall commence with the first month of the
rental payments and continue as indicated in this schedule for adjusted Monthly Rent:
First Month's Rental Payment $52,729.67 minus prorated Commission Credit of $31,637.80 equals $21,091.87 adjusted
First Month's Rent
Second Month's Rental Payment $52,729.67 minus prorated Commission Credit of $31,637.80 equals $21,091.87 adjusted
Second Month's Rent.
Third Month's Rental Payment $52,729.67 minus prorated Commission Credit of $31,637.80 equals $21,091.87 adjusted
Third Month's Rent.
Fourth Month's Rental Payment $52,729.67 minus prorated Commission Credit of $31,637.81 equals 621,091.86 adjusted
Fourth Month's Rent.
6. The Lessor shall furnish to the Government, as part of the rental consideration, the following:
SEE RIDER TO THE LEASE
7. The following are attached hereto and made part of:
1) Lease Rider, containing paragraphs 9 through 29;
2) Section 1.0, SUMMARY, paragraphs 1.1. 1.2, 1.5, 1.6, 1.9, and 1.11 through 1.13:
3) Section 2.0, AWARD FACTORS AND PRICE EVALUATION, paragraphs 2.2 and 2.3:
4) Section 3.0: HOW TO OFFER AND SUBMITTAL REQUIREMENTS, paragraphs 3.2, 3.3 and 3.5 though 3.7;
5) Section 4.0, UTILITIES, SERVICES AND LEASE ADMINISTRATION, paragraphs 4.1 through 4.12
6) Section 5.0. DESIGN CONSTRUCTION AND OTHER POST AWARD ACTIVITIES, paragraphs 5.1 through 5.14
7) Section 6.0. GENERAL ARCHITECTURE, paragraphs 6.1 through 6.12;
8) Section 7.0, ARCHITECTURAL FINISHES, paragraphs 7.1 through 7.14;
9) Section 8.0, MECHANICAL, ELECTRICAL. PLUMBING, paragraphs 8.1 through 8.18;
10) Section 9.0, FIRE PROTECTION, LIFE SAFETY AND ENVIRONMENTAL ISSUES, paragraph 9.1 through 9.12:
11) Section 10.0, LEASE SECURITY STANDARDS, paragraphs 10.1 through 10.21;
12) Section 11.0, SPECIAL REQUIREMENTS, paragraphs 11.1 though 11.3;
13) GSA Form 3517(8), General Clauses, paragraphs 1 though 48;
14) GSA Form 3518, Representations and Certifications, paragraphs 1 through 11;
15) Amendment number 1, 1 page;
16) Amendment number 2, 1 page:
17) Amendment number 3, 2 pages,
18) Amendment number 4, 3 pages;
19) EXHIBIT A, Legal Descnpbon of the Premises, 1 pages:
20) EXHIBIT B, Floor Plan highlighting the demised premises, 1 page:
21) EXHIBIT C, Site and Ground Plan with Elevations, 4 pages.
8 The following changes were made in this lease prior to its execution Paragraphs 9 through 29 have been added.
Page 2 of 5 Initials j Lessor & 1i4.1 Gov't
EFTA01089773
RIDER TO LEASE NO. GS-02B-19196
DHS-CIS, ST. THOMAS, U.S. VIRGIN ISLANDS
9. The term of the Lease shall commence upon completion of the leased space by the Lessor, and acceptance thereof by the
Government as 'substantially completed' as set forth in Paragraph 552.270-4 DEFINITIONS (SEP 1999) of the General
Clauses. All work shall be delivered by the Lessor as substantially completed no later than 160 working days after the
notice to proceed in accordance with paragraph 5.10 Construction Schedule of Tenant Improvements, in the SFO portion of
the Lease. The Government shall inspect the leased premises within 30 working days of its receipt from the Lessor of a
statement that the demised premises are completed and ready for occupancy. The actual commencement date shall be set
forth by a Supplemental Lease Agreement to be executed by the parties hereto.
10. The term of this Lease shall run for a period of ten (10) years full, ten (10) years firm with a fixed rent.
11. The Govemment shall pay the Lessor an annual rent as follows:
For years one (1) through ten (10), a total annual rent of 549.5502 per rentable square foot (RSF), or 563.2399 per USF for
a total of $632,766.05 per annum at the rate of $52,729.67 per month in arrears as adjusted by operating cost escalations.
12. TENna IMPROVEMENT ALLOWANCE: Pursuant to Paragraph 3.2, 'Tenant Improvement included in Offer,' the Lessor agrees to
contribute to the TI allowance $7.0420/ USF for a total of $665,203.45. The $665,203.45 will be amortized over the firm
term of the lease at an interest rate of 4.75% or $66,433.62 per year. In the event that the TI cost is less than $664,923.00.
it is understood that the actual TI cost balance vnll be amortized into the annual rent in the same manner as set forth herein.
In the case that the balance of the TI cost exceeds the TI allowance of $665,203.45, the Government shall pay the overage
by either a one-time, lump sum payment or by increasing the cost to be amortized during the firm term of the lease
agreement. Such additional payment(s) or rental reduction, If applicable, will be memorialized in a subsequent
Supplemental Lease Agreement (SLA).
13. OPERATING COST: Pursuant to Paragraph 4.3, 'Operating Costs: and paragraph 4.13 'Utilities Separate From Rental /
Building Operating Plan,' the rate for purposes of operating cost is established at a flat rate of $4.3393 per rentable square
foot (RSF) or $4.6624/ USF for years one (1) through ten (10) or $55,412.40 per annum (54.3393 X 12,770). The base cost
of service includes all utilities exclusive of tenant electric.
14. OVERTIME USAGE Pursuant to Paragraph 4.8, 'Overtime Usage.' upon request by the GSA Field Office Manager, the Lessor
shall provide heating, ventilation, and air-conditioning (I-WAG) at any time beyond normal service hours (7:00 a.m. - 5:00
p.m Monday through Friday, and except Federal Holidays (*Normal Hours')), and Saturdays from 7:00 a.m. — 6:00 p.m. at
$6.70 per hour.
15. ADJUSTMENT Fon VACANT PREMISES: Pursuant to Paragraph 4.4, 'Adjustment for Vacant Premises: in the event of the
Government vacating in whole or in part prior to lease expiration, the rental will be reduced $1.65 per ABOA per annum for
operating expenses. The Adjustment for Vacant Premises rate shall be escalated annually based upon Paragraph 4.3,
'Operating Costs.'
16. 24 HOUR Rooms: The Overtime Usage rate specified above shall not apply to any portion of the Premises that is required to
have heating and cooling 24 hours per day as specified by the Lease. The charges for heating and cooling of these areas
shall be provided at a cost of $1.19/ RSF per annum the Government after 'Normal Hours
17. TAx ADJUSTMENT: Pursuant to Paragraph 4.2, 'Tax Adjustment: for purposes of tax escalation, the Government occupies
12,770/ 12,770 rentable square feet (100%).
18. The Lessor also agrees to provide, during the entire lease term four (4) reserved, on-site parking spaces, under rent for
Government vehicles at no additional cost to the Government
19. UNAUTHORIZED IMPROVEMENTS: All questions pertaining to this Lease Agreement shall be referred in writing to the General
Services Administration Contracting Officer. This contract is between GSA and the Lessor. GSA assumes no financial
responsibility for any cost Incurred by the Lessor except as provided by the terms of the Lease Agreement or authorized in
writing by the GSA Contracting Officer. If Lessor delivers space with improvements not authorized or requested in writing by
the GSA Contracting Officer, then Lessor shall not be entitled to compensaton.
Page 3 of 5 lnitia Lessor 8 , Oki 'Gov't
EFTA01089774
RIDER TO LEASE NO. GS-02B-19196
DHS-CIS, ST. THOMAS, U.S. VIRGIN ISLANDS
20. WAIVER Or RESTORATION: The Lessor hereby waives, releases and discharges, and forever relinquishes any nght to make a
claim against the Government for waste, damages, or restoration arising from or related to (a) the Governments normal and
customary use of the leased premises during the term of the lease (including any extensions thereof), as well as (b) any
initial or subsequent alteration to the leased premises, including cabling, or removal thereof. during the term of this lease
(including any extensions thereof), where such alterations or removals are performed by the Lessor or by the Government
with the Lessor's consent, which shall not be unreasonably withheld. The Government may, at its sole option, abandon
property in the leased space following expiration of the Lease, in which case the property will become the property of the
Lessor and the Government will be rebeved of any liability in connection therewith.
21 Wherever the words 'offeror" or "successful offeror appear in this Lease, they shall be deemed to mean 'Lessor' wherever
the words 'Solicitation for Offers' or 'SFO' appear in this Lease, they shall be deemed to mean 'this Lease wherever the
words -space offered for lease' appear in this Lease, they shall be deemed to mean leased premises,' "premises" or
'Premises," and wherever the word 'Lessee is used herein, it shall be deemed to mean the 'Government."
22. If during the term of this Lease including extensions, title to this property is transferred to another party either by sale,
foreclosure, condemnation, or other transaction, the Lessor shall promptly notify the Contracting Officer of said transfer.
The following information shall accompany this notification:
a) A certified copy of the deed transferring title to the property from the owner to the new owner.
b) A letter from the new owner assuming, approving and agreeing to be bound by the terms of this Lease.
c) A letter from the Lessor waiving all rights under this Lease against the Government up to the effective date of the
transfer.
d) The new owner's employer identification or Social Security Number.
e) The new owner's full legal name. If a corporation, indicate the state of incorporation. If a partnership, list all
partners fully. If a limited partnership, list all general partners fully and identify under the laws of which state the
limited partnership is created. If a realty trust, give names of all trustees and the recording date of the trust.
f) The new owner must provide a DUNS number.
g) A completed 'Payment Information Form' SF3881 (Provided to the Lessor by the Government).
The foregoing information must be received by the fifteenth day of the month in which the transfer of title will be affected.
The rent for that month, adjusted in accordance with the effective date of the transfer will be processed to the Lessor.
Initial rental payment to the new owner will be processed on the first day of the second month following the transfer of title.
If the notification of transfer and related information is not received until the sixteenth day of the month (or later), in which
the transfer of title will be effected, the full contract rental for that month will be forwarded to the Lessor. In this instance, it
will be the responsibility of both the Lessor and the new owner to submit in conjunction with other requested information, a
letter of agreement regarding disposition of the monthly rent with respect to the effective date of transfer. In any instance,
failure to submit the documentation required for transfer of title will result in stop payment of rent until such time as all
documentation is received by the Contracting Officer.
23. The Lessor shall be solely responsible for the technical accuracy of the construction documents to be developed by the
Lessor from the approved lay out drawings and the construction of the leased premises as required by the Lease. include.
but not limited to air conditioning requirements, lighting placement, plumbing and fire and safety requirements.
24. The Lessor shall not enter into negotiations concerning the space leased or to be lease with representatives of Federal
agencies other than the officers or employees of the General Services Administration or personnel authorized by the
Contracting Officer.
25. Each employee of the Lessor and/ or its contractor(s) employed in connection with the operation of the Building shall be (1)
a citizen of the United States of Amenca; (2) an alien who has been lawfully admitted for permanent residence as evidenced
by Alien Registration Receipt Card, Form 1-151; or (3) an alien who present other evidence from the Immigration and
Naturalization Service that employment will not affect his/ her immigration status.
26. The Lessor is a Limited Liability Company and a Small Business. The tax identification number is 20.3100496. The DUNS
number is 072795269. The lease signing authority is VIN & TONI HOOEVER PROPERTY MANAG ENT, LLC.
Page 4 of 5 InRta Lessor & 0,1) Gov't
EFTA01089775
RIDER TO LEASE NO. GS-02B-19196
DHS-CIS, ST. THOMAS, U.S. VIRGIN ISLANDS
27 The Tenant Improvement Fee Schedule is as follows and the Lessor agrees not to exceed these figures:
A. The General Conditions will not exceed 6% of the total subcontractor's costs.
8 The General Contractors fee will not exceed 10.0% of the total subcontractors costs.
C The Architectural/ Engineering fees will not exceed $3.00 PER USF.
D The Lessor's Project Management fees will not exceed 6% of the total subcontractor's costs.
4t 733.52
28. Pursuant to SFO paragraph 3.1(8)(5)(k),the Lessors estimated delay rate is hereby established as 111-,000.:00 per diem.
This rate shall be used in determining the Lessors entitlement for Government-caused delay, if any, by multiplying the rate
by the total number of compensable work days. Evaluation of the estimated delay costs shall not obligate the Government
to relieve the Lessor of its burden to establish entitlement to compensation for delays which may occur on the project.
29. The Lease shall not be binding on either party until it has been executed by a duly authorized official of the General Services
Administration and the Lessor.
Page 5 of 5 Initials Lessor & CO.Gov't
EFTA01089776
SOLICITATION FOR OFFERS
THE GENERAL SERVICES ADMINISTRATION
FOR
Department of Homeland Secunty
United States Citizenship and Immigration Services
IN
Saint Thomas. United States Virgin Islands
NAME: Carmen Hernandez
TITLE. Lease Contracting Officer
The information collection requirements contained in this Solicitation/Contract. that are not required by the regulation.
have been approved by the Office of Management and Budget pursuant to the Paperwork Reduction Act and assigned
the OMB Control No. 3090-0163.
SFO NO 0012017 INITIALS.
12/29/2010 1 SSOR GOV'T
EFTA01089777
TARI F OLOINTF
1.0 SUMMARY ~„„„„.....,,, 5
1.1 AMOUNT AND TYPE OF SPACE (AUG 2008) 5
1.2 UNIQUE REQUIREMENTS (AUG 2008) 5
1.3 LEASS-TERM4SFIP-30004 6
1.4 QFPC44-12416-0.436-(AUG-3008) 6
1.5 ACCESS AND APPURTENANT AREAS (AUG 2008) 8
16 SERVICES. UTILITIES. MAINTENANCE: GENERAL (AUG 2008) 6
1.7 AREA OF CONSIDERATION (AUG 2006) 7
1.8 LOCATIQM-44840643R4)4JZSIOE-C414-Gata.C.20911 7
1.9 OCCUPANCY DATE (AUG 2006) 7
1.10 NCCOTINTIONS ("LW 3^^9 7
1.11 QUALITY AND APPEARANCE OF BUILDING (AUG 2008) 8
1.12 BUILDING SHELL REQUIREMENTS (AUG 2008) 8
1.13 LABOR STANDARDS (AUG 2003) 9
2.0 AWARD FACTORS AND PRICE EVALUATION 10
2.1 AWARDBASGO-ON-PRICE-(SSP-2000) 10
2.2 SEISMIC SAFETY (FEB 2007) 10
2.3 HISTORIC PREFERENCE. GSAR 552.270-2 (SEP 2004) 11
2.4 BROIKR-GO/AMISSION-ANQ-COMMISSIGN-CRSGIT-(NOV-2OO6) 12
2.5 PRICS-WAIUMION-(PRESSNT-VALUE)-(AWG-2OO8) 12
2.6 AWARD-(A4464008) 13
3.0 HOW TO OFFER AND SUBMITTAL REQUIREMENTS 14
3.1 OFFER-PROC6DUR6S4AUG-300.) 14
3.2 TENANT IMPROVEMENTS INCLUDED IN OFFER (AUG 2008) 16
3.3 TENANT IMPROVEMENT RENTAL ADJUSTMENT (AUG 2008) 16
3.4 GSASORMS.AND-FIR4CING-84CORMATIO/44AUG-3008) 17
3.5 EVIDENCE OF CAPABILITY TO PERFORM (SEP 2009) 18
3.6 BUILDING AND SITE INFORMATION SUBMITTALS (SEP 2009) 18
3.7 GREEN LEASE SUBMITTALS (SEP 2010) 19
igMbIbMWTV.tititiUti.l
4.0 UTILITIES, SERVICES, AND LEASE ADMINISTRATION -
4.1 MEASUREMENT OF SPACE (AUG 2008)
42 TM ADJUSTMENT (AUG 2008)
4.3 OPERATING COSTS (SEP 2009)
4A ADJUSTMENT FOR VACANT PREMISES, GSAR 552270-18 (VARIATION) (DEC 2005)
4.5 NORMAL HOURS
4.6 OVERTIME USAGE (AUG 2008)
4.7 UTILITIES (AUG 2008)
4.8 JANITORIAL SERVICES (AUG 2008)
4.9 SCHEDULE OF PERIODIC SERVICES (DEC 2005)
4.10 LANDSCAPE MAINTENANCE (AUG 2006)
4.11 MAINTENANCE AND TESTING OF SYSTEMS (AUG 2008)
4.12 NOVATION AND CHANGE OF NAME (AUG 2008)
4.13 NCA/AZIONI-N.W.CNANGS-OF-NAMS-(AUG-20019
£0 DESIGN, CONSTRUCTION, AND OTHER POST AWARD ACTIVITIES 27
5.1 UNIT COSTS FOR ADJUSTMENTS (AUG 2008) 27
5.2 TENANT IMPROVEMENTS PRICING REQUIREMENTS (SEP 2009) 27
5.3 SUBSEQUENT TENANT ALTERATIONS $100,000 OR LESS (AUG 2006) 27
5.4 WORK PERFORMANCE (SEP 2000) 28
5.5 RESPONSIBILITY OF THE LESSOR AND LESSOR'S ARCHITECT/ENGINEER (AUG 2008) 28
5.6 LIQUIDATED DAMAGES (AUG 2008) 28
5.7 EXISTING FIT-OUT. SALVAGED, OR RE-USED BUILDING MATERIAL (SEP 2000) 28
5.8 CONSTRUCTION WASTE MANAGEMENT (AUG 2008) 28
5.9 INDOOR AIR QUALITY DURING CONSTRUCTION (DEC 2007) ..............................-........................-....................- 29
5.10 CONSTRUCTION SCHEDULE AND ACCEPTANCE OF TENANT IMPROVEMENTS (SEP 2009) ...................................._.- 30
5.11 PROGRESS REPORTS (AUG 2008) 32
5.12 CONSTRUCTION INSPECTIONS (AUG 2008) 32
5.13 FLOOR PLANS AFTER OCCUPANCY (DEC 2005) 32
5.14 WAIVER OF RESTORATION (AUG 2008) 32
6.0 GENERAL ARCHITECTURE 33
6.1 ACCESSIBILITY (FEB 2007) 33
62 EXITS AND ACCESS (DEC 2007) 33
SFO NO. 9V12O17
12/29/2010 2
& GOVT
EFTA01089778
UttrtXUtliSeU
6.3 DOORS: EXTERIOR (SEP 2000)
6.4 WINDOWS (SEP 2009)
6.5 WINDOW COVERINGS (SEP 2009)
66 FLOORS AND FLOOR LOAD (SEP 2000)
67 CEILINGS (SEP 2009)
6.8 ACOUSTICAL REQUIREMENTS (SEP 2009)
6.9 PARTITIONS: GENERAL (DEC 2007)
6.10 PARTITIONS: PERMANENT (SEP 2000)
6.11 BUILDING DIRECTORY (DEC 2005)
6.12 LANDSCAPING (SEP 2000)
6.13 FI.AGI204.S-ANS‘LNSPIAW(AUG.3008)
7.0 ARCHITECTURAL FINISHES.- ---- 36
7.1 RECYCLED CONTENT PRODUCTS (COMPREHENSIVE PROCUREMENT GUIDELINES) (SEP 2000) 38
72 ENVIRONMENTALLY PREFERABLE BUILDING PRODUCTS AND MATERIALS (DEC 2007) 38
7.3 FINISH SELECTIONS (AUG 2008) 38
7A WOOD PRODUCTS (AUG 2008) 313
7.5 ADHESIVES AND SEALANTS (AUG 2008) 37
7.6 DOORS: SUITE ENTRY (AUG 2008) 37
7.7 DOORS: INTERIOR (AUG 2008) 37
7.8 DOORS: HARDWARE (DEC 2007) 37
72 DOORS: IDENTIFICATION (SEP 2000) 37
7.10 PARTITIONS: SUBDIVIDING (SEP 2009) 37
7.11 WALL FINISHES (AUG 2008) 38
7.12 PAINTING (SEP 2009) 3e
7.13 FLOOR COVERING AND PERIMETERS (AUG 2008) 39
7.14 CARPET TILE (AUG 2008) 40
IL 0 MECHANICAL, ELECTRICAL, PLUMBING .._.....»..»........._..„.„...„.._.._..._ 41
8.1 MECHANICAL ELECTRICAL. PLUMBING: GENERAL (AUG 2008) 41
8.2 BUILDING SYSTEMS (AUG 2008) 41
8.3 ENERGY EFFICIENCY AND CONSERVATION (SEP 2010) 41
8.4 INSULATION: THERMAL. ACOUSTIC, AND HVAC (AUG 2008) 42
8.5 DRINKING FOUNTAINS (AUG 2008) 42
8.8 TOILET ROOMS (AUG 2008) 42
8.7 TOILET ROOMS: FIXTURE SCHEDULE (SEP 2000) 43
8.8 JANITOR CLOSETS (DEC 2007) 43
82 HEATING AND AIR CONDITIONING (AUG 2008) µ
8.10 VENTILATION (AUG 2008) µ
8.11 ELECTRICAL: GENERAL (SEP 2000) 45
812 ELECTRICAL DISTRIBUTION (AUG 2008) 45
8.13 TELECOMMUNICATIONS: DISTRIBUTION AND EQUIPMENT (SEP 2000) 45
8.14 TELECOMMUNICATIONS: LOCAL EXCHANGE ACCESS (AUG 2008) 48
8.15 DATA DISTRIBUTION (AUG 2008) 48
8.18 ELECTRICAL, TELEPHONE. DATA FOR SYSTEMS FURNITURE (AUG 2008) 48
8.17 ELEVATORS (AUG 2008) 47
8.18 LIGHTING: INTERIOR AND PARKNG (SEP 2009) 47
9.0 FIRE PROTECTION, LIFE SAFETY, AND ENVIRONMENTAL ISSUES 49
9.1 MEANS OF EGRESS (SEP 2007) 49
9.2 AUTOMATIC FIRE SPRINKLER SYSTEM (AUG 2008) 49
9.3 FIRE ALARM SYSTEM (AUG 2008) 49
9.4 OSHA REQUIREMENTS (SEP 2000) 49
9.5 ASBESTOS (SEP 2000) 49
9.6 INDOOR AIR QUALITY (DEC 2007) 50
9.7 RADON IN AIR (AUG 2008) 50
9.8 RADON IN WATER (AUG 2008) 50
9.9 HAZARDOUS MATERIALS (OCT 1995) 50
9.10 RECYCUNG (DEC 2007) 51
9.11 OCCUPANT EMERGENCY PLANS (AUG 2008) 51
9.12 MOLD (AUG 2008) 51
10. 0 LEASE SECURITY STANDARDS- -62
10.1 GENERAL REQUIREMENTS (NOV 2005) 52
10.2 DETERRENCE TO UNAUTHORIZED ENTRY (NOV 2005) 52
10.3 ACCESS TO UTILITY AREAS (NOV 2005) 52
10.4 EMERGENCY POWER TO CRITICAL SYSTEMS (SEP 2009) 52
10.5 MECHANICAL AREAS AND BUILDING ROOFS (NOV 2006) 52
10.8 ACCESS TO BUILDING INFORMATION (NOV 2005) 52
10.7 POSTING OF GOVERNMENT RULES AND REGULATIONS (TENANT IMPROVEMENT) (NOV 2005) ...__....._................... 53
EEO NO. 9VI2017 INITIALS:
12/29/2010 3
EFTA01089779
10.8 DEVELOPMENT. IMPLEMENTATION, AND PERIODIC REVIEW OF OCCUPANT EMERGENCY PLANS (NOV 2005) 53
10.9 BUILDING SECURITY PLAN (NOV 2005) 63
10.10 ADDITIONAL SECURITY MEASURES AS DETERMINED BY THE GOVERNMENT (NOV 2005) 53
10.11 IDENTITY VERIFICATION OF PERSONNEL (MAY 2007) 53
10.12 ENTRY SECURITY: SECURITY GUARDS (NOV 2005) 53
10.13 ENTRY SECURITY: XRAY AND MAGNETOMETER AT PUBLIC ENTRANCES (NOV 2005) 53
10.14 ENTRY SECURITY: INTRUSION DETECTION SYSTEM WITH CENTRAL MONITORING CAPABILITY (NOV 2005) 64
10.15 ENTRY SECURITY: ENTRY CONTROL WITH CCTV AND DOOR STRIKES (TENANT IMPROVEMENT) (NOV 2005) 54
10.18 SECURE HVAC: AIRBORNE HAZARDS (NOV 2005) 54
10.17 PARKING SECURITY REQUIREMENTS (NOV 2005) 54
10.18 CCTV MONITORING: CCTV SURVEILLANCE CAMERAS WITH TIME LAPSE VIDEO RECORDING (NOV 2005) 54
10.19 CCTV MONITORING: POST SIGNS ADVISING OF 24-HOUR VIDEO SURVBLIANCE (TENANT IMPROVEMENT) (NOV 2005) 54
10.20 SHATTER-RESISTANT WINDOW PROTECTION REQUIREMENTS (NOV 2005) (BUILDING SHELL) 54
10.21 TEMPORARY SECURITY UPGRADE DUE TO IMMEDIATE THREAT (NOV 2005) 54
11.0 SPECIAL REQUIREMENTS 55
11.1 SPECIAL REQUIREMENTS: U.S. CITIZENSHIP AND IMMIGRATION SERVICES: FIELD OFFICE SPECIAL REQUIREMENTS.
SAINT THOMAS. USVI (PAGES 1-35) 55
11.2 SPECIAL REOUREMENTS: U.S. CITIZENSHIP AND IMMIGRATION SERVICES: COMPUTER AND TELEPHONE ROOM
STANDARDS. 55
11.3 SPECIAL REQUIREMENTS: U.S. CITIZENSHIP AND IMMIGRATION SERVICES: STRUCTURED CABLE PLANT STANDARDS. 55
SFO NO. 9V12017 INITIAL * & Oil •
12/29/2010 4 SSOR GOVT
EFTA01089780
1-o SUMMARY
1.1 AMOUNT AND TYPE OF SPACE (AUG 2008)
A. The General Services Administration (GSA) is interested in leasing approximately 14 235 rentable square feet of space. The
rentable space shall yield a minimum of 12,378 ANSUBOMA Office Area (ABOA) square feet to a maximum of 12 997
ANSI/BOMA Office Area square feet, available for use by tenant for personnel, furnishings, and equipment. Refer to the
'Measurement of Space paragraph in the UTIUTIES. SERVICES AND LEASE ADMINISTRATION section of this Solicitation
for Offers (SFO).
8 The Government requires four (41 reserved, on-site parking spaces, under rent, for Government vehicles. These spaces
shall be lit in accordance with the Security Section in this Solicitation. The cost of this parking shall be included as part of the
rental consideration. Additionally, thirty-seven (37) parking spaces shall be commercially available within 680 walkable linear
feet from the entrance of the offered space. Satisfactory public transportation (bus and/or light rail) must be available within
1.500 walkable linear feet of the offered space.
C. The offer shall 1) be for space located in a quality building of sound and substantial construction as described in this SFO.
2) have a potential for efficient layout. 3) be within the ABOA square footage range to be considered. and 4) be in compliance
with all of the Government's minimum requirements set forth herein.
D. The design of the space offered shall be conducive to efficient layout and good utilization as determined by the Government.
To demonstrate potential for efficient layout the Offeror may be requested to provide a test fit layout at the Offeror's expense
when the space offered contains certain features like:
1. Narrow column spacing:
2. Atriums, light wells, or other areas interrupting contiguous spaces;
3. Extremely long. narrow runs of space;
4. Irregular space configurations: or
5. Other unusual building features.
6. The Government will advise the Offeror if the test fit layout demonstrates that the Government's requirement cannot be
accanmodated within the space offered. The Offeror will have the option of Increasing the ANSI/BOMA Office Area
square footage offered, provided that it does not exceed the maximum ANSUBOMA Office Area square footage in this
SFO. If the Offeror Is already providing the maximum ANSI/BOMA Office Area square footage and cannot house the
Government's space requirements efficiently, then the Government will advise the Offeror that the offer is unacceptable.
E. Unless otherwise noted, all references .n this SFO to square feet shall mean ANSUBOMA Office Area square feet (ABOA). The
less ANSI/BOMA Office Area (ABOA) and usable square feet (usf) are used interchangeably throughout this SFO and its
attachments.
F. Approximately one hundred (100) square feet of the ANSUBOMA Office Area space required above will be used for the
operation of a vending facility(ies) by the blind under the provisions of the Randolph-Sheppard Act (United States Code
20 USG 107 et. seq.). The Government will control the number, kind, and locations of vending facilities and will control and
receive income from all automatic vending machines. The Lessor is required to provide necessary utilities and to make related
alterations. The cost of the improvements will be negotiated, and payment will be made by the Government either on a lump
sum basis or a rental increase.
The Govemment will not compete with other facilities having exclusive nghts in the building. The Offeror shall advise the
Government if such rights exist. During the term of the lease. the Lessor may not establish any vending facilities within the
leased space that will compete with the Randolph-Sheppard vending facilities.
1.2 UNIQUE REQUIREMENTS (AUG 2008)
The offered building and/or location must have the following features:
A. If two (2) floors are proposed, they must accommodate 8.425 ANSUBOMA usable office space (all operations and public
contact, including ASC) on one floor and 3.953 ANSUBOMA usable office space (administration. support and special purpose)
on the other floor.
B. The public entrance cannot be located within three hundred (300) walkable linear feet of the property tine of K-12 schools and
law enforcement agencies.
C. A design test fit to determine if the Agency's Space Requirements can be met within the existing space or in the to-be
constructed space offered and shall be submitted with the Initial Proposal.
D. The building must include a loading dock or acceptable alternative for receipt or pick-up of palet-sized loads. The dock area
and adjacent truck loading area can be the same grade as the offered space.
E. Column spacing must be a minimum of 24' x 24'.
SFO NO. 9VI2017 INITIAL
12/29/2010 5
EFTA01089781
F. Site plans showing all access points: building entrances and exits; and anticipated location of security devices must be
provided at fifty-percent (50%) completion of the construction drawings in accordance with SFO paragraph 5.11 C. Al this
time, the successful Offeror will also provide detailed specifications on the anticipated security systems for Government review
and approval.
G. See attached USCIS Special Requirements. If information in the USCIS Special Requirements conflicts with the SFO. the
USCIS Special Requirements supersedes the SFO.
H. The tenant space must meet the requirements of LEED!!) CI (Leadership in Energy and Environmental Design for Commercial
Interiors) Certified level at a minimum. The successful Lessor, at the Lessor's expense. shall obtain certification from the U.S.
Green Building Coyne's! (USGBC) within 9 months of project occupancy. For requirements to achieve certification, Lessor must
refer to latest version at the time of submittal of the LEEDS-CI Reference Guide at httprniww.usgboorg/LEED/Cl. At
completion of LEED0ri documentation and receipt of (mat certification, the Offeror must provide the Government two electronic
copies on compact disks of all documentation submitted to USGBC. Acceptable file format Is Adobe POP copied to disk from
the LEEDSOnline workspace and templates. In addition, the Offeror will provide the Government viewing access to the
LEEDS-Online workspace during design and through the term of the lease.
I. Pnor to the end of the first 9 months of occupancy. if the Lessor fails to achieve LEED0 certification, the Government may
assist the Lessor In implementing a corrective action program to achieve LEEDS certification and deduct its costs (including
administrative costs) from the rent.
J. For New Construction: Preliminary Construction Schedule demonstrating the Offeror can meet the timelines as spelled out in
Section 5.10 of the SFO.
K. For New Construction: Phase I Environmental Site Assessment (Phased I ESA).
L. Four (4) letters of reference from current or poor tenants of comparable protects. expressing satisfaction with respect to the
lease administration/management of their space. Letters will also address the following issues:
1. To what extent maintenance problems occur(ed). and If so. the nature of the problem (roof leaks. HVAC levels, pest
infestation, etc.).
2. The extent such deficiencies were corrected on a timely basis, with minimum disruption to the tenant's operation.
Offerors are required to submit a minimum or one letter.
3. As a minimum, the reference letters shall include the following:
a. Tenant/client's company name:
b. Primary point of contact for the company;
C. CURRENT Phone number(s) for the point of contact AND E MAIL ADDRESS;
d. Timeframe during which the tenant occupied the prospective Offerors building;
e. Nature of the relationship or extent of work/project type with the prospective Offeror (i.e. developer/client; property
manager/tenant).
Offerors are required to sign and mall a copy of an Authorization and Release Statement to each reference and
submit a copy of the signed form with the initial offer. The Government will not contact references whose names
are not accompanied by a signed Authorization and Release Statement (Included In the offer package).
LEASE-TERAI4S611-2000)
The-lease-tean-is-for4lbeent4.6)- yeanclen-4403)-yea+s-fiirn—GSA-may-leirisinate-thse-lease-m-vaiete-w-40-partalter-lhe-tenni-(1e)
4 .411
OFFER Drip OAT': (AU" ' mutt
'— it a by r yr 4, 2041 and Oa" r-ma ri open unit a•-yrd
1.5 ACCESS AND APPURTENANT AREAS (AUG 2008)
The right to use appurtenant areas and facilities is included. The Government reserves the right to post Government rules and
regulations where the Government leases space. See the Lease Security Standards section of this SFO for additional information.
1.6 SERVICES, UTILITIES, MAINTENANCE: GENERAL (AUG 2008)
Services, utiles. and maintenance shall be provided by the Lessor as part of the rental consideration. The Lessor shall have an
onsite building superintendent or a locally designated representative available to promptly respond to deficiencies, and mmedialebi
address all emergency situations.
SFO NO. 9VI2017
12/29/2010 6 GOVT
EFTA01089782
1.7 AREA OF CONSIDERATION (AUG 2008)
EuiklingokiMich4ase-and-have-streel addresses detinealed-arna.
Noflfr Sprig Parb Prini arid Borino Esporance Parch through to the end of Mandtil Providence at Tu'n Bay:
Sou4IN—All-powas-kont-Gewbeirincluclifsg—lorsey-Ray,a14-soneancleag-points-and-bay-going-East-to-i4aLsollaslancl,BLona-Ray:
Wera-Grogono-GhannetaktsboOlo-Poinh-R441-PoleL
EaraL---Allpointo-tfors.Renlaoint,14ing-AkpearSieweLs-Bayr8lack.-P sA
bender
Woe*. Al' -ea "oats hare Tarn Paw-Sfentt-Ray-Roacl-lo-a41-sea-konts-inoloding-Sted-HooltrComPet-RatIrlIt441O1-aO4496-4O-Creall
SI—lameolsland-
An-awatd-o4-eon1fast-will-nel-be-mane-foL-a-pLopoity4ocaied-wintia-a-one-hustdo34-(400)-yeat-basa-lood-plain-Or-weband-unless-the
Government-has-delermineOLhalhere-is-no-pfacticable-allernafive,
441—LOCATION:-INSIOSOR-OUSSIOS-C1124-CENTER4AUG-2008)
A-GLI7L-GENTER44E4GI4EORNOG43
4 -.SaciiNes4.-Space-shal4-tio-locatocl-in--a-ganne-conanersial--ottios-distsicl-w4I4-.10factiver-p440044 8840001
serfoundatge-innh-a-pLevatence-of-inodern-design-annies-taslefut-fehabililalion-rn-rnodem-userS440046-ancl-pehlts
sidennIks-sna1I-to-well-rnairnained,
2 e*ing-Tbe-pak4ng-4o-squese-4oet..a4io-aua4aOle-on-s4e-thal4-al_least moot ctxrp fit local code requirements. Na
minnnumrfoon(4)-fesented-packing-spases-ontale-and4hirty-seven-(33)-parking-spaces-shal4-be-Sominefsially-ava•lable
ninlitis-884-waticableanow4oN4narn4neentsanoe-01-the-olieLe4apaso.
a—Location-iknenitiost-A-kasety-of-ineopensive-oc-modecately-ptice4-464-foc4-ancliw-ea444*-feraaticaats-thall-be-tocated
vaininana-tramediaTe-violinty-of-Ine-binkfingr bul--beweiralty-not-exceecbag-3640-wailtable-linem-feet-of-tho-emptoyee
enkanco-ol-Me-offered-buiklingr ao4lelembaeatrthe-sontraoling-officen-OlheLemplor`cur" cat seen-- rota stops.
eteanersr banks,-etc, shall alto-be-located v,ithin the immediate vicinity of thebu4dngrb4genea4tt ot-exceed.ng-2,640
wg"gbte feet of the eniployco entrance of the of'err' "' -'ing. as delesnia& by "^ ^- 0-^ 4^3 "men,.
4. P.Vic Trnerponatir 0- or more pubiu^ co. c-rp- buslines-usable-by4onant-ocoupants-sna4-be-tocaled-ianno-the
fforn0040140- 44949.01-044h0- 0448S094-ITS- 9enehlIlt"P94-0844904489-1, 50:1-kvalkable-linear- leet- ae- deteLmine0-ny-the
ra^a^^1^3 off'-nr,
frooburpiness-park-tha444.4noLlernan4lesignvoth-a
campos4ike-alfficisphore-oc-24-pri-ace-attrachirely-taPacapect-sile-com4a4nicig-ons-or-moce-moclern4Ace-bukPags4tial-aie
professional and prestigious in appearance vith the surrour'dng development velt rnakitainodaadacoesoaance.ush-a
pcotessiosiaLanage.
2. Parking. The parking to-square fool ratio availab'o on tie chafl at least meet cur; v am"' code fesarafr-V- Pt
allemo.1". fner--(4)-aw—t-p-kfri Tars .,...:r.. " 4 Vint-cairn 0/ epy-er &inn ha
vernin-660-walkableIinear.4eet4fornIno-ealsanco-oithe-oiforectspase,
3—Location-Ameailies:-A-varie4y-ot-mexpeasime-otaadetately-priced-tar4494:4-aacti-oc-ea4-in4eslaufants-stia/I-be-lecated
velninine4rnmethale-ViCifiliY-of4ne-butklingr bul-genetally-sol-enceeding-a-vankabte444nite-ol-Ine-ompteyee-enkanscaof
the.-offesecl-boiklaig.-ae-cleksmined-by4he-Conlmottng-Otriser-Olnef-empioyee-seensoor owen-as-fetatt-enopsroteanenst
banker olorstial4-be-locatecl-v4Thin-tho-iromodiakt-vionety-of-ino-innktinprhoLgenetallymol-exeseding-a-valkable444nile
of-rne-employee-ennanoe-e44haolLeLed-boilding-aodelermicteclby-thoContfasting-Olficer,
4-1.4443/aRt-QU4RE4Abba;
The-C4fetw-shall-provide-a-map-showing-amenities-and-Onianse-manced-le-the-sito-vnth-the-inibal-ottee-to-the
Goyetricren4aee-theauilckagaricl-S4le-Inforrnakon-Subrailiakrparawaph-for-the-infecmatioci-thatsnuel-be-pcomedeck
1.9 OCCUPANCY DATE (AUG 2008)
Benefical occupancy is required one-hundred fifty (150) working alter the Government's Notice to Proceed of Tenant Improvements.
4.40 NEGOTIATIONS (4&11v 3441N
ArNegoltabono4set-be-oonduotedon-behalf-anwG0Le141FRefg-bji-the-GSA-Gentraottng-Olbser Ther SA GratiraranbO,44ees
designated-Leinesentative),—The-Contrabling-Officeois-isamenon4Poi04134-444bis-SPOrCSA-v484tegoSate-the-fontaIpace-tor
the -t'-' torm. any renewal pe'iedc. and any ct"e' acpec of the offer as deemed necessary
8. Thu Offerer chafi not o"te ito 'flotlabenc co"co'nul ths-cp-"-- to-rad-of to-beasabockientl-rnofesentatitees-01-tedecat
agonnes otIneothan-the Gortkactinci4)14seow-dern9see-
EFO NO. 9V12017 INITIALS
12/29/2010 7 LCSSOR GOVT
EFTA01089783
C---The--Conirositrag-Qtficer-or-lberi-deriimated-rectesenlative-will-conducli-oral-ori-voriUm-negolialin 'nth an Offe•m6 that -re
im4hin-lhe-corripelitive-range—The •-onte."- ranin•etag Off ,rn , an 0," hart Of cod or ire
and-oitier-factors-44-anyythal-are-stated-rn4his-SFO-arid-wiWincluclei-a4-4344M-rnos444ghly-rated-proposalscitnies4-4he-range-is
luritier-roduciedfmpurposes-P-elfictency—QUerero-whe-aro43 /4 4-4446406.41.4Ifie-sompel4ive-range-wiribe-notifierl-in-wriling.
An ()tiara's will be Provided-arearonableopirockinity4o-submibany-r,obl-or-pricertecihnicalror-other-revittons-lo-their-oller-thal
may-10604-friarn-the-negoliations.—Negotialionsa44-be-cloce4-wa-subtnission-til-Rinal-Rreposal--Ilevistans+El'est-and-Rinag
Ow*
QUALITY AND APPEARANCE OF BUILDING (AUG 2008)
The space offered shall be located in a modem office building with a facade of stone, marble, brick, stainless steel, aluminum. or
other permanent materials in good condition acceptable to the Contracting Officer. If not in a new office building, the space offered
shall be in a building that has undergone, or will complete by occupancy, first class modernization or adaptive reuse for office space
with modern conveniences. If the modemizabon work is underway or proposed, then architectural plans acceptable to the
Contracting Officer shall be submitted as part of the offer. The building shall be compatible with its surroundings. Overall, the
building shall project a professional and aesthetically-pleasing appearance including an attractive front and entrance way. The
building shall have energy-efficient windows or glass areas consistent with the structural Integrity of the building. unless not
appropriate for intended use. The facade, downspouts. roof trim, and window casing shall be clean and in good condition.
1.12 BUILDING SHELL REQUIREMENTS (AUG 2008)
A. The Lessors obligations in providing a building shell shall include the following as part of the Lessors shell rent: All items
identified in this solicitation as 'building shell' are to be provided. installed, maintained, repaired, and/or replaced as part of the
Lessors shell rent.
1. Base structure and building enclosure components shall be complete. All common areas accessible by the Government.
such as lobbies, fire egress corridors and stairwells, elevators, garages, and services areas, shall be complete.
Restrooms shall be compete and operational All newly installed building shell components. including but not limited to,
heating, ventilation, and air conditioning (HVAC), electncal, ceilings. sprinklers. etc., shall be furnished, installed, and
coordinated with Tenant Improvements. Circulation corridors are provided as part of the base building only on multi-
tenanted floors where the corridor is common to more than one tenant. On single tenant floors, only the fire egress
corridor necessary to meet code is provided as part of the shell.
2. Accessibility Requirements. Accessibility to persons with disabilities shall be required throughout the common areas
accessible to Government tenants in accordance with the Archtectural Barriers Act Accessibility Standard (ABAAS).
Appendices C and D to 36 CFR Part 1191 (ABA Chapters 1 and 2. and Chapters 3 through 10) and shall be installed and
coordinated with Tenant Improvements. To the extent the standard referenced in the preceding sentence conflicts with
local accessibility requirements, the more stringent standard shall apply.
3. Ceilings. A complete acoustical ceiling system (which includes grid and lay-in tiles or other budding standard ceiling
system as approved by the Contracting Officer) throughout the Government-demised area and all common areas
accessible to Government tenants shall be required in accordance with the 'Ceilings' paragraph elsewhere in this SFO.
The acoustical ceiling system shall be furnished. installed, and coordinated with Tenant Improvements.
4. Doors. Exterior building doors and doors necessary to the lobbies, common areas, and core areas shall be required.
This does not Include suite entry or intenor doors specific to Tenant Improvements. Related hardware shall be installed
n accordance with the 'Doors: Hardware paragraph and the 'Doors: Exterior paragraph elsewhere in the SFO.
5. Partitions. Permanent. perimeter. and demising slab-to-slab partitions (including all columns) finished with paint and
base shall be required in accordance with the 'Partitions: General' paragraph and the 'Partitions: Permanent*
paragraph elsewhere in His SFO.
6. Flooring. All building common areas shall have finished floors in accordance with the 'Floor Covenng and Perimeters'
paragraph elsewhere in this SFO.
7. Plumbing. The Offeror shall include cost of plumbing in common areas, such as for toilet rooms and Janitor closets as
part of the buildng shell cost. Hot and cold water risers and domestic waste and vent risers, installed and ready for
comections that are requred for Tenant Improvements, shall be included in the shell rent.
8. HVAC. Central HVAC systems shall be installed and operational, including, as appropnate, main and branch lines, VAV
boxes, dampers, flex ducts, and diffusers, for an open office layout, including all building common areas. Conditioned air
through medium pressure duct work at a rate of .75 cubic feet per minute per ANSIIBOMA Office Area square foot shall
be provided.
9. Electrical. Electrical power distribution panels and circuit breakers shall be avalable in an electrical closet, with capacity
at 277/480 volt (V) and 120/208 V. 3-phase, 4-core system providing 7 watts (W) per ANSI/BOMA Office Area square
foot.
10. Lighting: Direct/ Indirect Parabolic type -0" wide x 4%0- long fluorescent lighting fixtures (or other building standard
fixtures approved by the GSA Contracting Officer) shall be Installed in the ce ling grid for an open office plan at the rate of
I fixture per 80 ANSI/BOMA Office Area square feet. Lghting as necessary shall be provided in all building common
areas in accordance with the Interior and Parking' paragraph elsewhere in this SFO. (See USCIS Special
SFO NO. 9VI2017
12/29/2010 8
INITIALS[ cif
R
& GOV'T
EFTA01089784
Requirements) USCIS has specific lighting requirements: therefore, the cost of the shell specified Fighting needs to be
separated from the TI lighting cost.
11. Safety and Environmental Management. Complete safety and environmental management shall be provided throughout
the building in accordance with federal, state, and local codes and laws including, but not limited to. such items as fire
detection and alarms, emergency building power for life safely systems, etc.. and shall be in accordance with ABAAS.
Where spnnklers are requited in the Govemment-demised area, sprinkler mains and distribution piping in a "protecbon"
layout (open plan) with heads turned down with an escutcheon or trim plate shall be provided.
12. Telephone Rooms. Building telecommunication rooms on each floor shall be completed, operational, and ready for
Tenant Improvements. The telephone closets shall include a telephone backboard.
13. Any budding shell modifications necessary for the space to meet the requirements of LEED®-CI (Leadership in Energy
and Environmental Design for Commercial Interiors), Certified level at minimum. (certified by the U.S. Green Building
Council), shall be noted and incorporated into the Working Construction Drawings. The Lessor must coordinate any such
requirements to meet LEEDS: CI Certified level for the building shell with the tenant Improvements.
14. demolition. The Offeror shall remove existing abandoned electric, telephone and data cabling and devices as well as any
other improvements or fixtures in place to accommodate the Government's design intent drawings. My demolition of
existing improvements that is necessary to satisfy the Government's layout shall be done at the Lessor's expense. My
demolition shall be completed in accordance with all applicable laws.
15. All of the above improvements are described in more detail hereinafter In this solicitation.
16. Unless an item is specifically labeled as Tenant Improvement (TI). it shall be considered a shell item.
1.13 LABOR STANDARDS (AUG 2003)
II an Offeror proposes to satisfy the requirements of this SFO through the construction of a new building or the complete
rehabilitation or reconstruction of an existing building, and the Government will be the sole or predominant tenant such that any
other use of the building will be functionally or quantitatively incidental to the Government's use and occupancy. the following
Federal Acquisition Regulation (FAR) clauses shall apply to all work (including base building and tenant improvements) performed
prior to the Government's acceptance of space as substantially complete. Full text versions of these clauses are available upon
request from the Contracting Officer. Full text versions are also available at the following web site:
HTTP PIANWV.ARNET.GOV/FAFU
52.222-4 Contract Work Hours and Safety Standards Act -Overtime Compensation
52.222.6 Davis-Bacon Act
52.222-7 Withholding of Funds
52.2224 Payrolls and Basic Records
52222-9 Apprentices and Trainees
52222.10 Compliance with Copeland Act Requirements
52.222.11 Subcontracts (Labor Standards)
52222.12 Contract Termination-Debarment
52.222.13 Compliance with Davis-Bacon and Related Act Regulations
52.222-14 Deputes Concerning Labor Standards
52.222-15 Certification of Eligibility
SFO NO. 9VI2017 INITIALS: Oki
12/29/2010 9 LE R GOV'
EFTA01089785
2.0 swasantracsaANDIRICF FYisi DATION
2.1 AWARD BASED ON PRICE (SEP 2000)
The lease will be awarded to the responsible Offeror whose offer conforms to the requirements of this SFO and is the lowest priced
offer submitted. Refer to the Trice Evaluation" paragraph in this section of the SFO.
2.2 SEISMIC SAFETY (FEB 2007)
A All offers received in response to this SFO will be evaluated to determine whether the offers fully meet National Institute of
Standards and Technology (NIST) NISTIR 5382, Interagency Committee on Seismic Safety in Construction (ICSSC) RP 4.
Standards of Seismic Safety for Existing Federally Owned or Leased Buildings, as modified below. It any offers are received
which fully meet seismic safety requirements, then other offers, which do not fully meet these requirements, will not be
considered.
B. meets' as used herein with regard to the seismic safety requirements means that the Offeror has provided a written
certification (example available for the Contracting Officer) with the initial offer, from a licensed structural engineer certifying
that both the building design and construction are in full compliance with the life-safety performance level of NISTIR 5382.
ICSSC RP 4, Standards of Seismic Safety for Existing Federally Owned or Leased Buildings. AS MODIFIED HEREIN:
1. FEMA-178, NEHRP Handbook for the Seismic Evaluation of Existing Buildings, shall be replaced with FEMA-310,
Handbook for the Seismic Evaluation of Buildings. A Prestandard.
2. Section 1.3.1. Post-Benchmark Buildings (Table 1: Advisory Benchmark Years) shall be replaced with the below table.
BENCHMARK BUILDINGS (Table 3-1 of FEMA-310)
Model Building Seismic
Design Provisions
BUILDING TYPE' BOCA" SBCCI" UDC"
Wood Frame. Wood Shear Pamela (Type W1 and We 1992 1993 1978
Wood Frame, Wood Shear Panels (Type WIA) 1992 1993 1976
Steel Moment Resisting Frame (Type S1 and S1A) 199e
Steel Braced Frame (Type S2 and S2A) 1992 1993 1998
Light Metal Frame (Type S3) • • •
Steel Frame vdConcrete Shear Walls (Type S4) 1992 1993 1976
Reinforced Concrete Moment Resisting Frame (Type Clr 1992 1993 1976
Reinforced Concrete Shear Walls (Type C2 and C2A) 1992 1993 1976
Steel Frame with URM Will (Type S5 and SSA) • •
Concrete Frame wt UM Ina (Type C3 and C3A3 • • •
Tit-up Concrete (Toe PC1 and PC1A) • • 1997
Precast Commie (Type PC2 and PC2A) • •
Reinforced Masonry (Type RM1) • . 1997
Reinforced Masonry (Type RM2) 1992 1993 1976
. 19915
Unreinforced Masonry (Type URM).
Unreinforced Masonry (Type URMA) • . •
Building Type refers to one of the Common Building Types defined in Table 2-2 of FEMA-310.
Buildings on hillside sites shall not be considered Benchmark Buildings.
Flat Slab Buildings shall not be considered Benchmark Buildings.
Steel Moment-Resisting Frames shall comply with Section 2213.7.1.2 of the Uniform Building Code.
URM buildings evaluated using the ABK Methodology (ABK. 1984) may be considered Benchmark Buildings.
Refers to the UBCB Section of the UBC.
Only buildings designed and constructed or evaluated in accordance with FEMA-310 and being evaluated to the
Life-Safety Performance level may be considered Benchmark Buildings.
No Benchmark year. building shall be evaluated using FEMA 310.
Local provisions shall be compared with the UBC.
BOCA Building Officals and Code Administrators. National Building Code.
SBCCISouthern Building Code Congress International. Standard Building Code.
UBC International Conference of Building Officals. Uniform Building Code.
3. Section 1.32, Leased Buildings. shall be revised as follows:
a. Buildings leased by the federal Government are exempt from these standards if both of the following apply
i. The leased space is 10.000 square feet or less AND
ii. The building is located in Regons of Low Seismicity in accordance with FEMA-310. According to FEMA-310.
buildings located on sites for which the design shon.penod response acceleration. SS. is less than 0.167 gravity
SFO NO. 9VI2017 INITIALS
12/29/2010 10 LFSS GOVT
EFTA01089786
(9), or for which the design one.second period response acceleration. Si. is less than 0 067 g. shall be
considered to be located within Regions of Low Seismicity.
4. FEMA-310, Handbook for the Seismic Evaluation of Buildings: A Prestandard, can be obtained by calling the Federal
Emergency Management Agency (FEMA) Distribution Center at (800) 480.2520
5. NISTIR 5382. ICSSC RP 4, Standards of Seismic Safety for Existing Federally Owned or Leased Buildings, can be
obtained from the Building and Fire Research Laboratory. National Institute of Standards and Technology. Gaithersburg.
MD 20899.
C 'Substantially meets' as used herein with regard to the seismic safety requirements will be determined by the Government
based upon the Offerors evaluation by a licensed structural engineer that specifically describes all exceptions to full
compliance with the Model Building Seismic Design Provisions as shown In the Benchmark Buildings table above. The Offeror
shall evaluate the building by using FEMA-310 and shall identify all deficiencies. Based upon the evaluation, the Contracting
Officer will make an award to the Offeror which best meets both the seismic safety requirements and the other requirements of
this SFO Documentation of this evaluation shall be made available to the Government.
2.3 HISTORIC PREFERENCE, GSAR S52.270-2 (SEP 2004)
A. The Government will give preference to offers of space in historic properties following this hierarchy of consideration:
1. Historic properties within historic districts.
2. Non-histonc developed and non-historic undeveloped sites within historic districts.
3. Historic properties outside of historic districts.
B. pEFINITIONS:
1. Determination of eligibility means a decision by the Department of the Interior that a district, site, building, structure or
object meets the National Register criteria for evaluation although the property Is not formally listed in the National
Register (36 CFR 60.3(c)).
2. Historic district means a geographically definable area, urban or rural, possessing a significant concentration, linkage, or
continuity of sites, buildings, structures, or objects united by past events or aesthetically by plan or physical
development. A district may also comprise individual elements separated geographically but linked by association or
history (36 CFR 60.3(d)). The historic district must be included in or be determined eligible for inclusion in the National
Register of Historic Places.
3. Historic properly means any prehistoric or historic district, site. building, structure, or object included in or been
determined eligible for inclusion in the National Register of Historic Places maintained by the Secretary of the Interior (36
CFR 800.16(fi).
4. National Register of Historic Places means the National Register of districts, sites, buildings, structures and objects
significant in American history, architecture, archeology, engineering and culture that the Secretary of the Interior is
authorized to expand and maintain under the National Historic Preservation Act (36 CFR 60.1).
C. The offer of space must meet the terms and conditions of this solicitation. The Contracting Officer has discretion to accept
alternatives to certain architectural characteristics and safety features defined elsewhere in this solicitation to maintain the
historical integrity of an historic building, such as high ceilings and wooden floors, of to maintain the integrity of an historic
district, such as setbacks, floor-to-ceiling heights, and location and appearance of parking.
D. When award will be based on the lowest pnce technically acceptable source selection process, the Government win give a
pnce evaluation preference, based on the total annual square foot (ANSDBOMA Office Area) cost to the Government, to
historic properties as follows:
1. First to suitable historic properties within historic districts, a 10 percent pnce preference.
2. If no suitable historic property within an historic distnct is offered, or the 10 percent preference does not result in such
property being the lowest price technically acceptable offer, the Government will give a 2.5 percent price preference to
suitable non-historic developed or undeveloped sites within historic distncts.
3. If no mailable non-historic developed or undeveloped site within an historic district Is offered, or the 2.5 percent
preference does not result in such property being the lowest price technically acceptable offer, the Government will give
a 10 percent price preference to suitable historic properties outside of histonc dstricts
4. Finally, if no suitable historic property outside of historic districts is offered, no historic price preference will be given to
any property offered.
E. When award will be based on the best value tradeoff source selection process, which permits tradeoffs among price and non-
price factors, the Goverment will give a price evaluation preference, based on the total annual square foot (ANSI/BOMA
Office Area) cost to the Government. to historic properties as follows.
1. First to suitable historic properties within historic districts, a 10 percent price preference.
2. If no suitable histonc property within a historic district is offered or remains In the competition, the Govenvnent WA give a
2.5 percent price preference to suitable nontilstoric developed or undeveloped sites within historic districts.
SFO NO. 9VI2017 INITIALS geri
12/29/2010 11 LESSOR
EFTA01089787
3. If no suitable non historic developed or undeveloped site within an historic district is offered or remains In the
competition. the Government will give a 10 percent pnce preference to suitable historic properties outside of historic
districts.
4. Finally, if no suitable historic property outside of historic districts is offered, no historic price preference vrill be given to
any property offered.
F The Government will compute price evaluation preferences by reducing the price(s) of the Offerors qualifying for a pnce
evaluation preference by the applicable percentage provided in this provision. The price evaluation preference will be used for
price evaluation purposes only. The Govemment will award a contract in the amount of the actual pnce(s) proposed by the
successful Offeror and accepted by the Government.
G. To qualify for a price evaluation preference. Offerors must provide satisfactory documentation in their offer that their property
qualifies as one of the following:
1. An historic property within an historic district.
2. A ran-historic developed or undeveloped site within an historic district.
3. An historic property outside of an historic district.
2-it--EtRipat411-COIAMlSS404S-CREDIT-(440V-2006)
A.--Roi-the-pwsposes-e4444s-SROr68-Rishard-C-444-(Ute-tirekeR-is-ae-auassiaed-4eal-esiate-baiker-represeating-GSA,6-GSA
Goolcastasi-Offiseusitateesiewrapprover aoskesocule-the-Lease—Thegoveraciaosimposts-the-liessoi-lepay-a-oomatissao4o
the-Broker.--fiy-sybroitling-weetterrae-Lessoi-agiees-that-il4he-LOSSOC4s-payiog-a-sommission-er-feein-sonrieslise-wilh-ais
lease-liansadien-to-a-listiog-agerity-ao-ciffessig-agenirei-bfekeh-prosieckr/9800104-9evelePer-ror-any-ellier-agent-Of
repaseittalivertheo-the-4.ecsor-iiill-pay-4-40FialiSeen-4e-the-Brokeelhal-41-awmally-ivoul4-be-eolitled4o-porseaol-to-losal
busioess-prostisesr aerivideoriecHtireigh-a-brekerageegreemerit-betemerirtte-Le660E-aod4ho-Rrokor.-The-sornmessioo-ved-be
negotiated between t'e Lecso.-aod-lhe-&olcer ar'd vAil be based on a tone term rot to-exceed the F',n torn of the base
sostrack-OOMMI66446-wel-ool-be-oegehated-oe6(4104400-oa-oplieseeriede-ar-ar-lease-loiros-beysed-tha-firio-lorioet-the
lease-The-Lessor agrees-that the C rnrrlcaon to be paid to the A.oker c'iatl be pa'd not later than the Lease Cornmoncerneril
dale-as-definectin 1 946
SFOrA6-9.34-ePhe-oltefr-theaecor-shall-cliscleseawy-04d-all-GORWRieGilarifrandics-foos-te-be-pai4-by4ae-Lesser.nckicling
both4lie-Le4404-agerilisIr tiooker(skproperly-mariagerr developer-dasaikrathesageol-ei4epresentativearid-thearokes.
li—fier4hia-boneftial-lhe-Governinentrffie-kkokeehas-agreed-a-forego-tortnarser4-(464 4-0-040-€49; 0114640111-4hal-/I-14.-swaloffte
reseive-in-ricaracrioo-ivia4his-lease-tracisastioo--Tticr4eFAlibag-alakdollar-value-of-Itio-foregone-commissioorthe-COMMitaart
Credit)-shail-lie-appliert-in-equal-roonaly-amousils-agairisl-shell-reolal-paymests-dies-altil-ewing-under-thel-ease..-The-reolal
rho-nt payabre ^1"-" he -hi-ad Cs-o 1- 1-an Ca 411--1 the ". • • emnot 1e-.-ovec-Itie4141144140Moumber-el
rocallis-lhal-isel-noSsixceed.lnemoothly-she444eolair unliSthe-Comiraissisio-Greckl-has-been-lialy-resaplimest-Tlei-paitiefiegilie
teemocuto-a-Supplententar-LeaseAgreemeal-serting-torth-thei-lud-O34040.-
449-840k04-and4110-COMini66.04-0404440-be-app4ed-agal064-441e-GOVemrRefic64041401-P8)41494-obiogations-uoder--the-Lease,
C—For-purtkoces-oSpratievaloatioserlike-Commissiesi-Crederiliall-ba-treated-arrededestion4iem-the-reat-io-aosortaric
aice-€valualioø_pa'agraph In tl'e SUMMARY section of th.s-SFC—The amoint of the 000Trcc'on paid 10 CSM-Brotw shall
nol-t.e-G0064d0404-separatoly as part of tNt price eya'uotion since the vaka of the "rrrtcion 'c cubcu'red 'i the gross rent
ale
2.5 PRICE EVALUATION (PRESENT VALUE) (AUG 2008)
A. If annual CPI adjustments in operating expenses are included, the Offeror shall be required to submit the offer with the total
'gross' annual price per rentable square foot and a breakout of the "base" price per rentable square foot for services and
utilities (operating expenses) to be provided by the Lessor. The "gross' price shall include the base' price. The base price
per ANSUBOMA Office Area square foot from which adjustments are made w71 be the base price for the term of the lease.
including any option periods.
B. The Offeror must submit plans and any other information to demonstrate that the rentable space yields ANSUBOMA Office
Area space within the required ANSI/BOMA Office Area range. The Government will verify the amount of ANSI/BOMA Office
Area square footage and will convert the rentable prices offered to ANSI/BOMA Office Area prices, which will subsequently be
used in the pnce evaluation.
C. Evaluation of offered pnces will be on the basis of the annual price per ANSUBOMA Office Area square foot, including any
option periods. The Government will perform present value price evaluation by reducing the pnces per ANSI/B0MA Office
Area square foot to a composite annual ANSI/BOMA Office Area square foot price, as follows'
1. Parking and ware yard areas will be excluded from the total square footage but not from the price. For different types of
space, the gross annual per square foot price will be determined by dividing the total annual rental by the total square
footage minus these areas.
2. Free rent will be evaluated in the year in welch it is offered. The gross annual per square foot pnce is adjusted to reflect
free rent.
SFO NO. 9V12017 INITIALS- & CAS
12/29/2010 12 LESSO GOVT
EFTA01089788
3 Pnor to the discounting procedure below, the total dollar amount of the Commission Credit (if applicable) will be
subtracted from the first years gross annual rent (unless the provision of free rent causes the credit to apply against rent
beyond the first years term, in which case the Commission Credit will be allocated proportionately against the
appropriate year's gross rent.
4. Also as stated in the "Broker Commission and Commission Credit* paragraph, the amount of any commission paid to
GSA's Broker volt not be considered separately as part of this price evaluation since the value of the commission is
subsumed in the gross rent rate
5. If annual adjustments in operating expenses will not be made. the gross annual per square foot price. minus the
Commission Credit (if applicable), will be discounted annually at 5 percent to yield a gross present value cost (PVC) per
square foot.
6. If annual adjustments in operating expenses will be made, the annual per square foot price, minus the Commission
Credit Of applicable) and the base cost of operating expenses, will be discounted annually at 5 percent to yield a net PVC
per square fool. The operating expenses will be both escalated al 2 5 percent compounded annually and discounted
annually at 5 percent, then added to the net PVC to yield the gross PVC.
7. To the gross PVC will be added:
a The cost of Government-provided services not included in the rental escalated at 2.5 percent compounded annually
and discounted annually at 5 percent.
b. The annualized (over the full term) per ANSI/BOMA Office Area square loot cost of any items, which are to be
reimbursed In a lump sum payment. (The cost of these items is present value; therefore. it will not be discounted.)
c The cost of relocation of furniture, telecommunications: replications costs, and other move-related costs, if
applicable.
d. The cost of the Offeror's project development fees associated with Tenant Improvements. The Lessor is required,
as part of their offer, to identity fees, if any, for administrative costs. general contractor fees, profit and overhead
costs. Offeror's overhead, NE design costs, and other associated project fees necessary to prepare construction
documents and to complete the Tenant Improvements. These fees, expressed as a percentage rate, will be
evaluated. The amount of project development fees will be added to the amount of the TI allowance for purposes of
price evaluation (for example, if SFO specified TI allowance is $30.00 f BOMA Office Area Fool, and Lessor fee is
5%, offer will be evaluated using $31.50 per ABOA). This cast veil be discounted annually at 5%.
8. The sum of either subparagraphs 5 and 7 or subparagraphs 6 and 7 will be the ANSI/BOMA Office Area per square loot
present value of the offer for price evaluation purposes.
'F PlabIRD (AU IWO
A—A4N-conelusion-ot-negolialioneribe-Suoseefiful-Gtfecec-and-the-GSA-Corlfadffig-Otticepsill-exeGuko-a-tease-wepared-by-GSA;
which-incorparalonffie-agreemenl-ot-ffie-parties—Thelease-shalt-GOOMM-of-the-folloyeng.
4—IdeS,Cieveinmeril-Leafie-MeReal-Property-(SF2),
° Core CI es
3 Rejtiresenialionsanzl-Cenfficaliens
4,--T140-6046494I-movisiens-el-ffie-elfeir and
6,--The-parwareni-prowoocls-af-the-SCCA:
6 Feb. Ors n$ nos on--- o porn,
B.—Tbo-acoetlance-e$414e-effei-and-awaid-el-the-lease-by4t10-GCSEIMMe4I-OCCUrs-upea-execulien-el-the-leafie-by4he-Centcaceng
Officier-m4-mailingor-offienwse-turnishing-writlenacilificatiori-c44he-execiffed-lease-teasuccoselyl-Offeror:
SFO NO 9VI2017 INITIALS: 8 6514 ,;1
12/29/2010 13 LE OR
EFTA01089789
3.0 NOWj1:LI3EEERAND SUBMITTAL RFOUIREMENTS
3.1—OFFGR-RROCSI1.112 S (Al Jr- 2008)
Ar.All-rigioal-otkeec iaciudem-all-requked-dosumealr-mora-be-subaslIed-Irthrauthonzed-feal-raam-bpakr-ot-Iae-GeAral
Senaces-Ackainickalaaa-(GSA1-al-the -0,0”kr, n 4C011111446-01u61-08-p/opecly-emeGulecl-aarsubm4144Arlalair-lhaa-4 00
p-mrEST-ol-Ore-offer-duedale,
C.B-RichaRS-641(6
Atim4-Spannen-4.4o144es
8320.Gmeasbro-DriverSui4e-620
len wart-ea-22102
A-seprof-lhe-earrioGkeling-all-requot0-clecumen46,4kall-bee.emuliawerggy-seAl-lo-the-Contraelism-Otker-aarned-al-the
U.S. fleal-SeeowerAdmr.64ration
Atia-Gamaa-14emandea
460-64mAten-AveAur330
War. DE 00018
Br -REQUIRED-DOCUMENTS-
1 n ow —310-601 of 0- rre'11o 000001 ar thrfeaReAy-and-evieteace-421-6.9AMum-authooly-al-tha-pactyfies).....44e-Y4II-eaga
enr&eaee-deoumee4e--e-Glaiaeng-ae-qisletieixetefeeee-ie-aceealaece-eetb-44eae4eae-Pegweoee-paragraph-abeye
((TSAR 662 27^ 1-.-SEP-2004E-Olirr-must-suba)11-eArel-the-Marwm-ardocurargailen-tRatarmerxely.4rhiMocic-or
Weei4e-et-throthaterpumecly-irwatun-a-MMWIG416#161—a-M4ke-kom-thrNaIieRal-Pa41-Sewlee-sla6s9-44al-trwo-properly
e brim in the td-dian't Rorke a111'6”"*. g1' "r...1-" -ilk a EN() o"he Fenr-tycleeren. 1.--) the
State-HiskoirPfeseeoalaan-044ce-slatiag-thal-lheymoperly-16-liskad-in-the-Nalional-RegiMr-oThisasr er-en--a
61a1rAkle-regthlerro•-•36944ale-tr4A6106i0Ar1Y4I1-0-41a1e-ol-lbe-liMingAleratioAr arr lhe-Nalianal-Regiskir-ol-kislecirM.3606
10^nr•- o•na t-krnhe, ^^a dale e' 1- 1-3 a-- "- b'e Gen 'he Wars' Re‘gele, el "tIrc claws ID-tabu- Iowa al
wom-Aps,ftevice.
2—If.464afe-ir poirthal-tr-orillest ia6amal-because-.31-a-singke-agea4-amier.estiada-m4ApirWACIOF6rpreseal-eviaeacrthal
the.-agent-astosed-the-m.i44010-rep.eseolalion 10 each entity and hat authonnlioa4om-easonerthip-e$4y-eUecing4n
;6,69646e-1rIlus-ST-63.--Ownwraocl-ageAM-m-ser‘iclem-IfIlef061-640a6006-re-advisra-te-exrcese4urAiligesce-w411
mgag1-4a-Mhic&r indopeattem-pAragr and-Csawspamal-procusecneal-iale4344-reetmemeAM--1A-mea-carmr-tlaa
Governmen1-reervertArA0446,4109063M414I14110-0wiliaf-CAN3006,-
Cornac608-046crEar-4larGenkrAing-41466.4.-a16110f404111¢40613411aAVIS-01001.1-bee.eataded.
4—Thwe.A11-be-140-Plibl46-09.144113-44-644wn-and-all-ofkge-v41-bracioAcleakal-uo4a-lhe-lease-teas-been-awaFded—Rewever,
the-Gavrameni-may-mleme-morasakrouiparlhe-Gove.nmeal-rao0,-as.4.-eupparl-coantraclocs4o-366i6I-ia-the-evaleaion
el-aIttesSuch-Gewis rn-waulArlaerc66.64ecAse—The-DIeRac
ve4o-decese6.46Lraaximiaa-1Arreiecioaa-al-intermatIoa-laaa-affec-raayLapply-41)e-restaGtion-ao4k.e-ta-thraer-a6-41accebed
M-GSA-Form-3646,Se664aHee-RAW161046.r542-230-4,-subparagfaph-(4),RestarApaa-on-0461emee-arel-Use-of-Data,
f.,--Bsiki-te-Suit-Oftem-mota-sularae4-thrto44amom-decomealrin-a(1444A-te-a14-€4118;-4ocumergr requirea-la-4146-action-and
Ihr SeticitaUes-ks-Ofter.
a,--64wiegrati-ol-Fewariani-amemities--A-viciaity-map.-ec-aeRal-photora‘aoh-showag-41:0-fmopeay-444-40*(14:1641-le-seaflay
highway(6)-w-mair-skeet-talessecAir.(61-aad-restaumA16-and-othes-4/41I1layBEI-604ViCe6-60611-as-MMII-6110f36;
r uN3^03%. "Pk', frs pnh6" 113^`{•"11,11nn 61,^C,'04-in thert-06.34 3q4441.04110.0L-m tp:.•
60464.0aa-
11,--Sife-plawn4-ssaJec144o-piSpaper • '
i Sao., ea -19I-vim:
l4--milB-Al'Age9 cranisg. 'N-lbuarag-arearbuil4IAMO.Aeighl-auraDec-oTlew664towes
4M—Pcirnacy-a$44econclasy-ealsanses
at---Distaa6e-kom-thrprope4y-le-pular.-41614)(16
sa,—S4,4841044409.3f4144441driyar 1, '""6”0^"0 n- •-n , gee drookapmeat
vu tar of -" ninaic bogir', 2 "se rte
SFO NO. 9V12017 INITIALS
1229/2010 14 LESSOR
EFTA01089790
vir. cda p^,%-ng ..41h r'n't•••• nr '1"4'^. rtr.w.uM p^"“r3 ^p^^rc beck •",^g Lyn paO'n3 .p^en •-to-t•tt
by 'on' co^^ ^nd 'he ccO'c c9.-emenh• rekieg yen bn-shatecl-by-othec
occepaelb-Iteercale-plan-ntue4-aleectepiete14-betidetge-bhanng-the-seee-paating-)
iX—N0114-.3.1.0~-66,340
b—l-eçaitee-et-easeeteetbeeet-thebtle
6- 24~~oposed-ute-aod-suiroundirag-ndes-rnadened-thatapsopeded-nde-k5-~d-ny-ffie-aening
dedignalionaieste-M-a-rnondnidorodedus-mosi-pFovide-the-tollowing,
1.--1:10404,1-9{-~zosing-map-thaËpeglame-~-ottered-sile-a4,4-adtaceni-s4es-Proposed-eileand-adjacen44.41es
muel-bemackeeee-the-zonteg-reap-
H.--Pereeee4-the-ZOnitt9-cocte-that-dereettekatee-lhe-proposeeece-tb-peretitiee
haitteeyeel-thallbe-cueeel-zeewstdesighattee-deee-e.4-pecreibette-propeced-ese-aed-otietet-ie-prepoesockto-oblatn
a-coorhlionat-tése-peonii-of-changes-te-itte-zertingribee-oheret-chee4-pteettle-saltetaelecy-eyidetete-lhal-teeetpl-ot
d Flood lore Designation. A written ooiliflcabon identifying flood om, dec4gaatõeo-lo.-the-woporty wtioh wr be the
cif- at the proposed h-e:, nn Cttc"^.un., the 0"-- ^h^" submit a ^“---ny ^nossáso Fined
leburahce-Raleallap+F-' 4R144-64toveng-the-lecation-ot-the-pcope tbal-wt14-be-the-Ote-el-Itte-pcopected-butldiegaed
atry4thal-Lettet-et-Map-Revisiett+ICOAR-1-er-Lehes-of-Map-Amescimenl-ft81.444-' affeettegAtie-MeNGT-E;-1:146
CataRNMEN-T-46.4L1-4.40T-RE&AY-CHtb-laRE-L-1411INARY--RIRA481-001410410NAL-4.01IAAS-QR-CC444740NAL
LOAIRS-
e. Card-et of Sde Cykleece-o4-~praceees-le-ovetwehip-thtows~-eptteecret-ethebeekleace-lba4-eyetetchp
of-to-nubont-die-dile4of-dne-dgMaandani-on-the-edef-dee
date-ay-the-deadithe-tec-fteal-Feepobal-F041610,16,-Otterors-aies4-cebottl-evelettee-el-centrel-et-este-through-aead,
legatly-biedin9reekeceable-epliee-to-putcease-et-ethec-cheetac-becheg-ceshact—The-eptioh-to-putchase-ntest
welate-atl-necessatyetetneoWetee-entereeable-putehase-agteemeel-Ate-ophee-te-pecchase-rnat, be-eondeteeed
epee-awattl-et-the-lease-by-Gaaa-lt-Gereboc-ef-e-telatect-party-Obab-the-feep0604-blter eet~-copy-et-teceetted
gtatt4-deeer-44-Ittle-teatte-ptepechy-le-held-ht-e-Aathe-othet-thatt-the-04tecor"6-eatee-9-e-retated-patlytr ptoorde
exptattatten-c4-Itow-Ottecor-intendb-te-bahetet-eyetecbttip-ot-the-bite-le--the-ealey-tba44b-4he-Otterce-uedet-thic
were/Foment,
t—Enviéndmenfol-Sde-dadd6~—~64-1-84drif-ROGOad-U-(end,e-nopy-ésrAdlong-ad-appendèned,L
Repetbet-tolleteag-AS-Tala' lehttaaacttce-ke-Ebyitetteteetal-Stle-..4660WROOte-Rhase-l-anettenrneetai-See
Asseeemeei-Pcoceer?-(AST G 1g.27 05 0' lbeoNcrt treat yercion) tl tbn ',WI& 310 more il r ^""` yen. oktrthee
GSA-teeetees-thesigh~queel-thal-offerebepdale-the-tepect-Netice-iaeceby-gwectaa-GSA-mayr al-4e-000467
f0~0-sesce€644-Otterer-te-pffside-an-opdated-feportnaming-Genefa4-Sefwoes-AdminisUal•on-ae-W•e-oser-prief
teowarcl,
g—S4e-pholographs-andaeddipho~phd-Aenal-phoiognaphrdidOnd-pdologiaphd-ddenving4he-nde-trem-ati-sides-and
plietegtaptts-elacwing-the-suaeseckeg-pteoecitocret-a-boneneoeb.360-clegcee-reanner-All-phelogtaplas-bbeettl-Oearly
mark-the-otegesed-eite-actb-achaceet-etreeter-9-44tere-ate-existing-beiidth9e-oe-citer label-all-beitcbegb-thel-ete
propeeed-tet-eentotesee-ene-iaclude-tateratatien-abeel-age-and-eccepahts-tevett-tt-the-butktinge-ate-used-en-an
th4ohbattee-abetil-thecete-recorerrebecit,-“tetact-the-GSA-Regienal-Mistetiateseniatton-Ogice.
i. Qansiniction Rohodulo A tontativo coaslqictio&i cchedu'e giving the dates on vutiGh tie various phases of
ceaseeshee-e.414-be-cerepletect-to-CeinClett-yeth-the-Geeetereen~tect-eccepattey4a4e—Ate-schectule-chall
include tirnr'g for completion of design and construction SecIones 'nclud-nq--bol-not iited te. 1) submittal of
ptelactacy-plaes-~44cabons-29-sebneneaet-yebleeci-dtatettge-3)-~aece-et-e-buildteg-pe~
sompleted-coablsechon-Oecernenis,5)-elact-et-eettektetkofti-63-60~OR -0-~ciPa4-9a19900ec-01-eshr7)-9habee
cempkthect-and-evattabtitly-et-eccepaecy-et-each-porhea-et-the-Government-deettee€1-area-(by-Ileerr Week-Di-other
appreerialebatefroehreed-14)4~ebbehowca
j—Gleyabotte-(&ca -Exteeet-butklieg-eleealtects-~11164-idehlity-ab-lacedes-tobbte-pcogebed-htebed
PfOrni606,,
Ic—Eddenatedalay-Rale--4-dollar-sam-dady-faie--lof-nompennab‘e-delayn-to-v.dion41:4-Oderer-may-be-ennned
subeequeet-te-awacel-e4-the-L-eate-Fhe-rate-reoci-irdede-e5-eeekr•Abtat-Oiteiefseay-elatesteboacepeesable-delays,
inch,"'"g ran' ^^-1,^^“, ^^" subci-or-^1^. -90 "-^ of"- "^---€1 ot lha le3C0• the -V'
oltettxt-shalt-be-includc .1 of the Lease and shalt be re" 4' cletear~g the - y•-bdrOe-eneitecneel-for
Geyetemettf-caused-delayr ti-actyr by-rewlephung-it- ra'acw-e- 1^,^Ir mb^, ^rer"r-b ,e d^yc
et-the-ecernaba44164ay-ceste-sba41-rtel-elbigate-the-Goversceeet-le-teiteme-the-ewerctee-et-tlerbegket-te-establieh
ettbeemeel-teeempebeabee-tor-deleyetyhtch-etarecbube~toteet.
SFO NO. 9\112017 INITIALrgt á e( •
12/29/2010 15 L SOR GOVT
EFTA01089791
I—Owjanizational-Sinielkite-Ewideoce.4-exielence-of-lhe-offewig-ealitipadelher-extraiiig-oc-propesect+e-panowship
agteemeet-or-opetattag-agreemealt—Offe/s-unall-also-provide-evidence-ol-ccgniag-aolhocilit-of-signatory-of
6.—Exisling-13u4kling-Ofterschusi-eubmil-the-folkivang-clociasients-n-aiddihon-lo-ali-othet-clecutheatc-as-iectuireckinthirreection
aricl-theSolicitaboo-loc-latlers,
a—gvidencsol-requifad-ameadies-A-vislaily-map-cg-aeaaS-phologtapki-shewielg-the-propesly-in.4eferear.449-aea.by
highway(s) or rrycctreekintereeetion(c).---, ririntwants-and-oltier-employee-cervices-cuch-as-relail-snopu,
re —s. hankc ".it
coNSaalron
b—S4e-plan-A-state4-sile-plan-on-14 4-1-7papec-showing-packtog-iolki-nurobar-otcusface-anclikkr-anscAured-packaci9
—
spacee-(incluclino-those-parliirtg-epaceo-riXtuired-by-local-oorle-aed-hy-Itte-Sigarrminimurivrequietimerils
whether-parking-wilite-shared-by-othec-oc.coparits--44-eor ricte-planchust-also-depicl-all-buildings-stenng-the-sitels
ractien-schedule-gwing-ffie-clatec-on-which-lhe-vacieus-phaces-ot
ccautaiction-vAll-be-completeci-to--Goisside-woltt-iha-Goveiceme444-reqesed-acuspanei-dale—The-schedule-shalt
---S
completion-ancl-availabilit&J-4-occupancy-ol-eachiSii0.1-434-tho-Govematecii-decnised-anta-(ey-lloocr tilock-or-other
aPProPriale-081090P1h-erlaffeal-consInictiortescaplelion
d—C4Froaktalioaal-Sinistrea-Emedeace-4-awa•nce-o4the-effeang-witay-wheffiel-wastiag-es-proposed-04.-parisealasp
8090.91.41-4W-operathqg-ongfeement)—011eiva-shail-also-prowd•-•VIdenGO-of-rogiung-authenty-ol-sigasiofy-of
propeseci-lesse-
1.2 TENANT IMPROVEMENTS INCLUDED IN OFFER (AUG 2008)
A The Tenant Improvement Allowance is $55.97 per ANSI/BOMA Office Area square fool. (Tenant improvements are the
finishes and fixtures that typically take space from the "shell' condition to a finished, usable condition.) The Tenant
Improvement Allowance shall be used for the buildout of the Government-demised area in accordance with the Government-
approved design intent drawings. All Tenant Improvements required by the Government for occupancy shall be performed by
the successful Offeror as part of the rental consideration, and all improvements shall meet the quality standards and
requirements of this solicitation and its attachments.
B. The Tenant Improvement Allowance shall include all the Offerors administrative costs, general contractor fees, subcontractor's
profit and overhead costs, Offerors profit and overhead, design costs, and other associated protect fees necessary to prepare
construction documents and to complete the tenant improvements. It is the successful Offerors responsibility to prepare all
documentation (working/construction drawings, etc.) required to receive construction permits. NO COSTS ASSOCIATED
WITH THE BUILDING SHELL SHALL BE INCLUDED IN THE TENANT IMPROVEMENT PRICING.
C. The project tenant improvements shall incorporate any necessary design parameters for the space to meet the requirements of
LEEDn-CI (Leadership in Energy and Environmental Design for Commercial Interiors) into the Working Construction Drawings.
In accordance with the "Unique Requirements' paragraph in the SUMMARY section of this SFO. the Lessor must coordinate
the requirements to meet LEED!-I-CI Certified level for the tenant improvements with the bulging shell requirements.
3.3 TENANT IMPROVEMENT RENTAL ADJUSTMENT (AUG 2008)
A All Tenant Improvements shall be identified after award of the contract in accordance with the provisions established in the
'Design Intent Drawings' subparagraph in the 'Construction Schedule and Acceptance of Tenant Improvements' paragraph in
the DESIGN, CONSTRUCTION, AND OTHER POST AWARD ACTIVITIES section and elsewhere throughout this SFO.
1. The Government, at its sole discretion, shall make all decisions as to the usage of the Tenant Improvement Allowance.
The Government may use all or part of the Tenant Improvement Allowance. The Government may return to the Lessor
any unused portion of the Tenant Improvement Allowance in exchange for a decrease in rent according to the
amortization rate over the firm term.
2. The Government reserves the right to make Cash payments for any or all work performed by the Lessor. Prior to
occupancy. the Government, at its sole discretion. may choose to pay lump sum for any or all of the Tenant Improvement
Allowance. If, prior to occupancy, the Government elects to make a lump sum payment for any portion of the Tenant
Improvement Allowance, the payment of the Tenant Improvement Allowance by the Govemment will result in a decrease
in the rent. At any time after occupancy and during the firm term of the lease, the Government, al its sole discretion, may
choose to pay lump sum for any part or all of the remaining unpaid amortized balance of the Tenant Improvement
Allowance If the original occupant agency vacates the space. If the Government elects to make a lump sum payment for
the Tenant Improvement Allowance after occupancy, the payment of the Tenant Improvement Allowance by the
Government will result in a decrease in the rent according to the amortization rate over the firm term of the lease.
3. If it is anticipated that the Government will spend more than the allowance identified above. the Government reserves the
tight to either 1) reduce the Tenant Improvement requirements. 2) pay lump sum for the overage upon completion and
acceptance of the improvements, or 3) increase the rent according to the negotiated amortization rate over the firm term
of the lease.
SFO NO. 9912017 INITIALS:
J.
12/29/2010 16 ESSOR GOVT
EFTA01089792
4 Payment will not be made by the Government in instances where the Government accepts fixtures and/or other Tenant
Improvements already in place. However, the Lessor well be reimbursed for costs to repair or improve the fixture(s) and/or
any other improvements already in place.
3.4-66. 6.-FORMSAND-PRIC414C4NFORMATION(AUG4008)
A--AT-44644X-QF-Stogfassygrozr-oppga&444-or-REasOR-,S44ALL-S1184447--TO-Ildre-COWTRACT4I4G4W-F4GER-
4—A-digned-slalemen44 lovely. and no
deviser "•411"^"D --Pal-
2,--GSA-Foon-‘364,Propoorat-to-trease-Space-Gomplete-beth-pagetre441*-4364,-instuding,but.olenhied-lo-
e--An-houdy-overtime-fate-fer-oveclifne-use-or-heatino-and-ceoling—Refef-te-the-cOveAtree-Usacp=pafegraph-in-lhe
UTIL-TTISSr-SERi4GESr AND-6EASE-A0141NISTPATION-section-e4-def-SF-0—d-proposed-cate-k-drffefeet-than
tecealmenclecl-by-an-independent-COVINRRiere-estimate.-Fhe-Ottenar-fhay-be-sereeired-te-eubrad-wortreheels
justifying-evectimeenefgy-uearrie-and-ratesr
Pde-Preol ler V---al te, 'ha *11.-1—N fa `43,- p--Taph in rho HT° cflEc.
SERV1GESAND-LEASE-AOMIN4STRATION-sehtion-o(-this-SF-0-
e—A-tratahlease-fa40-poc-sideafe-teeTrcteady-rtemiting-beth-thedetal-building-shell-realalrand-Tenaftl-kapseverneaTfate,
Soecific-AAtedixect-Secuniy-fater Operating-Geeterfleildingrand&Parlonghtem.iiirog-ail-oeste-ol-padeng-abeve-haee
tocal-code-recteirefnenter ef-elherwise-alfeedy-includechin-shell-rent)-0-re-the-illifIM-Or-the-Govefaxseet-to-lease-a
Ihrilding-shellAider-a-Tenant-tmpoavernonle-Adowanee—AJI-impfevernen4e4n-the-base-buildingr lobbieer seffonon
afeaer and-coce-aceasehalhbe-pcovided-by-the-tresserr al-the-Lessee-expease--Thierbuildingehe&rentaTrate-chall
inolude.-but-notemited-ter propefty-finaneing-femottreive-e4-Teaant-koprovementskinsuranoer-lasesrfnafregefnecA
toefilretcn-fof4tva-buildiag
afea-bokleutrincludieo-base-beeding-lehbreer common-afeeer core-afeee-ek,exolusiveaffice
Area epace-offered-ae-requiced-inak-SFOT
d. The annual cost (per-usable a,-d rentable-Square loot) for the cost of Ee'vices a"d-utilaios---Th4s-eqoa4s-lioe-37-ef
GSA-Soffn-T24-7,-hessoFf-Annual-Geet-Statementrdrveded-by•-the-thelding-eize-tetiown-oft-the-top-ol-both-GSA
Form-1744, °rope—, to-Lease-Spacerand-Ferw4247-htw-ueable-eliefeetabre-octeafe-feeTfeepectively,
e An-annualized-perceatage-intereet-faie-to-be-used-try ih^ 1- r-'1",a Tan^N *mix/d'oeuvres
of "'se e-reeron9 the-frart
-AttowaacerSecl;-araediaatiorrhebad-be-0*Prefrfed-d6-a-cosl
pec-AS8A-and-reatable-equwe-fool-pef-year—Tenant-tfnprovemente-FAxall-be-att-aleafatione-fw-the-Govemment-
deatised-afea-abovedhehuilding-shed-thekteet—Sveh-allecallens-shall-be-deecebecl-and-idefltik4-414119-444VSAgG
416414-10-dedstrucwbe-Govefnmen4-demised-aiea--The-Tesant-IrapPavemen4s-Mowasiderwhich4s-te.4)e-previded-by
H
of pressed
aP" 4°Q; and rentabre-equare-teet-pef-yeah-Relec-to4kie-Lease-Securthi-Standanif-604,641-41-this-SSO
and-the-Reoldrag-Sectordy-trlerl-Geet4tel,
th—A-tally-serviced-lease-fale-pef-usahlo-dad-fentabte-equare-feet-a6-3-eummatioe-ohthe-arneunts-broken-oui-in-lhe
600Pacafimerte-e-driranct-g-tof-the-lease-
i—Arfurefreeeirced-lease-cate-pef-ASOA-and-rentable-squafe-fooTtof-thal-peAron-of-the-reaee-term-extencting-beyead
the-fimi-lorni. The rate proposed for thle polioo-ol-ltie-lemi ci'all not reloct any Tenant lrflProvomenlc at they vM4
have-been-fultranaorezett-evef-the-kmGerm.
Stato,'oit-of-OUere..-Fees for Tenant Improvements Prouide a Lct.ng_olOfferors administrative costs, Offereee
pfefti-and-overteadNE-clesign-eosierand-rathef-associaled-pfolool-fees-necessacy-le-pfefrafe-conehruchow
documents-to-cromplekhdoe-Tertanl-ernprovernente—Stele-the-bae4s-fer-delerrmineto-oach-componentrhociaahfee,
cest-pfe-reetabie-ecteme-fool-efc-T—Siate-anrafdampleone-used-to-orempele-lhe-doirar-rncis W eft^11 (o
Ft. ndoato any rent concessions being offered either on the CSA Form 13&4-or-in-separate-conespondence,
ao—CCA Form 1217 L- "sett Atter' Cac' 5,-ternent Czdeern ^ of the GSA FOOT' 1217. 1.-ve4t(a)-uallize • reel
any-agfeement-txrAveen4ASSOR-AND-the-Leeser-Representative-agent(sh-brokefieh-prepedy-maraageh-developeh
omployeer-er--artetorther-ageni-ef4epfeeentahve-Herfieessed-wr-eeher--14-ef-&1-ded-Line-3441H-williefle6Thrie-arweemont
between 4 06.60;-aad-Itio-GSA-Tenard-Repf060RtaiK*8-tvokei-Eimfdesfieci-dl-efUler-sir44-$),
tied DM. L'" pair to ite "Uaft-G046-40f-AdtUctrii04141-palaWafrh-04he-DES4Gtdr CONSUIUCT4ONT-.6.$40-LaTHES
POST-A1A1ARDAGTPAIISS-sectronot ""c ScG
5—Bmikling-Sedefey-Und-Race-Get-feachaced)-
SFO NO 9VI2017 INITIALS & 4G At ti_t__
12/29/2010 17
EFTA01089793
6--GSA-Eicara-3648r Represerilations-and-Ceilificatiorie—Thle-musl-be-coavieled-and-ugried-tey-the-Ownetirnot-a
representative-
7--Any-kkokerage-Comreission-Agieemen4-lielween-GSAY-TORafli-Repieseintive-wid-the--.Sessei-tor-GOMM46400&
identified-in4lie-GSA-form-42-1-7-+July-4094),
ii--A-L66-O19-Cksc.wesanzPriorwimeeting4hia-pieeesed-ciedile4o-meel-certified4eveli-Alerig-with-lhe-psopesed-scorecasdi-the
011emis-shail-submil-a-briel-staternent-outlining-how-each-of-the-Credilsixoposed-on-the-scerecard.will-be-achwveci-
a_gziapµtwi_writkety-otavaliabita-C40Crediterthe-tesserwliast-achieve-4449-folliaiving-Cred4441014110-PlateriF
ir—Water-E4ficiency..--- 1-2—Water-Use-Reductien-30%
fir—Energy-8-Atraciepherw Credit-4--1-Optimize-Performance--iiighting-Rower
9F--fib: Cred44-3-Optimize-Stiergy-Pier/orasarice--14VAC
W—Beergy-&-Aimesphete. Credit-2—Enhanced-Goeimissioning
sw—Maleriatc-aact-Reseurces‘ Credit-S-1—Reeiorial-lillatenals-2044-Maasilactured44egionafty
vi--ledeer-Savironmental-Guality-Credii.-24eoreased-Venlilation
vii, Indoor Enu-rornon*al-Qua buy: Cred4t-a-24 Co. lruction-4AO-Maaagemenl-Ptaa.-Beloro-Occepancy
viiii-JAKOMWA-&-Design; Cied4-2-LBEC*3-Acemiditectaig066i00431
b-.--The-Le664X-m061-ictentify-Ole-USGEIC-1-E-EZA-aave(Med-pcofe4sional6-(AP4)-as-leam-membersviocludoig-their-roles
througl4944-the-projest.
c----14oki+-sebastlal-requinimentsior-the-above-are-now-lociated-under-itiie-zGieen-le.ase-Sebewitaistparagraph-of-this
SFO.
3.6 EVIDENCE OF CAPABIUTY TO PERFORM (SEP 2009)
A. AT THE TIME OF SUBMISSION OF OFFERS, THE OFFEROR SHALL SUBMIT TO THE CONTRACTING OFFICER-
1. Satisfactory evidence of at least a conditional commitment of funds in an amount necessary to prepare the space. Such
commitments shall be signed by an authorized bank officer, or other legally authorized financing official, arid at a
minimum shall state: amount of loan, term in years. annual percentage rate, and length of loan commitment.
2. Compliance with local zoning laws, including evidence of variances. if any, approved by the proper local authonty.
3. Evidence of ownership or control of site.
B. AFTER AWARD'
Within thirty (30) working days after lease award. the Lessor shall provide to the Contracting Officer evidence of:
1. A firm commitment of funds in an amount sufficient to perform the work.
2. The names of at least two proposed construction contractors, as well as evidence of the contractors' experience.
competency, and performance capabilities with construction similar in scope to that Wiich is required herein.
3. The license or certification to practice in the state where the facility Is located from the individual(s) andfor frm(s)
providing architectural and engineering design services.
C. AFTER ISSUANCE OF NOTICE TO PROCEED FOR TENANT IMPROVEMENTS'
Within twenty (20) working days after the Contracting Officer Issues the Notice to Proceed for Tenant Improvements, the Lessor
shaft provide to the Contracting Officer evidence of:
1. Award of a construction contract for Tenant Improvements with a firm completion date. This date must be in accord with
the construction schedule for tenant Improvements as described in the 'Construction Schedule and Acceptance of Tenant
Improvements' paragraph of this SFO.
2. Issuance of a building permit covenng construction of the nvrovements.
3.8 BUILDING AND SITE INFORMATION SUBMITTALS (SEP 2009)
A. AT THE TIME OF INITIAL SUBMISSION OF OFFERS. THE OFFEROR SHALL SUBMIT TO THE CONTRACTING OFFICER:
1. A completed GSA Form 12000 or GSA Form 12001, Prelease Fire Protection and Life Safely Survey Evaluation.
2. A Seismic Safety Certification. Submit either a certification or a commitment to deliver the space to the Government in
accordance with the 'Seismic Safety paragraph of the AWARD FACTORS AND PRICE EVALUATION section of this
SFO.
3. Pre-lease Building Security Plan.
4. Tax Information: Provide the legal description of the property and tax ID number associated with the property, copies of
pror year tax notices and prior year tax bills, as well as any other information (such as a fact sheet. r wide x T high or
larger color photograph, site plan, location map, and tax parcel map) in case of multiple tax parcels for an offered
building. and any other information that may affect the assessed value., in order for the Government to perform a
complete and adequate analysis of the offered property. The Offeror Is to provide a detaiIe verwew and documentation
SFO NO. 9VI2017 INITIA
12/29/2010 18 GOVT
EFTA01089794
of any tax abatements on the property as outlined in -Tax Adjustment" paragraph of the UTILITIES. SERVICES, and
LEASE ADMINISTRATION section of this SFO.
5. A plan and short narrative as necessary to explain how the Offeror will meet the parking requirements found in the
SUMMARY section of this SFO.
6 If the offered building is not a modem office building as described in the 'Quality and Appearance of Building" paragraph
in the SUMMARY section of this SEC). provide the architectural plans for modernization.
7. II the offered building contains asbestos-containing materials, provide an asbestos-related management plan as
described in the 'Asbestos paragraph in the FIRE PROTECTION. LIFE SAFETY, AND ENVIRONMENTAL ISSUES
section of this SFO.
8. Plans for Space Offered
a. First generation plans of the entire floor or floors for which space Is being offered, including a plan of the floor of exit
discharge, scaled at 1/8" - 1*-0' (preferred) or of the offered building(s) must be provided. NI plans submitted for
consideration shall include the locations of all exit stairs, elevators, and the space(s) being offered to the
Government. In addition, where building exit stairs are interrupted or discontinued before the level of exit discharge,
additional floor plans for the level(s) velem exit stairs are interrupted or discontinued must also be provided. Al
plans submitted for consideration shall have been generated by a Computer Aided Design (CAD) program which is
compatible with the latest release of AutoCAD. The required file extension is .DWG. Clean and purged files shall
be stibnitted on CD-ROM. Plans shall Include a proposed candor pattern for typical floors and/or partial floors.
The CAD file showing the offered space should show the Poty-Line utilized to determine the square footage on a
separate and unique layer. All submissions shall be accompanied with a written matrix indicating the layenng
standard to verify that all information is recoverable. All architectural features of the space shall be accurately
shown.
b. Photostatic copies are not acceptable. NI architectural features of the space shall be accurately shown. If
conversion or renovation of the building is planned, alterations to meet this SFO shall be indicated. If requested by
the Contracting Officer or authorized representative, more informative plans shall be provided within fifteen (15)
working days.
c. Plans shall reflect corridors in place or the proposed corridor pattern for both a typical full (single-tenant) floor and/or
partial (mutti-tenant) floor. The corridors in place or proposed corridors shall meet local code requirements for
issuance of occupancy permits. If the offered space is above the first floor (or floor exiting at grade), provide plans
for the first floor (or floor at grade) also.
d. GSA will review all plans submitted to determine if an acceptable level of safety s provided. In addition, GSA will
review the common corridors in place and/or proposed corridor pattern to determine whether these achieve an
acceptable level of safely as well as to venfy that the corridors provide public access to all essential building
elements. The Offeror will be advised of any adjustments that are required to the corridors for the purpose of
determining the ANSI/BOMA Office Nee space. The required corridors may or may not be defined by ceffing-high
partitions. Actual corridors in the approved layout for the successful Offeror's space may differ from the condors
used in determining the ANSI/BOMA Office Area square footage for the lease award. Additional egress corridors
required by the tenant agency's design intent drawings will not be deducted from the ANSI/BOMA Office Area
square footage that the most efficient corridor pattern would have yielded.
e. A test fit with the necessary adyacencies described in the Special Requirements must be provided with the Offerors
[Meal Proposal.
9. Provide a scaled map showing the location of the offered building and restaurants and other amenities as stated In the
'Location' paragraph of this SFO. Provide a numbered key identifying the restaurants and businesses serving the area.
Show all public transit stop locations.
10. As provided in the 'Amount and Type of Space' paragraph in the SUMMARY section of this SFO, advise whether there
are existing vending facilities in the offered building which has exclusive rights in the bolding.
B. AFTER AWARD'
1. In accordance with the 'Services, Utilities, Maintenance: General' paragraph In the Summary section of this SFO,
provide the name and contact Information for the onsite or locally designated representative.
2. In accordance with the 'Schedule of Periodic Services' paragraph In the UTILITIES, SERVICES, and LEASE
ADMINISTRATION section of this SFO. provide the schedule of periodic services for other than daily, weekly or monthly
services.
3.7 GREEN LEASE SUBMITTALS (SEP 2010)
A. NO LATER THAN THE DUE DATE FOR FINAL PROPOSAL REVISIONS- THE OFFEROR SHALL SUBMIT TO THE
CONTRACTING OFFICER:
1 If this SFO requires a LEEDS. Certification, the name of the proposed LEED(-) Ace:leaded Professional (AP) team member
and qualifications document for integrative design practice.
SFO NO. 9V12017 INITIALS
12/29/2010 19 L OR
EFTA01089795
2. Proof of the Energy Star label from EPA for the most recent year. For new construction, a Statement of Projected Energy
Performance reflecting an Energy Star benchmark score of 75 or higher. Refer to 'Energy Efficiency and Conservation' in
the MECHANICAL. ELECTRICAL. PLUMBING section of this SFO.
3. If the offered building will not have an Energy Star label in accordance with one of the statutory exceptions listed In the
'Energy Efficiency and Conservation' paragraph in the MECHANICAL. ELECTRICAL. PLUMBING section of this SFO. a
written statement addressing which energy efficiency and conservation improvements can be made to the bulding must
be submitted. If no improvements can be made. the Offeror must demonstrate to the Government using the Energy Star
Online Tools in the SFO paragraph, entitled 'ENERGY EFFICIENCY AND CONSERVATION: why no energy efficiency
and conservation improvements are cost effective. This explanation will be subject to review by the contracting officer. If
the explanation is considered unreasonable. the offer may be considered technically unacceptable.
B. AFTFR AWARD. THE LESSOR SHALL SUBMIT TO THE CONTRACTING OFFICER:
1. Product Data sheets for floor covenngs. paints and wall coverings. ceiling materials. all adhesives. wood products, suite
and interior doors, subdividing partitions. wall base, door hardware finishes, window coverings, milhvork substrate and
millwork finishes, lighting and lighting controls, and Insulation to be used within the leased space. This information must
be submitted NO LATER THAN the submission of the Design Intent Drawings for the leased space, as outlined in the
'Construction Schedule and Acceptance of Tenant Improvements' paragraph of the DESIGN. CONSTRUCTION. AND
OTHER POST AWARD ACTIVITIES section of this SFO.
2 Material Safety Data Sheets (MSDS) or other appropriate documents upon request for products listed in the Indoor Air
Duality During Construction paragraph.
3. Reuse Plan required in accordance with the 'Existing At-out Salvaged. or Re-used Building Meitner paragraph in Oct
DESIGN, CONSTRUCTION. AND OTHER POST AWARD ACTMTIES section of this SFO
4. My waiver needed when not using matenats from the CPG and RMAN lists of acceptable products in accordance with the
'Recycled Content Products' paragraph in the ARCHITECTURAL FINISHES section of the SFO.
5. Radon test results as may be required by the 'Radon in AY and "Radon In Water' paragraphs in the FIRE PROTECTION.
LIFE SAFETY, AND ENVIRONMENTAL ISSUES section of the SFO.
6. Construction Waste Management Plan.
Prior to construction commencement, a proposed plan following industry standards to recycle construction waste. The
construction waste management plan shall quantify malenal diversion goals and maximize the materials to be recycled
and/or salvaged (at least 50 percent) from construction, demolition, and packaging debris. Mere the small quantty of
material, the extraordinarily complex nature of the waste disposal method, or prohibilive expense for recycling would
represent a genuine hardship, the Government, upon written request of the Lessor and approval of the contradng officer.
may permit alternative means of disposal.
7. Building Recycling Service Plan:
A building recycling service plan with floor plans annotating recycling area(s) as pan of Design Intent Drawings to be
reflected on the Construction Drawing submission.
8. A signed statement provided to the contracting officer, completed by the Lessor for the leased space, explaining how all
HVAC systems serving the leased space will achieve the desired ventilation of the space durng the flushout period caned
for in the indoor Air Duality During Construction* paragraph in the DESIGN. CONSTRUCTION. AND OTHER POST
AWARD ACTMTIES section of this SFO.
9. In accordance with the incorporation of commissioning requirements called for in the 'Meehanoat Electrical, Plumbing:
General' paragraph in the MECHANICAL ELECTRICAL. PLUMBING section of this SR). a written commissioning plan
submitted to the contracting officer prior to the completion of Design Intent Drawings that includes:
a. A schedule of systems commissioning (revised as needed dunng all construction phases of the project, with such
revisions provided to the contracting officer immediately): and
b. A desorption of how commissioning requirements will be met and confirmed.
10. At completion of LEEDlo documentation and recept of final ceraficaton. two electronic copies of all supporting
documentation for certification on compact disk.
11 If renewable source power is purchased, documentation within 9 months of occupancy.
SFO NO. 9VI2017 INITIALS:
12/2912010 20 LESS R 1/7
EFTA01089796
4.0 1:Wagal
L11:1 FASF ADMINisyRAILQN
4.1 MEASUREMENT OF SPACE (AUG 2008)
A. ANSUBONIA OFFICE AREA SQUARE FEET.
1. For the purposes of this solicitation, the Government recognizes the American National Standards Institute/Budding
Owners and Managers Association (ANSI/BOMA) international standard (Z65.1-1996) definition for Office Area. which
means 'the area where a tenant normally houses personnel and/or furniture, for which a measurement is to be
computed.*
2. ANSI/BOMA Office Area (ABOA) square feet shall be computed by measuring the area enclosed by the finished surface
of the room side of corridors (corridors in place as well as those required by local codes and ordinances to provide an
acceptable level of safely and/or to provide access to essential building elements) and other permanent walls, the
dominant portion (refer to Z65 1) of budding exterior walls, and the center of tenant-separating partitions. Where alcoves.
recessed entrances. or sirntar deviations from the corridor are present. ABOA square feet shall be computed as if the
deviation were not present.
3. ABOA square feet and usable square feet (USF) may be used interchangeably throughout the lease documents.
B. RENTABLE SPACE:
Rentable space is the area for which a tenant is charged rent. It is determined by the building owner and may vary by city or by
building within the same city. The rentable space may include a share of building support/common areas such as elevator
lobbies. building corridors, and floor service areas. Floor service areas typically include restrooms. janitor rooms, telephone
closets, electrical closets, and mechanical rooms. The rentable space does not Include vertical building penetrations and their
enclosing walls, such as stairs, elevator shafts, and vertical duds.
C. COMMON AREA FACTOR:
If applicable, the Offeror shall provide the Common Area Factor (a conversion factorts) determined by the building owner and
applied by the owner to the ANSUBOMA Office Area square feet to determine the rentable square feel for the offered space).
4.2 TAX ADJUSTMENT (AUG 2008)
A. angle:
The paragraph provides for adjustment in the rent (Tax Adjustment') to account for increases or decreases in Real Estate
Taxes for the Property after the establishment of the Real Estate Tax Base, as those terms are defined herein. Tax
Adjustments shall be calculated in accordance with this Clause.
B. Definftions:
The following definitions apply to the use of capitalized terms within this paragraph.
1. "Properly is the land, buildings and other improvements of which the premises (as fully desaibed in the U.S. Government
Lease for Real Property, SF2) form all or a part.
2. 'Real Estate Taxes" are those taxes that are levied upon the owners of real property by a Taxing Authority (as hereinafter
defined) of a State or local Government on an ad valorem basis to raise general revenue for funding the provision of
government services. The term excludes, without Imitation, special assessments for specific purposes, assessments for
business improvement dist:ids. and/or community development assessments.
3. "Taxing Aulhonty" is a State. Commonwealth. Terntory, County. City. Parish, or political subdivision thereof, authorized by
law to levy, assess, and collect Real Estate Taxes.
4. 'Tax Year refers to the 12-merlin period adopted by a Taxing Authority as its fiscal year for the purpose of assessing Real
Estate Taxes on an annual basis.
5. "Tax Abatement" is an authorized reduction in the Lessor's liability for Real Estate Taxes below that determined by
applying the generally applicable Real Estate Tax rate to the Fully Assessed (as hereinafter defined) valuation of the
Property.
6. "Unadjusted Real Estate Taxes" are the full amount of Real Estate Taxes that would be assessed for the Properly for one
full Tax Year without regard to the Lessors entitlement to any Tax Abatements (except if such Tax Abatement came into
effect after the date of award of the Lease), and not including any late charges, interest or penalties. If a Tax Abatement
comes into effect after the date of award of the Lease. 'Unadjusted Real Estate Taxes' are the full amount of Real Estate
Taxes assessed for the Property for one full Tax Year. less the amount of such Tax Abatement, and not including any late
charges, interest or penalties.
7. "Real Estate Tax Base" Is the Unadjusted Real Estate Taxes for the first full Tax Year following the commencement of the
Lease term. If the Real Estate Taxes for that Tax Year are not based upon a Full Assessment of the Property, then the
Real Estate Tax Base shall be the Unadjusted Real Estate Taxes for the Property for the fit full Tax Year for which the
Real Estate Taxes are based upon a Full Assessment. Such first full Tax Year may be hereinafter referred to as the "Tax
Base Year." Alternatively, the Real Estate Tax Base may be an amount negotiated by the parties that refteds an agreed
upon base fa a Fully Assessed value of the property.
SFO NO. 9VI2017 INITIALS: &e.-I-J •
12/29/2010 21 L
714 - GOVT
EFTA01089797
8. The Properly is deemed to be 'Fully Assessed" (and Real Estate Taxes are deemed to be based on a Tull Assessment")
only when a Taxing Authonty has, for the purpose of determining the Lessors liability for Real Estate Taxes, determined a
value for the Property taking into account the value of all improvements contemplated for the Property pursuant to the
Lease, and issued to the Lessor a lax bill or other notice of levy wherein the Real Estate Taxes for the MI Tax Year are
based upon such Full Assessment. At no time prior to the issuance of such a bill or notice shall the Property be deemed
Fully Assessed.
9. Percentage of Occupancy" refers to that portion of the Property exclusively occupied or used by the Government
pursuant to the Lease. For buildings, the Percentage of Occupancy is determined by calculating the ratio of the rentable
square feet occupied by the Government pursuant to the Lease to the total rentable square feet in the building or buildings
so occupied. and shall not take into account the Government's ancillary rights including, but not limited to, parking or roof
space for antennas (unless facilities for such ancillary rights are separately assessed). This percentage shall be subject to
adjustment to lake into account increases or decreases in the amount of space leased by the Government or in the
amount of rentable space on the Property.
C Adjustment for Changes in Real Estate Taxes:
1. After the Property is Fully Assessed, the Government shall pay its share of any increases and shall receive its share of
any decreases in the Real Estate Taxes for the Property. such share of increases or decreases to be referred to herein as
Tax Adjustment? The amount of the Tax Adjustment shall be determined by multiplying the Government's Percentage of
Occupancy by the difference between the current year Unadjusted Real Estate Taxes and the Real Estate Tax Base, less
the portion of such difference not paid due to a Tax Abatement (except if a Tax Abatement comes into effect after the date
of award of the Lease). If a Tax Abatement comes into effect after the date of award of the Lease. the amount of the Tax
Adjustment shall be determined by multiplying the Government's Percentage d Occupancy by the difference between the
current year Unadjusted Real Estate Taxes and the Real Estate Tax Base. The Government shall pay the Tax
Adjustment in a single annual lump sum payment to the Lessor. In the event that this Tax Adjustment results in a credit
owed to the Government, the Government may elect to receive payment in the form of a rental credit or lump sum
payment.
2. If the Property contains more than one separately assessed parcel, then more than one Tax Adjustment shall be
determined based upon the Percentage of Occupancy. Real Estate Tax Base, and Real Estate Taxes for each respective
parcel.
3. After commencement of the Lease term, the Lessor shall provide to the Contracting Officer copies of all Real Estate Tax
bills for the Property, an documentation of Tax Abatements, credits, or refunds, if any, and all notices which may affect the
assessed valuation of the Properly, for the Tax Year prior to the commencement of the Lease Term, and al such
documentation for every year following. Lessor acknowledges that the Contracting Officer shall rely on the completeness
and accuracy of these submissions in order to establish the Real Estate Tax Base and to determine Tax Adjustments.
The Contracting Officer may memonalize the establishment of the Real Estate Tax Base by issuing a unilateral
administrative Supplemental Lease Agreement indicating the Base Year, the amount of the Real Estate Tax Base, and the
Government's Percentage of Occupancy.
4. The Real Estate Tax Base is subject to adjustment when increases or decreases to Real Estate Taxes in any Tax Year
are attnbutable to a) improvements or renovations to the Property not required by this Lease, or b) changes in net
operating ncome for the Property not derived from this Lease. If either condition results in a change to the Real Estate
Taxes, the Contracting Officer may re-establish the Real Estate Tax Base as the Unadjusted Real Estate Taxes for the
Tax Year the Property is reassessed under such condition, less the amount by which the Unadjusted Real Estate Taxes
for the Tax Year prior to reassessment exceeds the prior Real Estate Tax Base
5. If this Lease includes any options to renew the term of the Lease, or be otherwise extended, the Real Estate Tax Base for
the purpose of determining Tax Adjustments during the renewal term or extension shall be the last Real Estate Tax Base
established during the base term of the Lease.
6. If any Real Estate Taxes for the Property are retroactively reduced by a Taxing Authority during the term of the Lease, the
Government shall be entitled to a proportional share of any tax refunds to which the Lessor is entitled, calculated in
accordance with this Clause.
7. Lessor acknowledges that it has an affirmative duty to disclose to the Government any decreases in the Real Estate
Taxes pad for the Property during the term of the Lease. Lessor shall annually provide to the Contracting Officer all
relevant tax records for determining whether a Tax Adjustment is due, irrespective of whether it seeks an adjustment in
any Tax Year.
8. If the Lease terminates before the end of a Tax Year. or if rent has been suspended, payment for the Real Estate Tax
increase due as a result of this section for the Tax Year will be prorated based on the number of days that the Lease and
the rent were in effect. Any credit due the Government after the expiration or earlier termination of the Lease shall be
made by a lump sum payment to the Government or as a rental credit to any succeeding lease, as determined in the
Contracting Officers sole discretion. Lessor shall remit any lump sum payment to the Government within 15 calendar
days of payment or credit by the Taxing Authority to Lessor or Lessor's designee. If the credit due to the Government is
not paid by the due date, interest shall accrue on the late payment at the rate established by the Secretary of the Treasury
under Section 12 of the Contract Disputes Act of 1978, as amended (41 USC § 611), that is in effect on the day after the
due date. The dieted penalty shall accrue daily on the amount of the credit and shall be compounded in 30-day
increments inclusive from the first day after the due date through the payment date. The Government shall have the right
to pursue the outstanding balance of any tax credit using all such collection methods as are available to the United States
to collect debts. Such collection nghts shall survive the expiration of this Lease.
SFO NO. 9V12017 INITIALS
12/29/2010 22 GOVT
EFTA01089798
9. In order to obtain a Tax Adjustment, the Lessor shall furnish the Contracting Officer with copies of all paid tax receipts, or
other similar evidence of payment acceptable to the Contracting Officer, and a proper invoice (as described In GSA Form
3517, General Clauses. 552.232-75. Prompt Payment) for the requested Tax Adjustment. including the calculation thereof.
All such documents must be received by the Contracting Officer within 60 calendar days after the last date the Real Estate
Tax payment is due from the Lessor to the Taxing Authority without payment of penalty or Interest FAILURE TO SUBMIT
THE PROPER INVOICE AND EVIDENCE OF PAYMENT WITHIN SUCH TIME FRAME SHALL CONSTITUTE A WAIVER
OF THE LESSOR'S RIGHT TO RECEIVE A TAX ADJUSTMENT PURSUANT TO THIS CLAUSE FOR THE TAX YEAR
AFFFECTED.
O. 7dir Appeals:
If the Government occupies more than 50% of the Building by virtue of this and any other Government lease(s). the
Government may. upon reasonable notice, direct the Lessor to initiate a tax appeal, or the Government may elect to contest the
assessed valuation on its own behalf or jointly on behalf of Government and the Lessor. If the Government elects to contest
the assessed valuation on its own behalf or on behalf of the Government and the Lessor, the Lessor shall cooperate fully with
this effort, including. without limitation, furnishing to the Government information necessary to contest the assessed valuation in
accordance with the filing requirements of the Taxing Authority. executing documents, providing documentary and testimonial
evidence. and venfying the accuracy and completeness of records. If the Lessor Mates an appeal at the direction of the
Government. the Government shall have the right to approve the selection of counsel who shall represent the Lessor with
regard to such appeal. which approval shall not be unreasonably withheld. conditioned or delayed, and the Lessor shall be
entitled to a credit in the amount of its reasonable expenses in pursuing the appeal.
4.3 OPERATING COSTS (SEP 2009)
A. The base for the operating costs adjustment will be established during negotiations based upon ANSUBOMA Office Area
Square feet.
1. Beginning with the second year of the lease and each year thereafter, the Government shall pay annual incremental
adjusted rent for changes in costs for deaning services, supplies, materials, maintenance, trash removal, landscaping.
water, sewer charges, heating, electricity, and certain administrative expenses attnbutable to occupancy. Applicable costs
listed on GSA Form 1217, Lessor's Annual Cost Statement, when negotiated and agreed upon, will be used to determine
the base rate for operating costs adjustment.
2. The amount of adjustment will be determined by multiplying the base rate by the annual percent of change in the Cost of
Uving Index. The percent change will be computed by comparing the index figure published for the month prior to the
lease commencement dale with the Index figure published for the month prior which begins each successive 12-month
period. For example, a lease which commences in June of 2005 would use the index published for May of 2005. and that
figure would be compared with the index published for May of 2006, May of 2007. and so on. to determine the percent
change. The Cost of UWng Index will be measured by the Department of Labor revised Consumer Price Index for urban
wage earners and clerical workers, U.S. city average, all items figure, (1982 to 1984 2 100) published by the Bureau of
Labor Statistics. Payment will be made with the monthly installment of fixed rent. Rental adjustments will be effective on
the anniversary date of the lease; however payment of the adjusted rental rate will become due on the first workday of the
second month following the publication of the Cost of Living Index for the month prior to the commencement of each
12-month period.
3. In the event of any decreases in the Cost of Living Index occurring during the term of the occupancy under the lease, the
rental amount will be reduced accordingly. The amount of such reductions will be determined in the same manner as
increases in rent provided under this paragraph.
4. The offer shall clearly state whether the rental is firm throughout the term of the lease or if it is subject to annual
adjustment of operating costs as indicated above. If operating costs will be subject to adjustment, those costs shall be
specified on GSA Form 1364. Proposal to Lease Space, referenced in this solicitation.
B. If the Government exercises an option to extend the lease term at the same rale as that of the original term, the option once will
be based on the adjustment during the original term. Annual adjustments will continue.
4.4 ADJUSTMENT FOR VACANT PREMISES, GSAR 552.270-18 (VARIATION) (DEC 2005)
A. If the Government falls to occupy any portion of the leased premises or vacates the premises in whole or in part prior to
expiration of the term of the lease, the rental rate (i.e., the base for operating cost adjustments) will be reduced.
8. The rate will be reduced by that portion of the costs per ANSUBOMA Office Area square foot of operating expenses not
required to maintain the space. This rate will be negotiated and incorporated into the lease. Said reduction shall occur after
the Government gives 30 calendar days' prior notice to the Lessor and shall continue in effect until the Government occupies
the vacant premises or the lease expires or is terminated.
4.5 NORMAL HOURS
Services. Miles, and maintenance shall be provided daily, extending 7.00 a.m. to 5:00 p.m except Saturdays. Sundays, and
federal holidays. Please see Special Hours of Operation in USCIS Special Requirements
SFO NO 9V12017 INITIALS 8
12/29/2010 23 LSSOR GOVT
EFTA01089799
4.6 OVERTIME USAGE (AUG 2008)
A The Government shall have access to the leased space al all times without additional payment, including the use, during other
than normal hours, of necessary services and utilities such as elevators. logets, lights, and electric power.
B. If heating or cooling is required on an overtime basis. such services will be ordered orally or in writing by the Contracting Officer
or the GSA Buildings Manager. When ordered. services shall be provided at the hourly rate established in the contract. which
shall include all the Lessor's administrative costs Costs for personal services shall only be included as authorized by the
Government.
C. When the cost of service is $2,000 or less, the service may be ordered orally. An invoice shall be submitted to the official
placing the order for certification and payment. Orders for services costing more than 32,000 shall be placed using GSA
Form 300, Order for Supplies or Services, or other approved service requisition procurement document. The two clauses from
GSA Form 3517. General Clauses. 552.232-75, Prompt Payment, and 552.232-70. Invoice Requirements (Variation), apply to
all orders for overtime services.
D All orders are sublect to the terms and conditions of this lease. In the event of a conflict between an order and this lease, the
lease shall control.
E. Failure to submit a proper Invoice within 120 days of providing overtime utilities shall constitute a waiver of the
Lessors right to receive any payment for such overtime utilities pursuant to this lease.
4.7 UTILITIES (AUG 2008)
The Lessor is responsible for providing all utilities necessary for base building and tenant operations and all associated costs are
Included as a part of the established rental rates.
4.8 JANITORIAL SERVICES (AUG 2008)
A. Cleaning shall be performed during tenant working hours.
B. SELECTION OF CLEANING PRODUCTS:
The Lessor shall make careful selection of janitorial cleaning products and equipment to:
1. use products that are packaged ecologically;
2. use products and equipment considered environmentally beneficial and/or recycled products that are phosphate-free,
non-cortosive. non-flammable. and fully biodegradable: and
3 minimize the use of harsh chemicals and the release of irritating fumes.
4 Examples of acceptable products may be found www.gsa.gov/p2products.
C. SELECTION OF PAPER PRODUCTS:
The Lessor shall select paper and paper products (i.e.. bathroom tissue and paper towels) with recycled content conforming to
EPA's CPG.
D. The Lessor shall maintain the leased premises, including outside areas. In a clean condition and shall provide supplies and
equipment for the term of the lease. The following schedule describes the level of services intended. Performance will be
based on the Contracting Officers evaluation of results. not the frequency or method of performance.
1. Dairy. Empty trash receptacles. Sweep entrances, lobbies, and corridors. Spot sweep floors, and spot vacuum carpels.
Clean drinking fountains. Sweep and damp mop or scrub toilet rooms. Clean all toilet fixtures, and replenish toilet
supplies. Dispose of all trash and garbage generated in or about the building. Wash inside and out or steam clean cans
used for collection of food remnants from snack bars and vending machines. Dust horizontal surfaces that are readily
available and visibly require dusting. Spray butt resilient floors in main corridors. entrances, and lobbies. Clean elevators
and escalators. Remove carpet stains. Police sidewalks, parking areas, and driveways. Sweep loading dock areas and
platforms. Clean glass entry doors to the Government-demised area.
2. Three Times a Week. Sweep or vacuum stairs.
3. Weekly. Damp mop and spray buff all resilient floors in toilets and health units. Sweep sidewalks, parking areas, and
driveways (weather permitting).
4. Every Two Weeks Spray buff resilient floors in secondary corridors, entrance, and lobbies. Damp mop and spray buff
hard and resilient floors in office space.
5. Monthly. Thoroughly dust furniture. Completely sweep and/or vacuum carpets. Sweep storage space. Spot clean all
wall surfaces within 70 Inches of the floor.
6 Every Two Months. Damp wipe toilet wastepaper receptacles, stall partitions, doors, window sills, and frames. Shampoo
entrance and elevator carpets.
7. Three Thies a Year. Dust wall surfaces within 70 inches of the floor, vertical surfaces and under surfaces. Clean metal
and marble surfaces In lobbies. Wet mop or scrub garages.
SFO NO. 9VI2017 INITIALS:
12/29/2010 24 GOVT
EFTA01089800
8. Twice a Year. Wash a0 interior and extenor windows and other glass surfaces. Stnp and apply four coals of finish to
resilient floors in toilets. Strip and refinish main comdors and other heavy traffic areas.
9. Annually. Wash all venetian blinds, and dust 6 months from washing. Vacuum or dust all surfaces in the building of
70 inches from the floor, including light fixtures. Vacuum all draperies in place. Strip and refinish floors in offices and
secondary lobbies and corridors. Shampoo carpets in corridors and lobbies. Clean balconies. ledges. courts. areaways.
and flat roofs.
10. Every Two Years. Shampoo carpets in all offices and other non public areas.
11. Every Five Years. Dry clean or wash (as appropnate) all draperies.
12. As Required. Properly maintain plants and lawns. Remove snow and ice from entrances, exterior walks, and parking lots
of the building by the beginning of the normal working hours and continuing throughout the day. Provide initial suPINY•
installation, and replacement of light bulbs, tubes, ballasts. and starters. Replace wom floor coverings (this includes the
moving and returning of furnishings). Provide and empty extenor ash cans and clean area of any discarded cigarette
butts
13 Control pests as appropriate, using Integrated Pest Management techniques, as specified in the GSA Environmental
Management Integrated Pest Management Technique Guide (E402-1001).
4.9 SCHEDULE OF PERIODIC SERVICES (DEC 2005)
0Mthin 60 days after occupancy by the Government. the Lessor shall provide to the Contracting Officer with a detailed written
schedule of all periodic services and maintenance to be performed other than daily, weekly, or montNy.
4.10 LANDSCAPE MAINTENANCE (AUG 2008)
A. Landscape maintenance shall be performed doing the growing season al not less than a weekly cycle and shall consist of
watering. weeding, mowing, and policing the area to keep it free of debris. Pnining and fertilization shall be done on an as-
needed basis. In addition, dead. dying, or damaged plants shal be replaced.
B. See additional information in the 'Landscaping* paragraph in the GENERAL ARCHITECTURE section of this solicitation.
4.11 MAINTENANCE AND TESTING OF SYSTEMS (AUG 2008)
A. The Lessor is responsible for the total maintenance and repair of the leased premises. Such maintenance and repairs include
the site arid private access roads. All equipment and systems shall be maintained to provide reliable. energy-efficient service
without unusual interruption, disturbing noises, exposure to fire or safety hazards, uncomfortable drafts, excessive air velocities,
or unusual emissions of dirt. The Lessor's maintenance responsibility includes initial supply and replacement of all supplies.
materials, and equipment necessary for such maintenance. Maintenance, testing, and Inspection of appropnate equipment and
systems shall be done in accordance with current applicable codes, and Inspection certificates shal be displayed as
appropriate. Copies of all records In this regard shall be forwarded to the GSA Field Office Manager or a designated
representative.
B. Without any additional charge, the Government reserves the nght to require documentation of proper operations or testing prior
to occupancy of such systems as fire alarm. sprinkler, standpipes, fire pumps, emergency lighting. illuminated exit signs.
emergency generator. etc. to ensure proper operation. These tests shall be witnessed by a designated representative of the
Contracting Officer.
4.12 NOVATION AND CHANGE OF NAME (AUG 2008)
A. In the even' of a transfer of ownership of the lease premises, an assignment of lease or a change in the Lessor's legal name.
the Lessor must comply with the requirements of Subpart 42.12 of the Federal Acquisition Regulations (FAR).
B. The Government and the Lessor may execute a Change of Name Agreement where only a change of the Lessor's name is
involved and the Government's and the Lessor's rights and obligations remain unaffected. A sample form is found at FAR
42.1205
C. The Government. the Lessor and the successor in interest may execute a Novation Agreement when the Lessor's nghts or
obligations under the lease are legally transferred.
D. In addition to all documents requ red by Far 42 1204, the Contracting Officer may request additional information (i.e.. copy of
the deed. bill of sale, certificate of merger, contract. court decree, articles of incorporation. operation agreement partnership
certificate of good standing. etc.) from the transferor or transferee to validate the proposed changes.
E. The transferee must submit a new GSA Form 3518. Representations and Certifications.
F. Any separate agreement between the transferor and transferee regarding the assumption of liabilities shall be referenced
specifically in the Novation Agreement.
SFO NO. 9V12017 INITIALS 4:1_• •
12/29/2010 25 R GDVT
EFTA01089801
G When it is in the best interest of the Government not to concur In the transfer of a contract from one entity to another, the
original contractor remains under contractual obligation to the Government. The applicability of Novation agreements Is
detailed at FAR 42.12O4.
H. When executed on behalf of the Government, a Novation Agreement will be made part of the lease via Supplemental Lease
Agreement.
I. In the event of a change In ownership, rent will continue to be paid to the prior Lessor until the Supplemental Lease Agreement
is executed by the Government. New lessor's must comply with all provisions of this Lease, including but not limited to.
Central Contractor Registration and the provision of all information required by the Contracting Officer.
J. Notwithstanding anything to the contrary in this Lease, the Government has no obligation to recognize a change of ownership
or interest until (1) the payment of rent has commenced, and (2) any amounts due and owing to the Government hereunder
have been paid in full or completely set off against this Lease.
NO1rATIO44- aNtiruANSE OF-NAME(AIJG-2048)
The-afef-ffilia-have-ae-aeAtve-ffigteitalton-a-the-Genkal-reenkaetec-Regiskatien-tC443)-Systeth-4via--tItte-Wemet-al
tglpawny-cutgoir)-pner-404ease-award-and-throughoul-the-life-44444e-leabe,--To-rernain-active:4he-OfferorAiessor-is-required-lo
updale-er-renew-its-registrafion-annualty.—The-GovernmeriP.W4-4101-9FOGS-ffirit-paymerits-to-Lessogfr-withoul-an-active-CGR
Pogct'ation No cl'pnge-ofownerc'up of the leased yennec yin be recogniaod by the Government until the row ov.nor registers in
Me-CCR-system•
SFO NO. 9V12017 INITIALS: 8 (/ * 1
12/29/2010 26 OR GOVT
EFTA01089802
5.0 DESMILCQRSIBIZIEHLAND OTHERROSLANCYMES
6.1 UNIT COSTS FOR ADJUSTMENTS (AUG 2008)
The Offeror is required to provide unit prices when requested by the Government. Prices shall be quoted as fully installed and
finished. The unit prices may be used. upon acceptance by GSA, during the first year of the lease to pnce alterations costing
$100,000 or less. These prices may be indexed or renegotiated to apply to subsequent years of the lease upon mutual agreement
of the Lessor and the Government
5.2 TENANT IMPROVEMENTS PRICING REQUIREMENTS (SEP 2009)
A. Under the provisions of FAR Subpart 15.4, the Lessor must submit information that is adequate for the Government to evaluate
the reasonableness of the price or determining cost realism in conjunction with the Tenant Improvements.
B. In lieu of submitting detailed cost or pricing data and entering into negotiations to determine a final cost for the subject work, the
Government (in accordance with FAR 15.403) is willing to negotiate a pnce based upon the results of a competitive proposal
process if the following conditions are met:
1. The Lessor shall submit to the Government a proposal for an Tenant Improvements. The proposal shall include the
overhead, profit, arid architecturafengineenng fees as agreed upon in the Lease, as well as permits and regulatory fees
for tenant improvements.
2. The Tenant Improvements scope of work includes the lease, the SFO, all SFO attachments, the construction
dravAngsktocurnents, and written specifications. In cases of discrepancies, the Lessor shall immediately notify the
Contracting Officer for resolution. All differences wit be resolved by the Contracting Officer In accordance with the terms
and conditions of the lease.
3. No building shell Items shall be included in the pricing for the Tenant Improvements.
4. Each proposal shall be 1) submitted in the attached 21 Division Tenant Improvement Cost Summary lade by the
proposed General Contractors (or subcontractors) and 2) reviewed by the Government. The General Contractors shall
submit the supporting bids from the major subcontractors. The Government reserves the right to determine if bids meet
the scope of work, that the pnce Is reasonable, and that the Lessors proposed contractors are qualified to perform the
work. The Government reserves the right to reject all bids, at its sole discretion.
5. A minimum of two qualified general contractors shall be invited to participate in the competitive proposal process. Each
participant shall compete Independently In the process. In the absence of sufficient competition from the general
contractors, a minimum of two qualified subcontractors from each trade of the attached 21 Division Tenant Improvement
Cost Summary table shall be invited to participate in the competitive proposal process.
6. The Government reserves the right to be represented at all negotiation sessions between the Lessor and potential
contractors.
7. The Lessor shall demonstrate to the Government that best efforts have been made to obtain the most competitive prices
possible. and the Lessor shall accept responsibility for all prices through direct contracts with all contractors.
8. The Lessor shall complete the competition and the cost proposal process in the time frame specified in the -Construction
Schedule of Tenant Improvements' paragraph in this section.
9. Once the Government determines that there is adequate competition, and upon the Government's acceptance of the
Lessors cost proposal based upon that competition (provided the Lessor selects the competition's lowest priced bid of a
contractor qualified to perform the subject work), the Contracting Officer shall issue to the Lessor a notice to proceed for
the subject work.
10. The Lessor shall complete the work within the time frame requirements illustrated :n the 'Construction Schedule and
Acceptance of Tenant Improvements' paragraph in this section.
5.3 SUBSEQUENT TENANT ALTERATIONS $100,000 OR LESS (AUG 2003)
A. The Lessor may be requested to provide alterations during the term of the lease. Alterations will be ordered by issuance of
GSA Form 276, Supplemental Lease Agreement, GSA Form 300, Order for Supplies or Services, or a Tenant Agency-
approved form when specifically authonzed to do so by the Contracting Officer. The two clauses from GSA Form 3517.
General Clauses, 552.232-75, Prompt Payment, and 552.232-70, Invoice Requirements (Variation), apply to orders for
alterations. Al orders are subject to the terms and conditions of this lease.
B. Orders for Tenant Improvement $100,000 or less may be placed by the Contracting Officer or GSA Buildings Manager. Tenant
Agency officials may place orders for Tenant Improvements 5100.000 or less when specifically authorized to do so by the
Contracting Officer. The Contracting Officer will provide the Lessor with a list of Tenant Agency officials authonzed to place
orders and will specify any limitations on the authonty delegated to Tenant Agency officials. The Tenant Agency officials are
not authorized to deal with the Lessor on any other matters.
C. Payments for alterations ordered by the Tenant Agency under the authorization described in paragraph B above. will be made
directly by the Tenant Agency placing the order.
SFO NO. 9V12017 INITIALS:
12/29/2010 27 R GOV
EFTA01089803
5.4 WORK PERFORMANCE (SEP 2000)
All work In performance of this lease shall be done by skilled workers or mechanics and shall be acceptable to the Contracting
Officer. The Contracting Officer retains the right to reject the Lessors workers 1) if such are either unhcensed, unskilled, or
otherwise incompetent. or 2) if such have demonstrated a history of either untimely or otherwise unacceptable performance in
connection with work carried out in conjunction with ether this contract or other Government or private contracts.
5.5 RESPONSIBILITY OF THE LESSOR AND LESSOR'S ARCHITECT/ENGINEER (AUG 2008)
A. The Lessor shall be responsible for the professional quality. technical accuracy, and the coordination of all designs. drawings,
specifications, and other services furnished by the Lessor under this contract. The Lessor shall, without additional
compensation, correct or revise any errors or deficiencies in its designs, drawings, specifications, or other services.
B. THE LESSOR REMAINS SOLELY RESPONSIBLE FOR DESIGNING, CONSTRUCTING, OPERATING, AND MAINTAINING
THE LEASED PREMISES IN FULL ACCORDANCE WITH THE REQUIREMENTS OF THE LEASE. The Government retains
the right to review and approve many aspects of the Lessors design, including without limitation, review of the Lessors design
and construction drawings, shop drawings, product data, finish samples. and completed Base Building and Tenant
Improvement construction. The Government shall work closely with the Lessor, in an integrated manner, to identify potential
design flaws, to minimize costly misdirection of effort, and to assist the Lessor in its effort to monitor whether such design and
construction comply with applicable laws and satisfy all Lease requirements.
C. Neither the Government's review. approval or acceptance of, nor payment through rent of the services rechired under this
contract, shall be construed to operate as a waiver of any rights under this contract or of any cause of action arising out of the
performance of this contract. and the Lessor shall be and remain liable to the Government in accordance with applicable law for
all damages to the Government caused by the Lessors negligent performance of any of the services requtred under INs
contract.
D. Design and construction and performance information is contained throughout several of the documents which will comprise a
resulting lease. The Lessor shall provide to space planners, architects, engineers. construction contractors, etc.. all information
required whether it Is found in this SFr). Special Requirements and Attachments. Price Lists or Design Intent Drawings.
Reliance upon one of these documents to the exclusion of any other may result in an Incomplete understanding of the scope of
the work to be performed and/or services to be provided.
5.6 LIQUIDATED DAMAGES (AUG 2008)
In case of failure on the part of the Lessor to complete the work within the time fixed In the lease contract, the Lessor shall pay the
Government as fixed and agreed liquidated damages, pursuant to this paragraph, the sum of one day's rent for each and every
calendar day that the delivery is delayed beyond the date specified for delivery of all the space ready for occupancy by the
Government. This remedy is not exclusive and Is in addition to any other remedies which may be available under this lease or at
law. This liquidated sum is not meant as a penalty, but as an approximation of actual damages that would be suffered by the
Government as a result of the Lessor's delay.
5.7 EXISTING FIT-OUT, SALVAGED, OR RE-USED BUILDING MATERIAL (SEP 2000)
A. Items and materials existing n the offered space, or to be removed from the offered space during the demolition phase, are
eligble for reuse in the construction phase of the project. The reuse of items and materials is preferable to recycling them:
however, items considered for reuse shall be In refurbishable condition and shall meet the quality standards set forth by the
Government in this SFO. In the absence of definitive quality standards, the Lessor is responsible to confirm that the quality of
the ilem(s) in question shall meet or exceed accepted industry or trade standards for first quality commercial grade
applications.
8. The Lessor shall submit a reuse plan to the Contracting Officer. The Government will not pay for existing fixtures and other
Tenant Improvements accepted in place. However, the Government will reimburse the Lessor, as part of the Tenant
Improvement Allowance, the costs to repair or improve such fixtures or improvements identified on the reuse plan and
approved by the Contracting Officer.
5.8 CONSTRUCTION WASTE MANAGEMENT (AUG 2008)
A. Recycling construction waste Is mandatory for initial space alterations for tenant improvements and subsequent alterations
under the lease.
8. Recycling construction waste means providing all services necessary to furnish construction materials or wastes to
organizations which will employ these materials or wastes in the production of new materials. Recycling includes required labor
and equipment necessary to separate Individual matenals from the assemblies of which they form a part.
C. SUBMITTAL REQUIREMENT: Refer to the Green Lease Submittal Requirement paragraph in the How to Offer and Submittal
Requirements Section of this SFO.
D. The Lessor shall recycle the following items during both the demolition and construction phases of the project, subject to
economic evaluation and feasibility.
1. ceiling grid and tile;
SFO NO. 9VI2017 INITIALS &
12/29/2010 28 R GO
EFTA01089804
2. light fixtures, including proper disposal of any transformers. ballasts, and fluorescent light bulbs:
3 duct work and HVAC equipment:
4 wring and electrical equipment:
5. akiminurn and/or steel doors and frames:
6 hardware:
7. drywall:
8. steel studs,
9. carpel, carpet backing. and carpet padding:
10. wood;
11. insulation:
12. cardboard packaging:
13 pallets:
14. windows and glazing materials.
15. all miscellaneous metals (as in steel support frames for filing equipment); and
16. all other finish and construction materials.
E. If any waste materials encountered during the demolition or construction phase are found to contain lead, asbestos.
polychlorinated biphenyls (PCB's) (such as fluorescent lamp ballasts), or other harmful substances, they shall be handled and
removed in accordance with federal and state laws and requirements concerning hazardous waste.
F. In addition to providing 'one time' removal and recycling of large scale demolition items such as carpeting or drywall, the
Lessor shall provide continuous facilities for the recycling of incidental construction waste during the initial construction.
G. Construction materials recycling records shall be maintained by the Lessor and shall be accessible to the Contracting Officer.
Records shall Include materials recycled or landfilled, quantity, date, and identification of hazardous wastes.
5.9 INDOOR AIR QUALITY DURING CONSTRUCTION (DEC 2007)
A. The Lessor shall provide to the Government material safety data sheets (MSDS) or other appropnate documents upon request,
but prior to nstallation or use for the following products including but not limited to: adhesives, caulking, sealants, insulating
matenals, fireproofing or fire stopping materials, paints, carpets, floor and wall patching or leveling matenals, lubncants. clear
finishes for wood surfaces, janitorial cleaning products, and pest control products.
B. The Contracting Officer may eliminate from consideration products with significant quantities of toxic, flammable, corrosive, or
carcinogenic material and products with potential for harmful chemical emissions. Materials used often or in large quantities
will receive the greatest amount of review.
C. All MSDS shall comply with Occupational Safety and Health Administration (OSHA) requirements. The Lessor and its agents
shall comply with all recommended measures in the MSDS to protect the health and safety of personnel.
D. To the greatest extent possible, the Lessor shall sequence the installation of finish matenals so that materials that are high
emitters of volatile organs compounds (VOC) are installed and allowed to cure before installing interior finish matenals,
especially soft materials that are woven, fibrous, or porous in nature, that may adsorb contaminants and release them over
time.
E. Where demolition or construction work occurs adjacent to occupied space, the Lessor shall erect appropriate barners (noise.
dust, odor, etc.) and take necessary steps to minimize interference with the occupants. This includes maintaining acceptable
temperature, humidity, and ventilation in the occupied areas during window removal, window replacement, or similar types of
work.
F. Fl USHINIT PROCX-18 IRF
1. A final flush-out penod of 72 hours minimum is required after installation of all inlenor finishes and before the tenant
agency's occupancy of the space The Lessor shall ventilate 24 hours a day, with new filtration media at 100% outdoor air
(or maximum outdoor air while achieving a relative humidity not greater than 60%).
2. After the 3-day perod the space may be occupied; however, the flush-out must continue for 30 days using the maximum
percentage of outdoor air consistent with achievng thermal comfort and humidity control.
3. Any dove, on from this ventilation plan must be approved by the Contracting Officer.
SFO NO. 9V12017 INITIALS
12/29/2010 29 LESSO GOVT
EFTA01089805
G. The Lessor is required to provide regularly occupied areas of the tenant space with new air filtration media before occupancy
that provides a Minimum Efficiency Reporting Value (MERV) of 13 or better.
H. During construction, meet or exceed the recommended design approaches of the Sheet Metal and Air Conditioning National
Contractors Association (SMACNA) IAO Guideline for Occupied Buildings Under Construction. 1995, Chapter 3.
I. Protect stored onsite and installed absorptive materials from moisture damage.
J. If air handlers are used dunng construction, the Lessor shall provide filtration media with a Minimum Efficiency Reporting Value
(MERV) of 8 at each return air grill, as determined by ASHRAE (American Society of Heating, Refrigeration and Air-
Conditioning Engineers) 52.2-1999.
5.10 CONSTRUCTION SCHEDULE AND ACCEPTANCE OF TENANT IMPROVEMENTS (SEP 2009)
A The construction schedule shall commence upon lease award, unless otherwise expressly agreed by the Lessor and
Government as stated in the lease. The schedule shall be divided into seven tasks for each phase. These are: 1) the
generation of the design intent drawings; 2) the Government's approval of the design intent drawings; 3) the Lessors
generation of the Government's construction documents; 4) the Government's review of the construction documents; 5) the Ti
submittal, review and Notice to Proceed (NTP) process; 6) the Lessors construction of the sublect leased area; and 7) the
Government's acceptance of the Lessor's construction. Each of these tasks is detailed below. References to 'approval' shall
mean such approval granted by the GSA Contracting Officer. During the construction schedule, the Government may request
regularly scheduled progress meetings and request that the Lessor keep meeting minutes of discussion topics and attendance.
During design and construction, the Lessor may discover instances where the Government's directives conflict. In such cases.
the Lessor shall immediately notify the GSA Contracting Officer so that the Government may Issue a determination as to how to
proceed beyond the building shell.
B. DESIGN
1. The Lessor shall prepare, as part of shell rent, and provide to the Government, for the Government's approval, Initial
Schematic Design and then full design intent drawings detailing the Tenant Improvements to be made by the Lessor within
the Government-demised area. The Government shall use best efforts to coordinate the provision of such information and
details as required by the Lessors architect to complete such drawings In a timely manner. Full Design intent drawings,
for the purposes of this lease, are defined as fully-dimensioned drawings of the leased space which consist of enough
information to prepare construction drawings including: 1) furniture, wall, door, and built-In millwork locations; telephone,
electrical, and data outlet types and locations, and repositioned sprinklers, ceilings, and lighting. where impacted;
2) specifications necessary for calculation of electrical and HVAC loads; and 3) all finish and signage selections. Intel
Schematic Design shall be due from the Lessor within fifteen (15) workings from award and full Design Intent drawings
shall be due from the Lessor within thirty (30) working days from award.
2. Review. The Government retains the right to review, approve, and request modifications (if necessary) to the Lessors
Initial Schemak Design and furl design intent drawings prior to the Lessors commencement of working/construction
drawings. The Government's review and approval of the drawings is limited as to the drawings' conformance to the
specific requirements of the SFO and the agemy's needs as they apply to the specific leased space. The Government
shall perform all reviews of design intent drawings within fifteen (15) working days of receipt of such from Lessor.
Should the Government require that modifications be made to the Lessor's design intent drawings before approval can be
granted, the Government shall state as such in writing to the Lessor, and the Lessor shall have fifteen (15) working days
to cure all noted defects before returning the design intent drawings to the Government for a subsequent review. Upon
approval of the full design intent drawings, a notice to proceed of Construction Drawings shall be transmitted to the
Lessor, and the Lessor shall commence working/construction drawings for the space At The Lessor will be required to
submit a budget proposal, based on the Tenant Improvements and associated work as shown on the design intent
drawings. This budget proposal shall be completed within ten (10) working days of the Government's request. Delay of
receipt of such proposal shall result in a Lessor delay.
C. WORKING/CONSTRUCTION DRAWINGS'
The Lessor shall prepare, as part of the Tenant Improvement Allowance. final working/construction drawings for the
Improvements illustrated on the Government-approved design Intent drawings. The working/construction drawings shall
include all mechanical, electrical, plumbing, fire safety, lighting. structural, and architectural improvements scheduled for
Inclusion into the Government-demised area. Working/construction drawings shall also be annotated with all applicable
specifications. The resulting product shall reflect requirements which are substantially the same as that specified by the
Government-approved design intent drawings and shall incorporate neither extraneous additions nor deletions of requirements.
The Lessors working/construction drawings shall be due to the Government within twenty (20) working days of the
Government's approval of the design intent drawings.
The Lessor shall prepare 50%. 90% and final (100%) working/construction drawings. The Lessor's final
working/construction drawings shall be due to the Government within sixty (60) working days of the Government's
approval of the design intent drawings, with intermediate work products, reviews and revisions as follows:
1. 50% Drawings. The Lessors 50% working/construction drawings draft shall be delivered to the Government for review
within fifteen (1S) working days of receipt of the issuance of the design intent drawings. Drawings must include a site
plan showing all access points, building entrances/exits, and anticipated location of security devices. In addition, the
Offeror At must provide detailed specifications on the anticipated security systems for the Governments review and
approval. The Government shall perform all reviews of the 50% construction drawings draft within ten (10) working days
SFO NO. 9VI2017
12/2912010 30
INITIALS:
44-
EFTA01089806
of receipt of such from the Lessor. Modifications to the 50% construction drawing shall be reflected in the 90%
construction drawing draft dekvered to the Government for the 90% review
2. 90% Drawings. The Lessor's 90% working/construction drawings draft shall be delivered to the Government for review
within fifteen (15) working days of receipt of the Governments commends on the 50% drawings. The Government shall
perform all reviews of the 90% construction drawings draft within ton (10) working days of receipt of such from the
Lessor. Modifications to the 90% drawings draft and shall be reflected in the final construction drawings draft to the
Government for the final working/construction drawings review.
3 Final Working,Construction Drawings. The Lessees final working/construction drawings draft shall be delivered to the
Government for review within eve (5) working days of receipt of the Governments comments on the 90% drawings. The
Government shall perform its review of the Final cansInxilon dravrings draft within five (5) working days of receipt of
such from the Lessor. The Lessor shall correct any errors and/or omissions identified in the final drawings draft and shall
deliver the final construction drawings marked TOR CONSTRUCTION' to the Government along with the Tenant
Improvements Price Proposal in accordance with the Solicitation for Offers. NOTE: The aforementioned 'Modifications' to
the 50% and 90% drawings would be for any discrepancies from the Design Intent Drawings and/or Program of Areas.
The "Modifications would NOT be for a change in the plan or a change in the scope of work.
Working/construction drawings shall clearly identify 1) Tenant Improvements already in place and 2) the work to be done by the
Lessor or others. The Lessor will be required to submit a budget proposal based on Tenant Improvements and work
associated work as shown in the design intent drawings.
D. REVIEW OF WORKING/CONSTRUCTION DRAWINGS'
The Government retains the right to review, and request modifications (if necessary) to, the Lessors construction documents
prior to the Lessor's commencement of Interior construction. The Government's review of the construction documents is limited
to the construction documents' conformance to the specific requirements of the SFO and to the approved design intent
drawings. The Government shall perform all reviews of construction documents within fifteen (15) working days of receipt of
such from the Lessor. Should the Government require that modifications be made to the Lessor's construction documents, the
Government shall state such in writing to the Lessor, and the Lessor shall have thirty (30) working days to cure all noted
defects before returning the construction documents to the Government for a subsequent review. Upon complete Government
review for conformance of the construction documents to the design intent drawings, the Lessor shall obtain the necessary
permits. Notwithstanding the Governments review of the construction documents, the Lessor is solely responsible and liable
for the technical accuracy of the construction documents in meeting all requirements and provisions of the lease and the
Government-approved design intent drawings. The Lessor shall obtain the necessary permits and may commence construction
of the shell space.
E. TENANT IMPROVEMENTS PRICE PROPOSAL
Whin ten (10) working days of Government review for conformance of the construction drawings, the Lessor must submit the
written price proposal along with adequate cost and pricing data or the documentation of the competitive proposals (as
described in the "Tenant Improvements Pricing Requirements' paragraph in this section) and for any costs or credits to the
Government that are beyond the scope of the original SFO and its attachments. Any work shown on the construction
documents that Is building shell shall be dearly identified and priced as such. After negotiation and acceptance of the Tenant
Improvements price, A NOTICE TO PROCEED OF CONSTRUCTION OF TENANT IMPROVEMENTS SHALL BE
TRANSMITTED TO THE LESSOR, and the Lessor shall continence construction of the Tenant Improvements
F. CONSTRUCTION OF TENANT IMPROVEMENTS
The Lessor shall construct all Tenant Improvements in accordance with 1) the Government reviewed working/construction
drawings and 2) all terms and conditions of the SFO. The Lessor shall complete Tenant Improvements within one-hundred
fifty (150) working days after receiving the notice to proceed for construction of tenant improvements from the Government.
The Lessor shall furnish a detailed construction schedule (such as Critical Path Method) to the Government ',Whin 5 days of
issuance of the notice to proceed. Such schedule shall also indicate the dates available for the Government contractors to
install telephone/data lines or equipment. The Government reserves the right to access any space within the building during
the conduct of interior construction for the purposes of performing inspections or for installing Government-furnished
equipment. The Government shall coordinate with the Lessor the activty of Government contractors in order to minimize
conflicts with, and disruption to. other contractors on site. Access shall not be denied to authorized Government officials
including. but not limited to, Government contractors, subcontractors, or consultants acting on behalf of the Government with
regard to this project.
G. NOTICE OF ACCEPTANCE OF SPACE. SHELL (EXTERIOR) AND TENANT IMPROVEMENT (INTERIOR) SPACE: AND
CERTIFICATE OF OCCUPANCY'
Thirty (30) days prior to the completion of Exterior Shell NA Interior tenant Improvement Construction, the Lessor shall issue
written notice to the Government to inspect the space. The Government shall have ten (10) working days to inspect and to
either accept or reject the subject space.
1. Substantially completed space MI be accepted by the Government subject to the completion of minor punch list items
(see the Definitions paragraph of GSA Form 3517, General Clauses). Space Mich is not substantially complete MI not
be accepted by the Government. Should the Government reject the Lessor's space as not substantially complete as
defined herein, the Lessor shall immediately undertake remedial action and when ready shall issue a subsequent notice to
inspect to the Goverrynent.
2. The Lessor shall provide a valid Certificate of Occupancy, or equivalent acceptable to the U.S. General Services
Administration Contracting Officer, issued by the local jursdlcbon. for the intended use of the Government and shall
maintain and operate the bu king in conformance with current local codes and ordinances. If the local junsdicuon does
SFO NO 9VI2017 INITIALS
12/29/2010 31 LE
EFTA01089807
not Issue Certificates of Occupancy, the Lessor shall obtain the services of a licensed fire protection engineer to verify the
offered space meets all applicable local codes and ordinances to ensure an acceptable level of safety is provided.
H. RENT COMMENCEMENT,
The rent commencement date (for each increment) shall be the date that space acceptance is made by the Government Any
rental paid by the Government prior to actual occupancy shall be less the cost for services and utilities. In any event, the
Government will not be required to accept space and commence rent prior to the onginal date as indicated in 'Occupancy
Date.'
I. LEASE- COMMENCEMENT'
The Government shall issue GSA Form 276. Supplemental Lease Agreement, to establish the lease commencement date after
the acceptance of all space, if different from the dale previously established in the lease. In any case, the lease
commencement date shall not be prior to the rent commencement dale.
5.11 PROGRESS REPORTS (AUG 2008)
After start of construction, at the Government's discretion, the Lessor shall submit to the GSA Contracting Officer, written progress
reports at intervals of ton (10) working days. Each report shall include information as to 1) percentage of the work completed by
phase and trade; 2) a statement as to expected completion and occupancy date: 3) changes introduced into the work: and
4) general remarks on such items as material shortages, strikes, weather, etc. In addition, at the Government's discretion. the
Lessor shall conduct meetings at location, time and date designated by the Government Contracting Officer to bnef Government
personnel and/or contractors regarding the progress of design and construction of the Government-demised area. The Lessor shall
be responsible for taking and distnbuting minutes of these meetings, with review and approval by the GSA Contracting Officer.
Such meetings shall be held at a location to be designated by the Government.
6.12 CONSTRUCTION INSPECTIONS (AUG 2008)
A Construction inspections MI be made periodically by the Contracting Officer and/or designated technical representatives to
review compliance with the SFO requirements and the final working drawings.
8. Periodic reviews, witnessing of tests, and inspections by the Government are not to be interpreted as resulting in any approval
of the Lessors apparent progress toward meeting the Government's objectives but are intended to discover any information
which the Contracting Officer may be able to call to the Lessors attention to prevent costly misdirection of effort. The Lessor
shall respond in writing to the GSA Contracting Officer regarding the Governments comments resulting from the subject
reviews, test, and inspections. The Lessor shaft remain completely responsible for designing, constructing, operating, and
maintaining the building in full accordance with the requirements of this solicitation.
5.13 FLOOR PLANS AFTER OCCUPANCY (DEC 2005)
A. Paper Medium. Within thirty (30) calendar days after occupancy, three (3) copies of as-built reproducible full floor plans, scaled
at 1/8" = V-0", showing the space under lease, as well as corridors. stairways, and core areas, shall be provided to the
Contracting Officer.
8. Electronic Medium: Computer-Aided Design (CAD) files of as-built floor plans showing the space under lease, as well as
corridors, stairways, and core areas, shall be provided to the Contracting Officer. The plans shall have been generated by a
CAD program which is compatible with the latest release of AutoCAD. The required file extension Is .DWG. Clean and purged
files shall be submitted on CD-ROM. They shall be labeled with building name, address, list of drawing(s), date of the
drawing(s), and Lessors architect and phone number. The Lessors operator shall demonstrate the submission on GSA
equipment, if requested by the Contracting Officer.
5.14 WAIVER OF RESTORATION (AUG 2008)
The Lessor hereby waives, releases and discharges, and forever relinquishes any right to make a claim against the Government for
waste, damages. Or restoration ansing from or related to (a) the Government's normal and customary use of the leased premises
dunng the term of the lease (including any extensions thereof), as well as (b) any initial or subsequent alteration to the leased
premises. including cabling, or removal thereof. during the term of this lease (including any extensions thereof), where such
alterations or removals are performed by the Lessor or by the Government with the Lessors consent, which shall not be
unreasonably withheld. The Government may. at its sole option, abandon property in the leased space following expiration of the
Lease, in which case the property will become the property of the Lessor and the Govemment will be rel eved of any liability in
connection therewith.
SFO NO. 9VI2017
12/29/2010 32
EFTA01089808
6.0 GENERA! ARCHITECTURE
6.1 ACCESSIBILITY (FEB 2007)
The building, leased space, and areas serving the leased space shall be accessible to persons with disabilities in accordance with
the Architectural Barriers Act Accessibility Standard (ABAAS). Appendices C and D to 36 CFR Part 1191 (ABA Chapters 1 and 2,
and Chapters 3 through 10). To the extent the standard referenced in the preceding sentence conflicts with local accessibility
requirements, the more stnngenl shall apply.
6.2 EXITS AND ACCESS (DEC 2007)
A. Vestibules shall be provided at public entrances and exits wherever weather conditions and heat loss are important factors for
consideration. In the event of negative air pressure conditions. provisions shall be made for equalizing air pressure.
B. The Lessor shall provide permanent entryway systems (such as grilles or grates) to control dirt and particulates from entering
the budding at all primary exterior entryways
6.3 DOORS: EXTERIOR (SEP 2000)
A. BUILDING awl I -
I. Exterior doors shall be provided al the Lessor's expense unless explicitly requested by the Government in addition to
those provided by the Lessor. Exterior doors shall be weather-tight and shall open outward. Hinges, pivots. and pins shall
be installed in a mamer which prevents removal when the door is closed and locked.
2. These doors shall have a minimum dear opening of 32- clear wide x acr high (per leaf). Doors shall be heavy-duty. flush,
1) hollow steel construction. 2) solid-core wood, or 3) insulated tempered glass. As a minimum requirement, holow steel
doors shall be fully insulated, flush, #16-gauge hollow steel. Solid-core wood doors and hollow steel doors shall be at
least 1-3/4 inches thick. Door assemblies shall be of durable flash and shall have an aesthetically-pleasing appearance
acceptable to the Contracting Officer. The opening dimensions and operations shall conform to the governing budding.
fire safety, accessibility for the disabled, and energy codes and/or requirements.
6.4 WINDOWS (SEP 2009)
A. Office space shall have windows in each exterior bay unless waived by the Contracting Officer.
B. All windows shall be weather-tight. Operable windows that open shall be equipped with locks. Off-street. ground level windows
and those accessible from fire escapes. adjacent roofs, and other structures that can be opened must be fitted with a sturdy
locking device. Widows accessible from fire escapes must be readily operable from the inside of the building.
6.5 WINDOW COVERINGS (SEP 2009)
A. Window Blinds. AS exterior windows shall be equipped with window blinds in new or like new condition. which shall be provided
as part of the Tenant Improvement Alowance. The blinds may be aluminurn or plastic vertical blinds, horizontal blinds with
aluminurn slats of 1-inch width or less, solar fabric roller shades, or an equivalent product pre-approved by the Contracting
Officer. The window blinds shall have non-corroding mechanisms and synthetic tapes. Color selection will be made by the
Contracting Officer.
6.6 FLOORS AND FLOOR LOAD (SEP 2000)
A All adjoining floor areas shall be:
1. of a common level not varying more than 114 inch over a 10-fool horizontal run in accordance with the American Concrete
Institute standards.
2. non-slip, and,
3 acceptable to the Contracting Officer.
B. Underfloor surfaces shall be smooth and level. Office areas shall have a minimum live load capacity of 50 pounds per
ANSVBOMA Office Area square foot pkis 20 pounds per ANSIIBOMA Office Area square foot for moveable partitions. Storage
areas shall have a minimum five load capacity of 100 pounds per ANSI/BOMA Office Area square foot including moveable
partitions. A report showing the floor load capacity, at no cost to the Government, by a registered professional engineer may
be required. Calculations and structural drawings may also be required.
6.7 CEILINGS (SEP 2009)
A. Ceilings shall be at least eight (8) feet, six (6) inches and no more than twelve (1)2 feet, zero (0) inches measured from floor to
the lowest obstruction. Areas with raised flooring shall maintain these ceiling height limitations above the finished raised
floonng. Bulkheads and hanging or surface-mounted light fixtures which impede traffic ways shall be avoided. Ceilings shall
be uniform in color and appearance throughout the leased space, with no obvious damage to tiles or grid.
B. Pnor to closing the ceiling, the Lessor shall coordinate with the Government for the installation of any items above the ceiling.
SFO NO. 9VI2017 INITIALS. •
12129/2010 33 L 0 GOVT
EFTA01089809
C Should the ceiling be installed in the Government-demised area prior to construction of the Tenant Improvements, then the
Lessor shall be responsible for all costs in regard to the disassembly, storage during construction, and subsequent re-assembly
of any of the ceiling components which may be required to complete the Tenant Improvements. The Lessor shall also bear the
risk for any damage to the ceiling or any components thereof during the construction of the Tenant Improvements.
D. Ceilings shall be a flat plane in each room and shall be suspended with ample light fixtures and finished as follows unless an
alternate equivalent is pre approved by the Contracting Officer:
1. Restrooms. Plastered or speckled and taped gypsum board.
2. Offices and Conference Rooms. Mineral and acoustical tile or lay in panels with textured or patterned surface and tegular
edges or an equivalent pre-approved by the Contracting Officer. Tiles or panels shall contain recycled content.
3. Corridors and Ealing/Galley Areas. Plastered or speckled and taped gypsum board or mineral acoustical tile.
6.8 ACOUSTICAL REQUIREMENTS (SEP 2009)
A. DUILDING SHE-LL'
1. Reverberation Control. Private office and conference rooms using suspended acoustical ceilings shall have a noise
reduction coefficient (NRC) of not less than 0.65 in accordance with ASTM C-423. Open office using suspended
acoustical ceilings shall have an NRC of not less than 0.75. Private offices, conference rooms, and open offices using
acoustical cloud or acoustical wall panels with a minimum of 70% coverage shall have an NRC of not less than 0.85.
2. Ambient Noise Control. Ambient noise from mechanical equipment shall not exceed noise criteria curve (NC) 35 in
accordance with the ASHRAE Handbook of Fundamentals in offices and conference rooms; NC 40 in corridors, cafeterias.
lobbies, and toilets: NC 50 in other spaces.
3. Noise Isolation. Rooms separated from adjacent spaces by ceiling-high partitions (not including doors) shall not be less
than the following noise isolation class (NIC) standards when tested in accordance with ASTM E-336.
a. Conference rooms NIC 40
b. Offices NIC 35
4. Testing.
a. The Contracting Officer may require, at no cost to the Government. test reports by a qualified acoustical consultant
showing that acoustical requirements have been met.
b. The requirements of this paragraph shall take precedence over any additional specifications in this SFO if there is a
conflict.
B. TFNANT IMPROVEMENT: See Special Requirements.
8.9 PARTITIONS: GENERAL (DEC 2007)
DWI DING SHEI I :
Partitions in pubic areas shall be marble. granite, hardwood, or sheelrock covered with durable wall covering or high performance
coating, or equivalent pre-approved by the Contracting Officer.
6.10 PARTITIONS: PERMANENT (SEP 2000)
DUILDING SHELL:
Permanent partitions shall extend from the structural floor slab to the structural ceiling slab. They shall be provided by the Lessor as
part of shell rent as necessary to surround the Government-demised area, stairs. corridors, elevator shafts, toilet rooms, all
columns. and janitor closets. They shall have a flame spread rating of 25 or less and a smoke development rating of 50 or less
(ASTM E-84). Stairs, elevators, and other floor openings shall be enclosed by partitions and shall have the fire resistance required
by the applicable building code, fire code and ordinances adopted by the junsdictice in which the building is located ( such as the
International Building Code. etc.) current as of the award date of this lease.
6.11 BUILDING DIRECTORY (DEC 2005)
'BUILDING SHELL:
A tamper-proof directory with lock shall be provided in the building lobby listing the Government agency(ies). It must be acceptable
to the Contracting Officer.
6.12 LANDSCAPING (SEP 2000)
A. Where conditions permit, the site shall be landscaped for low maintenance and water conservation with plants that are either
native or well-adapted to local growing conditions.
B. Landscape management practices shall prevent pollution by:
1. employing practices wNch avoid or minimize the need for fertilizers and pesticides;
SFO NO. 9VI2017 INITIALS
12/29/2010 34 L GOVT
EFTA01089810
2. prohibrling the use of the 2.44Dichlorophenoxyacetic Acid (2.40) herbicide and organophosphates. and
3. composting/recycling all yard waste.
C. The Lessor shall use landscaping products with recycled content as required by Environmental Protection Agency's (EPA's)
Comprehensive Procurement Guidelines (CPG) for landscaping products. Refer to EPA's CPG web site.
yWWV.EPA GOV/CPG
Cr The Contracting Officer shall approve the landscaping to be provided.
6,43 FLACPOLE AND-DISPLAY4AUG-2008)
A-- aUiL9aaGSa6L
4-144he-Govemmest-is-the-sole-occepaat-ol-the-burktragra-bag-pole-sharl-be-provided-a4-a-tocation-to-be-approved-by-the
Contrachng-Ottece4.-The4 ag-iall-ba-pcorAderl-by-the-401446-aS-P34-64-614eil-fentr303-retA3G64-al-341-limerrthm°5-trle-lease
term-Wbef4-4464wing-sigAs-44-44Val,
2-414e-Lessw-shall-be4e,sponsible-tor-Rag-display-on-all-worlidays-and retre.- 41./1,44y6-Tbe-Lessor-may-lightlhealag-in-lieu
of-raisiag-and-losveriag4he-gag-ilarty-The-GOVOCAMOR4-wilt-pwwide-iirskosbon6-wheia-tlags-shall-be-acion-at-tialt-444t4
arThealag-PS-6/4" 4 . -9$4:flAcheCI- MI4-4514449-424-11006-7-4a4/6-6-wee6-coieragerreha4443e -grevidecr-at-a-46436044o-be
apgroved-by-the-Ciaalractiwg-Ctfrawr andaist4acrucle-a-toclrable-halyard-teature,
SFO NO. 9V12017 INITIALS: &
12/29/2010 35 GOVT
EFTA01089811
7.0 ARCHIIMILIEALLIMaliga
7.1 RECYCLED CONTENT PRODUCTS (COMPREHENSIVE PROCUREMENT GUIDELINES) (SEP 2000)
A The Lessor shall comply to the extent feasible with the Resource Conservation and Recovery Act (RCFtA), Section 6002. 1976.
The Lessor shall use recycled content products as indicated in this SFO and as designated by the U.S. Environmental
Protection Agency (EPA) in the Comprehensive Procurement Guidelines (CPG): 40 CFR Part 247. and Its accompanying
Recovered Materials Advisory Notice (RMAN). The CPG lists the designated recycled content products. EPA also provides
recommended levels of recycled content for these products. The fist of designated products, EPA's recommendations, and lists
of manufacturers and suppliers of the products can be found at the mwatri web site.
0. The Offeror, it unable to comply with both the CPG and RMAN lists. shall submit a request for waiver for each material to the
Contracting Officer with the Tenant Improvements pricing submittal. The request for waiver shall be based on the following
cntena:
1. the cost of the recommended product is unreasonable:
2. inadequate competition exists:
3. items are not available within a reasonable period of time; and
4. items do not meet the SFO's performance standards.
7.2 ENVIRONMENTALLY PREFERABLE BUILDING PRODUCTS AND MATERIALS (DEC 2007)
A. The Lessor shall use environmentally preferable products and materials. The Lessor is encouraged to consider the lifecycle
analysis of the product in addition to the initial cost.
B. Refer to EPA's environmentally preferable purchasing web site wiwreoaizoWeoo and USDA BioPreferred products web site
www.biobased oce.usdaciovflb4of In general, environmentally preferable products and materials do one or more of the
following:
1. Contain recycled material, are biobased. are rapidly renewable (ID-year or shorter growth cycle), or have other positive
environmental attributes;
2. Minimize the consumption of resources. energy, and water.
3. Prevent the creation of solid waste, air pollution. or water pollution; or
4. Promote the use of nontoxic substances and avoid toxic materials or processes.
C. The Lessor is encouraged to use products that are extracted and manufactured regionally.
7.3 FINISH SELECTIONS (AUG 2008)
A. All required finish option samples must be provided within fifteen (15) working days of the request for such by the Contracting
Officer. GSA must deliver necessary finish selections to the Lessor within fifteen (15) working days after award or after receipt
of plans and samples, whichever is later.
B. All building finishes must be for first class, modern space.
C. The Lessor must consult with the Contracting Officer prior to developing a minimum of three (3) finish options to include
coordinated samples of finishes for all interior elements such as paint, wall coverings. base coving, carpet. window treatments.
laminates, and flooring. All samples provided must be in compliance with specifications set forth elsewhere in this SFO. The
Lessor must provide the required finish options within ten (10) working days of the request for such by the Contracting Officer
The finish options must be approved by GSA prior to installation. Upon review with the Tenant. the Contracting Officer must
select one finish option within ten (10) working days. and unless otherwise specified prior to lease award, the Offeror may
assume that one finish option will be accepted for all finishes in the entire space under lease. The Lessor may not make any
substitutions after the finish option is selected.
7.4 WOOD PRODUCTS (AUG 2008)
A. For all new installations of wood products, the Lessor is encouraged to use independently certified forest products. For
information on certification and certified wood products, refer to the Forest Certification Resource Center
(wwwcertifiedwood.orq). the Forest Stewardship Council United Stales (vomv.fscus oro). or the Sustainable Forestry Initiative
(i.w.w.aboulsfi.org).
B. New installations of wood products used under this conlract shall not contain wood from endangered wood species. as listed by
the Convention on International Trade in Endangered Species. The list of species can be round al the following web site:
www.cites.OrtVencifteSeurces/soecies.html.
C. Particle board, strawboard. and plywood materials shall comply with Department of Housing and Urban Development (HUD)
standards for formaldehyde emission controls. Plywood materials shall not emit formaldehyde in excess of 0.2 parts per million
(ppm), and particleboard materials shall not emit formaldehyde in excess of 0.3 ppm.
SFO NO. 9VI2017 INITIALS:
12/29/2010 36 LE R
EFTA01089812
D. All materials composed of combustible substances. such as wood plywood and wood boards, shall be treated with fire retardant
chemicals by a pressure impregnation process or other methods that treats the materials throughout as opposed to surface
treatment.
7.5 ADHESIVES AND SEALANTS (AUG 2008)
All adhesives employed on this project (including, but not limited to, adhesives for carpet carpet tile. plastic laminate, wall coverings,
adhesives for wood, or sealants) shall be those with the lowest possible VOC content below 20 grams per liter and which meet the
requirements of the manufacturer of the products adhered or involved. The Lessor shall use adhesives and sealants with no
formaldehyde or heavy metals. Adhesives and other materials used for the installation of carpets shall be limited to those having a
flash point of 140 degrees F or higher.
7.6 DOORS: SUITE ENTRY (AUG 2008)
TENANT IMPROVEMENT INFORMATION:
Suite entry doors shall be provided as part of the Tenant Improvements at the Government's expense and shall have a minimum
clear opening of 32' wide x 84- high (per leaf). Doors shall meet the requirements of being a flush, solid-core, 1-3/4-inch thick,
wood door with a natural wood veneer face or an equivalent pre-approved by the Contracting Officer. Hollow core wood doors are
not acceptable. They shall be operable by a single effort: and shall meet the requirement of NFPA 101. Lie Safety Code (current as
of the award date of this Lease). Doors shall be installed in a metal frame assembly which is primed and finished with a low VOC
semi-gloss al-based paint finish with no formaldehyde.
7.7 DOORS: INTERIOR (AUG 2008)
TENANT IMPROVEMENT INFORMATION:
Doors within the Government-demised area shall be provided as part of the Tenant Improvements and shall have a minimum clear
opering of 32' wide x 80" high. Doors shall be flush. solid-core. wood with a natural wood veneer face or an equivalent door
pre-approved by the Contracting Officer. Hollow core wood doors are not acceptable. They shall be operable with a single effort
and shall meet the requirements of NFPA 101, Life Safety Code (current as of the award date of this lease). Doors shall be installed
in a metal frame assembly which is primed and finished with a low VOC semi-gloss oil-based paint with no formaldehyde.
7.8 DOORS: HARDWARE (DEC 2007)
A. BUILDING SHELL:
Doors shall have door handles or door pulls with heavyweight hinges. All doors shall have corresponding doorstops (wall or
floor mounted) and silencers. All public use doors and toilet room doors shall be equipped with kick plates. Exterior doors and
all common area doors shall have automatic door closers. All building exterior doors shall have locking devices Installed to
reasonably deter unauthorized entry. Property rated and labeled fire door assemblies shall be installed on all fire egress doors.
B. TENANT IMPROVEMENT INFORMATION:
Doors shall have door handles or door pulls with heavyweight hinges. The Lessor is encouraged to avoid the use of chrome-
plated hardware. NI doors shall have corresponding doorstops (wall- or floor-mounted) and silencers. All door entrances
leading into the Govemmentdemised area from public corridors and exterior doors shall have automatic door closers. Doors
designated by the Government shall be equipped with Spin, tumbler cylinder locks, and sInke plates. WI locks shall be master
keyed. Furnish at least two master keys for each lock to the Government. My extenor entrance shall have a high security
lock, with appropriate key control procedures, as determined by Government specifications. Hinge pins and hasps shall be
Secured against unauthorized removal by using spot welds or peened mount:ng bolls. The exterior side of the door shall have
a lock guard or astragal to prevent jimmying of the latch hardware. Doors used for egress only shall not have any operable
exterior hardware. Al security-locking arrangements on doors used for egress shall compty with requirements of NFPA 101.
7.9 DOORS: IDENTIFICATION (SEP 2000)
A. BUILDING SHELL:
All signage required in common areas unrelated to tenant identification shall be provided and installed by the Lessor.
B. TENANT IMPROVEMENT INFORMATION:
Door identification shall be installed in approved locations adjacent to office entrances as part of the Tenant Improvement
Allowance. The form of door identification shall be approved by the Contracting Officer.
7.10 PARTITIONS: SUBDIVIDING (SEP 2009)
A. CUll DING SHELL:
Any demolition of existing improvements which is necessary to satisfy the Government's layout shall be done by the Lessor at
the lassoes expense.
B. TENANT IMPROVEMENT INFORMATION:
1. Office subdividing partitions shall comply with applicable building codes and local requirements and ordinances shall be
provided as part of the Tenant Improvement Allowance. Partitioning shall extend from the finished floor to the finished
ceiling and shall be designed to provide a Mintinuni sound transmission class (STC) of 37. Partitioning shall be installed
by the Lessor at locations to be determined by the Government as identified in the design intent drawings. They shall
have a flame spread raIng of 25 or less and a smoke development rating of 50 or less (ASTM E.84).
SF 2 N0. 0V12017 INITIALS
12/29/2010 37 LES R acct
EFTA01089813
2. HVAC shall be rebalanced and lighting repositioned, as appropriate. after installation of partitions.
3. If installed in accordance Mil the 'Automatic Fire Sprinkler System' and Tire Alarm System" paragraphs in the FIRE
PROTECTION, LIFE SAFETY. AND ENVIRONMENTAL ISSUES section. sprinklers and fire alarm notification appliances
shall be repositioned as appropriate after installation of partitions to maintain the level of fire protection and life safety.
4. Partitioning requirements may be satisfied with existing partitions it they meet the Government's standards and layout
requirements.
7.11 WALL FINISHES (AUG 2008)
A. HUILDING SHFI I
1. Physical Requirements.
a. Prior to occupancy, all restrooms within the building common areas of Government-occupied floors shall have 1)
ceramic file in splash areas and 2) semi gloss paint on remaining wall areas or other finish approved by the
Contracting Officer.
b. Prior to occupancy. all elevator areas that access the Government-demised area and hallways accessing the
Government-demised area shall be covered with wall coverings not less than 20 ounces per square yard, high
performance paint, or an equivalent.
2. Replacement. The Lessor must maintain all wall coverings, high-performance paint coatings, and paints in "like new"
condition for the life of the lease. The Lessor, at its expense, must replace or repair paints, high performance coatings, or
wall coverings any time during the Government's occupancy if they are torn, peeling, permanently stained, marked, or
damaged from impact. Repair or replace the ceramic tile in the restrooms if it is loose, chipped, broken, or permanently
discolored. All repair and replacement work must occur alter working hours.
B. TFNANT IMPROVEMENT INFORMATION:
1. In the event the Government chooses to install a wall coveting as part of the Tenant Improvement Allowance, the
minimum standard is vinyl-free. chlonne-free, plasticizer-free wall covering with recycled content or babased cornrneraal
wall covenng weighing not less than 13 ounces per square yard or equivalent. In the event the Government chooses to
install a high-performance paint coating. '4 shall comply with the VOC (Volatile Organic Compound) limits of the Green
Seal Standard GS-11.
2. All wall covering in the Government-demised area shall be maintained in like new' condition for the life of the lease.
Repair or replacement of wall covenng shall be at the Lessors expense and shall Include the moving and returning of
furnishings, (except where wall covering has been damaged due to the negligence of the Government), any time during
the occupancy by the Government if it is torn. peeling, or permanently stained. Al repair and replacement work shall be
done after working hours.
7.12 PAINTING (SEP 2009)
A. BUILDING SHELL:
1. The Lessor shall bear the expense for all painting associated with the building shell. These areas shall include all
common areas. Exterior perimeter walls and interior core walls within the Government demised area shall be spackled
and pane panted with low VOC primer. If any building shell areas are already painted prior to Tenant Improvements.
then the Lessor shall repaint, at the Lessors expense. as necessary dunng Tenant Improvements.
2. Public areas shall be painted at least every 3 years.
3. If the Government desires cyclical repainting within the demised tenant spaces during the term of the lease, the Lessor
shall include the cost within shell rent. Cyclical repainting of demised tenant spaces shall occur every eight (8) years of
occupancy. This cost, including the moving and returning of furnishings. as well as disassembly and reassembly of
systems furniture, will be borne by the Lessor as part of the shell rent.
B. TENANT IMPROVEMENT INFORMATION:
1. Prior to occupancy, all surfaces within the Government-demised area which are designated by GSA for painting shall be
newly finished in colors acceptable to GSA.
2. The Lessor shall provide interior paints and coatings that meet or are equivalent to the following standards for Volatile
Organic Compound (VOC) offgassing:
a. Topcoat paints: Green Seal Standard GS-11. Paints, First Edition, May 20. 1993.
b. All other architectural coatings, primers, and undercoats: South Coast Air Quality Management Distnct (SCAQMD)
Rule 1113, Architectural Coatings. effective January 1. 2004.
c. Architectural paints. coatings, and pnmers applied to Interior walls and ceilings:
I. Flats: 50 grams per litre (g/L).
a. Non-flats: 150 WI-
SFO NO. 9VI2017
12/29/2010 38
EFTA01089814
d. Anticorrosive and animist paints applied to interior ferrous metal substrates: 250 WE
e Clear wood finishes:
i. Varnish 350 g/L.
ii. Lacquer 550 g/L.
1 Floor coatings: 100 g/t.
g. Sealers:
I. Waterproofing sealers: 250 g/L.
H. Sanding sealers: 275 Wt..
iii. All other sealers: 200 g/L.
h. Shellacs:
I. Clear: 730 g/L.
ii. Pigmented 550 g/L.
i. Stains: 250 gA.
j. Use reprocessed latex paint in accordance with EPA's CPG (Comprehensive Procurement Guidelines) on all painted
surfaces where feasible. The type of paint shall be acceptable to the Contracting Officer.
3. Painted surfaces shall be repainted at the Lessors expense. including the moving and returning of furnishings. any time
during the occupancy by the Government if it is peeling or permanently stained, except where damaged due to the
negligence of the Government. All work shall be done after normal working hours as defined elsewhere in this SFO.
7.13 FLOOR COVERING AND PERIMETERS (AUG 2008)
A. Mill DING SHFI I :
1. Exposed interior floors in primary entrances and lobbies shall terrazzo or ceramic tile. Exposed Interior floors in
secondary entrances. elevator lobbies. and primary interior corridors shall be high-grade carpet, terrazzo or ceramic tile.
Resitient flooring shall be used in telecommunications rooms. Floor perimeters at partitions shall have rubber or vinyl
base.
2. Terrazzo, unglazed ceramic tile, recycled glass tile, and/or quarry tile shall be used in all toilet and service areas.
3. My alternate flooring must be pre-approved by the Contracting Officer.
4. In addition to the building shell flooring discussed above, the Government-demised areas which are designated by GSA
for cyclic carpet replacement shall be recarpeted every eight (8) years with a product meeting this solicitation's
requirements. This cost, including the moving and returning of funkshings. Including disassembly arid reassembly of
systems furniture, will be borne by the Lessor as part of the shell rent.
B. TENANT IMPROVEMENT INFORMATION:
1. Floor covering shall be either carpet or resilient floonng, as specified in the Government's approved design intent
drawings. Floor perimeters at partitions shall have rubber or vinyl base.
2. The use of existing carpet may be approved by the Contracting Officer, however, existing carpet shall be repaired.
stretched, and cleaned before occupancy and shall meet the static buildup requirement for new carpet.
3. If the Government requires restrooms and/or shower rooms In the Government-demised area, floor covering shall be
terrazzo, unglazed ceramic tile, and/or quarry tile.
4. My alternate flooring shall be pre-approved by the Contracting Officer.
C. INSTALLATION:
Floor covering shall be installed In accordance with manufactunng instructions to lie smoothly and evenly.
D. FLOORING - REPAIR OR REPLACEMENT:
1. Except when damaged by the Government. the Lessor shall repair or replace flooring as part of shell rent at any time
dung the lease term when:
a. backing or underlayment is exposed:
b. there are noticeable variations in surface color or texture;
c. it has curls, upturned edges, or other noticeable variations in texture.
d. tiles are loose. or
SFO NO. 9VI2017 INITIALS: 8
12/29/2010 39 LES
EFTA01089815
e. tears and/or tripping hazards are present.
of
2. Repair or replacement shall include the moving and returning of furnishings, including disassembly and reassembly
systems furniture. if necessary. Work shall be performed after normal waking hours as defined elsewhere in this SFO.
7.14 CARPET TILE (AUG 2008)
USCIS Special
A. Any carpet to be newly installed pursuant to this paragraph shall meet the following specifications (See
Requirements)
by a
1. Pile Yam Content. Pile yam content shall be staple filament or continuous filament premium branded nylon branded
major fiber producer (e.g., Invista (formerly DuPont). Solutia (formerly Monsanto). Shaw, and Honeywell (formerly BASF).
2. Environmental Requirements. The Lessor shall use carpet tiles that meet the 'Green Label Plus' requirements of the
y
Carpet and Rug Institute unless an exception is granted by the Contracting Officer. Refer to the EPA's environmentall
preferable purchasing web site. www.epa.goidepp.
3. Carpet Pile Construction. Carpet pile shall be level loop, textured loop, level cut pile, or level cut/uncut pile.
weight
4. Pee Weight. Pile weight shall be a minimum of 20 oz/square yard for level loop or textured loop construction. Pile
shall be a minimum weight of 30 oz/yd2 for level cut/uncut construction.
Polyolefin
5. Secondary Back. The secondary backing shaD be PVC free made from Polyurethane hardback. Thermoplastic
Composite. Ethylene Vinyl Acetate-EVA, Polyurethane Cushion, or Olefin hardback reinforced with fiberglass.
6. Total Weight Total weight shall be a minimum of 90 oz/ square yard.
7. Density. The density shall be a minimum of 5,000 oz/cubic yard.
8. Pale Height.The minimum pile height shall be 1/8 inch. The combined thickness of the total product shall not exceed 1/2
inch (13 mm).
9_ Static Buildup. Static buildup shall be a maximum of 3.5 kilovolt, when tested in accordance with AATCC 134
Radiant Flux of
10. Flammability Carpet shall meet the flammability requirements of ASTE E-648 Test Method for Critical
Floor Covering Systems Using a Radiant Heat Energy Source.
11. Carpet Construction. Carpet construction shall be a minimum of 64 tufts per square inch.
et recycling
12. Carpet Reclamation. Dispose of any carpet replaced during the life of the lease from the site to a carp
program or participate in a carpet buyback program. Men carpet is replaced. submit documentation of carpet
reclamation to GSA.
SFO NO. 91./2017 INITIALS: -5 GOVT
12/29/2010 40 L SSOR
EFTA01089816
8.0 MECUSNICAL.F.LECTRICAL—BLUMBING
8.1 MECHANICAL. ELECTRICAL, PLUMBING: GENERAL (AUG 2008)
A. BUILDING SHILL:
technical publications,
The Lessor shaft provide and operate all building equipment and systems in accordance with applicable
ducts,
manuals, and standard procedures. Mains, lines, and meters for utilities shall be provided by the Lessor. Exposed
piping, and conduits are not permitted In office space.
B. SYSTEMS COMMISSIONING:
of energy consuming
The Lessor shall incorporate commissioning requirements to verify that the installation and performance
associated with tenant
systems meet the Government's project requirements. The commissioning shall cover only work
systems and
improvements or alterations or al a minimum: heating, ventilating, air conditioning and refrigeration (HVAC&R)
associated controls, lighting controls, and domestic hot water systems.
C. TENANT IMPROVEMENT INFORMATION:
in accordance with
The Lessor shall provide and operate all equipment and systems installed as Tenant Improvements
applicable codes, technical publications. manuals. and standard procedures.
8.2 BUILDING SYSTEMS (AUG 2008)
engineer(s) showing
Whenever requested, the Lessor shall fumish to GSA as part of shell rent, a report by a registered professional
that the building and its systems as designed and constructed will satisfy the requrements of this lease.
8.3 ENERGY EFFICIENCY AND CONSERVATION (SEP 2010)
it prior to lease award,
A. Existing buildings must have earned the Energy Star label in the most recent year or veal have obtained
an Energy Star
unless the offered space meets one of the statutory exceptions listed below. Al new construction shall achieve
months after occupancy by the Government. The Offeror is encouraged to Include shared savings in the offer
label within 18
vthere applicable. ENERGY STAR tools and resources can be found at the
as a result of energy upgrades
Star label by EPA
vmwenerayslardov Web site. The term 'most recent year means that the date of award of the Energy
EPA on October 1.
must not be more than 1 year prior to the lease award date. For example, an Energy Star label awarded by
2010 is valid for all lease awards made on or before September 30, 2011.
Star Web site at
B. To earn the Energy Star label, a building owner or representative must folow the instructions on the Energy
ittg://www.enerovstar apv/eslabel
to lease space in a
C. RXCEPTION1. The Energy Independence and Secunty Act of 2007 (EISA) allows a Federal agency
building that does not have an Energy Star label it
functional requirements of
1. No space is offered in a building with an Energy Star label in the delineated area that meets the
an agency. including location needs;
2. The agency will remain in a building they currently occupy;
on the
3. The lease will be in a building of historical, architectural. or cultural significance 'sled or elig ble to be listed
National Register of Historic Places; or
4. The lease is for 10.000 rentable square feet or less.
D. REQUIREMENTS FOR ALL BUILDINGS EXCEPTED FROM AN ENERGY STAR LABFI
V above, the
1. If an Energy Star label building is not offered or an exception Is met In accordance with subparagraph
and conservation
successful Offeror must, nevertheless, agree to renovate the space for all energy efficiency
improvements that would be cost effective over the firm term of the lease.
2. Such improvements may consist of. but are not limited to, the following:
a. Heating, Ventilating, and Air Conditioning (HVAC).
b. Lighting Improvements.
c. Building Envelope Modifications.
Additional Intonation can be found on iwrw.gsa.govileasing under 'Green Leasing.'
landlord by
3. The tern "cost effective" means an improvement that will result in substantial operational cost savings to the
means a
reducing electricity or fossil fuel consumption, water, or other Any costs. The term 'operational cost savings'
reduction In operational costs to the landlord through the appication of building improvements that achieve cost savings
over the firm term of the lease sufficient to pay the incremental additional costs of making the building improvements.
4. If the offered space meets one of the statutory exceptions identified above, but the successful Offeror obtans the Energy
leases).
Star label pnor to occupancy (or no later than one (1) year after signing the lease for succeeding and superseding
SFO NO. 9V12017
12/29/2010 41
INITIALS
LESSOR &
EFTA01089817
the Lessor is not required to renovate such space for the energy efficiency and conservation improvements that may have
been agreed to in the lease.
E IMPROVEMENTS SCHEDULE. All improvements must be accomplished according to the following schedule
1. With the exception of succeeding or superseding leases, the improvements must be completed prior to occupancy
2. For succeeding and superseding leases, the improvements must be completed no later than one (1) year after signing the
lease
F. ENERGY STAR ONLINE TOOLS. To earn the ENERGY STAR label. a building owner or representative must follow the
instructions on the Energy Star Web site at httoltwnweenerevslaroovieslabel. The ENERGY STARE) Building Upgrade Manual
and Building Upgrade Value Calculator are tools which can be helpful in considering energy efficiency and conservation
improvements to buildings.
1. ENERGY STARE) Building Upgrade Manual. This manual provides information on planning and implementing profitable
energy saving building upgrades. The ENERGY STARE) Building Upgrade Manual is available at:
htlo Evnwe.eneroystar ocivibldonvinual.
2. Building Upgrade Value Calculator. The Building Upgrade Value Calculator, developed by the U.S. Environmental
Protection Agency (EPA), is a product of the partnership between Energy Star, BOMA International, and the BOMA
Foundation. This calculator was developed as part of BOMA's Energy Efficiency Program (BEEP), a series of courses
designed to help commercial real estate practitioners improve their buildings' energy efficiency performance. The
calculator tool was developed to help property professionals assess the financial value of investments in a property's
energy performance. The Building Upgrade Value Calculator estimates the financial impact of proposed investments in
energy efficiency in office properties. The calculations are based on data input by the user, representing scenarios and
conditions present at their properties. The Building Upgrade Value Calculator is available on the Energy Star Web site at
httplAwmeneraystar oovrfinancialevaluation.
G. The Offeror may obtain a list of energy service companies qualified under the Energy Policy Act to perform Energy Savings
Performance Contracts (ESPC). as well as additional information on cost effective energy efficiency. renewables, and water
conservation. For the ESPC qualified list. refer to the vow, eere.eneravoovilemo Web site, or call the Federal Energy
Management Program (FEMP) Help Desk at 1-877-337-3463.
H The Offeror is encouraged to include shared savings in the offer as a result of energy upgrades where applicable.
I. The Offeror is encouraged to purchase at least 50 percent of the Government tenant's electricity from renewable sources.
8.4 INSULATION: THERMAL, ACOUSTIC, AND HVAC (AUG 2008)
A. All insulation products shall contain recovered materials as required by EPA's CPG and related recycled content
recommendations.
B. No insulation installed with this project shall be material manufactured using chlorofluorocarbons (CFC's), nor shall CFCs be
used in the installation of the product.
C. All insulation containing fibrous materials exposed to air flow shall be rated for that exposure or shall be encapsulated.
D. Insulating properties for all materials shall meet or exceed applicable industry standards. Polystyrene products shall meet
American Society for Testing and Materials (ASTM) C578 91.
E An insulation shall be low emitting with not greater than 05 pprn formaldehyde emissions.
F. The maximum flame spread and smoke developed index for Insulation shall meet the requirements of the applicable local
codes and ordinances (current as of the award date of this Lease) adopted by the jurisdiction In which the building is located.
8.5 DRINKING FOUNTAINS (AUG 2008)
A. giUILDING SHELL:
The Lessor shall provide, on each floor of Government occupied space, a minimum of one chilled accessible drinking fountain
with potable water within every 200 feet of travel.
8.6 TOILET ROOMS (AUG 2008)
A. BUILDING SHELL:
1. Separate toilet facilities for men and women shall be provided on each floor occupied by the Government in the building.
The facilities shall be located so that employees will not be required to travel more than 200 feet, on one floor to reach the
toilets. Each toilet room shall have sufficient water closets enclosed with modem stall partitions and doors, urinals (in
men's room), and hot (set in accordance with applicable budding codes) and cold water. Water closets and urinals shall
not be visible when the extenor door is open.
2. Each main toilet room shall contain the following
a. a mirror and shelf above the lavatory.
SFO NO. 9VI2017 INITIALS
12/29/2010 42 LESSO GOVT
EFTA01089818
b. a lode? paper dispenser in each water closet stall, that will hold at least two rolls and allow easy. unrestricted
dispensing;
c a coat hook on the inside face of the door to each water closet stall and on several wall locations by the lavatones.
d. at least one modern paper towel dispenser. soap dispenser, and waste receptacle for every two lavatories;
e. a coin-operated sanitary napkin dispenser In women's toilet rooms with a waste receptacle in each water closet stall;
f. ceramic tile, recycled glass tile, or comparable wainscot from the floor to a minimum height o14 feet. 6 inches;
g. a disposable toilet seat cover dispenser; and
h. a counter area of at least 2 feet, 0 inches in length. exclusive of the lavatories (however, it may be attached to the
lavatories) with a mirror above and a ground fault interrupt-type convenience outlet located adjacent to the counter
area. The counter should be installed to minimize pooling or spilling of water al the front edge.
i. a floor drain.
B. If newly installed, toilet partitions shall be made from recovered materials as listed in EPA's CPG.
8.7 TOILET ROOMS: FIXTURE SCHEDULE (SEP 2000)
A BUILDING SHELL:
1. The toilet fixture schedule specified below shall be applied to each full floor based on one person for each
135 ANSUBOMA Office Area square feet of office space in a ratio of fifty- percent (50%) men and fifty- percent (50%)
women. Per USCIS Special Requirements, the number of visitor restrooms should be based on approxmately 80 people
in the ceremony room and 45 people in the reception area/ walling room. All visitor restrooms should be included in the
shell requirements. while separate restroom facilities for the employees' exclusive use (servicing approximately
23employees) are considered a tenant improvement cost.
2. Refer to the schedule separately for each sex.
NUMBER OF
MEN•ANOMEN WATER CLOSETS LAVATORIES
1 - 15 1 i
16 35 2 2
36 55 3 3
se 60 4 3
61 80 4 4
81 90 5 4
91 110 5 5
111 125 6 5
126 - 150 6
> 150 "'
In men's facilities. unnals may be substituted for 1/3 of the water
closets specified
Add one lavatory for each 45 additional employees over 125
Add one water closet for each 40 additional employees over 150
3. For new installations:
a. Water closets shall not use more than 1.6 gallons per flush.
b. Unnals shall not use more than 1.0 gallons per flush. Waterless urinals are acceptable.
c. Faucets shall not use more than 2 5 gallons per minute at a flowing water pressure of 80 pounds per square inch.
8.8 JANITOR CLOSETS (DEC 2007)
A BUILDING SHELL
1. Janitor closets with service sink. hot and cold water, and ample storage for cleaning equipment, matenals, and supplies
shall be provided on all floors. Each janitor closet door shall be fitted with an automatic deadlocking latch boll with a
minimum throw of 1/2 inch.
SRO NO. 9VI2017 INITIALW „kilfj •
12/29/2010 43 HOR G
EFTA01089819
2. When not addressed by local code, provide containment drains plumbed for appropriate disposal of liquid wastes in
spaces where water and chemical concentrate mixing occurs for maintenance purposes. Disposal is not permitted in
legrooms.
3. Refer to the Indoor Air Quality for Ventilation Requirements' paragraph in the SAFETY AND ENVIRONMENTAL
MANAGEMENT section of this Solicitation for Offers (SFO).
8.9 HEATING AND AIR CONDITIONING (AUG 2008)
A. BUILDING SHELL:
1. Temperatures shall conform to local commercial equivalent temperature levels and operating practices in order to
maximize tenant satisfaction. These temperatures shall be maintained throughout the leased prenlises and service areas.
regardless of outside temperatures. dunng the hours of operation specified in the lease. The Lessor shall perform any
necessary systems slart-up required to meet the commercially equivalent temperature levels prior to the first hour of each
day's operation. At all times. humidity shall be maintained below 60% relative humidity.
2. During non working hours. heating temperatures shall be set no higher than 55' Fahrenheit. and air conditioning shall not
be provided except as necessary to return space temperatures to a suitable level for the beginning of working hours.
Thermostats shall be secured from manual operation by key or locked cage. A key shall be provided to the GSA Field
Office Manager.
3. Simultaneous heating and cooling are not permitted.
4. Areas having excessive heal gain or heat loss. or affected by solar radiation at different times of the day. shall be
independently controlled.
5. Equipment Performance. Temperature control for office spaces shall be provided by concealed central heating and air
conditoning equipment. The equipment shall maintain space temperature control over a range of intemal load
fluctuations of plus 0.5 W/sq. ft. to minus 1.5 VV/sq. fl. from initial design requirements of the tenant.
6. HVAC Use During Construction. The permanent HVAC system may be used to move both supply and retum air dunng
the construction process only if the following conditions are met:
a. a complete air filtration system with 60 percent efficiency filters is installed and property maintained:
b. no permanent diffusers are used:
c. no plenum type return air system Is employed:
d. the HVAC duct system is adequately sealed to prevent the spread of airborne particulate and other contaminants.
and
e. following the building lush out' all dud systems are vacuumed with portable high-efficiency particulate arrestance
(HEPA) vacuums and documented dean in accordance with National Air Duct Cleaners Association (NADCA)
specifications.
7. Ductwork Re-use and Cleaning. Any ductwork to be reused and/or to remain in place shall be cleaned, tested, and
demonstrated to be clean in accordance with the standards set forth by NADCA. The cleaning, testing, and demonstration
shall occur immediately prior to Government occupancy to avoid contamination from construction dust and other airborne
particulates.
8. The Lessor shall conduct HVAC system balancing after any HVAC system alterations dunng the term of the lease and
shall make a reasonable attempt to schedule major construction outside of office hours.
9. Normal HVAC systems maintenance shall not disrupt tenant operations.
10. Thermal Comfort. During all working hours, comply with ASHRAE Standard 55-2004, Thermal Comfort Conditions for
Human Occupancy.
B. TENANT IMPROVEMENT INFORMATION:
1. Zone Control. Provide individual thermostat control for office space with control areas not to exceed 1&00 ANSI/BOMA
office area square feet. Intenor spaces must be separately zoned. Specialty occupancies (conference rooms. kitchens.
etc.) must have active controls capable of sensing space use and modulating HVAC system in response to space
demand. Areas that routinely have extended hours of operation shall be environmentally controlled through dedicated
heating and air conditioning equipment. Special purpose areas (such as photocopy centers, large conference rooms,
computer rooms, etc.) with an internal cooling load In excess of 5 tons shall be independently controlled. Provide
concealed package air conditioning equipment to meet localized spot cooling of tenant special equipment. Portable space
heaters are prohibited.
8.10 VENTILATION (AUG 2008)
A_ BUILDING SHELL:
SFO NO. 9VI2017
12/29/2010 44
sapt_
INITIALS:
ESSOR
&
G
EFTA01089820
1. Dunng working hours in periods of healing and cooling, ventilation shall be provided in accordance with the latest edition
of ANSI/ASHRAE Standard 62.1. Ventilation for Acceptable Indoor Air Quality.
2. Air filtration shall be provided and maintained with fillers having a minimum efficiency rating as determined by
ANSI/ASHRAE Standard 52.2. Method of Testing General Ventilation Air Cleaning Devices for Removal Efficiency by
Particle Size. Pre-filters shall have a MERV efficiency of 8. Final filters shall have an MERV efficiency of 13.
3. Toilet rooms shall be properly exhausted, with a minimum of 10 air changes per hour.
8.11 ELECTRICAL: GENERAL (SEP 2000)
The Lessor shall be responsible for meeting the applicable requirements of local codes and ordinances. When codes conflict, the
more stringent standard shall apply. Main service facilities shall be enclosed. The enclosure may not be used for storage or other
purposes and shall have door(s) filed with an automatic deadlocking latch bolt with a minimum throw of 1/2 inch. Distribution
panels shall be circuit breaker type with 10 percent spare power load and circuits.
8.12 ELECTRICAL: DISTRIBUTION (AUG 2008)
A. BUILDING SHE!' :
1. Main power distnbu0on switchboards and distribution and lighting panel boards shall be circuit breaker type with copper
buses that are properly rated to provide the calculated fault circuits. Al power distribution panel boards shall be supplied
with separate equipment ground buses. Al power distribution equipment shall be required to handle the actual specified
and projected loads plus 10 percent spare load capacity. Distribution panels are required to accommodate circuit
breakers for the actual calculated needs plus 10 percent spare circuits that oil be equivalent to the majority of other circuit
breakers in the panel system. NI floors shall have 120/208 V. 3-phase, 4-wire with bond. 60 hertz electric service
available.
2. Main distribution for standard office occupancy shall be provided at the Lessor's expense. In no event shall such power
distribution (not including lighting and HVAC) for the Government-demised area fall below 7 W per ANSI/BOMA Office
Area square foot.
3. Convenience outlets shall be installed in accordance with NFPA Standard 70, National Electrical Code, or local code.
whichever is more stringent
4. The Lessor shall provide duplex utility outlets in toilet rooms, corridors, and dispensing areas. Fuses and circuit breakers
shall be plainly marked or labeled to identify circuits or equipment supplied through them.
B. TENANT IMPROVEMENT INFORMATION:
1. All electrical, telephOne, and data outlets within the Government-demised area shall be installed by the Lessor in
accordance with the design Invent drawings. All electrical outlets shall be installed in accordance with NFPA Standard 70,
or local code, whichever is more stringent.
2 Al tenant outlets shall be marked and coded for ease of wire tracing; outlets shall be °roiled separately from lighting. All
floor outlets shall be flush with the plane of the finished floor. Outlet cover colors shall be coordinated with partibon finish
selections.
3. The Lessor shall in all cases safely conceal outlets and associated wiring (for electricity, voice, and data) to the
workstation(s) shall be safely concealed in partitions, ceiling plenums, in recessed floor ducts, under raised flooring, or by
use of a method acceptable to the Contracting Officer.
8.13 TELECOMMUNICATIONS: DISTRIBUTION AND EQUIPMENT (SEP 2000)
A. BUILDING SHELL:
1. Sufficient space shall be provided on the floor(s) where the Government occupies space for the purposes of terminating
telecommunications service into the building. The building's telecommunications closets located on all floors shall be
vertically-stacked. Telecommunications svelchrooms, wire closets, and related spaces shad be enclosed. The enclosure
shall not be used for storage or other purposes and shall have door(s) fitted with an automatic door-closer and
deadlocking latch bolt with a minimum throw of 1/2 inch.
2. Telecommunications switchrooms, wire closets, and related spaces shall meet applicable Telecommun cations Industry
Association (T1A) and Electronic Industries Alliance (EIA) standards. These standards include the following:
a. TIAIEIA.568. Commercial Budding Telecommunications Cabling Standard.
b. TIAIEtA 569, Commercial Building Standard for Telecommunications Pathways and Spaces.
C. TUVEIA-570, Residential and Light Commercial Telecommunications Wring Standard. and
d. TWEIA-607, Commercial Budding Grounding and Bonding Requirements for Telecortununcations Standard.
3. Telecommunications swichrooms, vexe closets. and related spaces shall meet applicable NFPA standards. Bonding and
grounding shall be in accordance with NFPA Standard 70, National Electrical Code, and other applicable NFPA standards
and/or local code requirements.
SFO NO. 9VI2017 INITIALS: 8
12/29/2010 45 LESSOR Y
GO
EFTA01089821
B. TE NANT IMPROVEMENT INFORMATION
Telecommunications floor or wall outlets shall be provided as part of the Tenant Improvement Allowance. At a minimum, each
outlet shall house one 4-pair wire jack for voice and one 4-pair wire jack for data. The Lessor shall ensure that all outlets and
associated wing, copper, coaxial cable, optical fiber, or other transmission medium used to transmit telecommunications
(voice, data. video, Internet. or other emerging technologies) service to the workstation shall be safety concealed under raised
floors, in floor ducts, walls, columns. or molding. All oultels/junction boxes shall be provided with rings and pull strings to
facilitate the installation of cable. Some transmission medium may require special conduit, inner duct, or shielding as specified
by the Government. See USCIS Cable Standards attached to the SFO and USCIS Special Requirements.
8.14 TELECOMMUNICATIONS: LOCAL EXCHANGE ACCESS (AUG 2008)
A. BUILDING SHELL:
1. The Government reserves the right to contract its own telecommunications (voice, data, video, Internet or other emerging
technologies) service in the space to be leased. The Government may contract with one or more parties to have inside
wiring (or other transmission medium) and telecommunications equipment installed.
2. The Lessor shall allow the Government's designated telecommunications providers access to utilize existng building
wiring to conned its services to the Government's space. If the existing building wiring Is Insufficient to handle the
transmission requirements of the Government's designated telecommunications providers, the Lessor shall provide
access from the point of entry into the building to the Government's floor space, subject to any inherent limitations in the
pathway involved.
3. The Lessor shall allow the Government's designated telecommunications providers to affix terecommunications antennae
(high frequency. mobile, microwave, satellite. or other emerging technologies). subject to weight and wind load conditions.
to roof, parapet, or building envelope as required. Access from the antenna(e) to the leased space shall be provided.
4. The Lessor shall allow the Government's designated telecommunications providers to affix antennae and transmission
devices throughout its teased space and in appropriate cannon areas frequented by the Government's employees so as
to allow the use of wireless telephones and communications devices necessary to conduct business.
B. TENANT IMPROVEMENT INFORMATION.
Provide sealed conduit to house the agency telecommunications system when required. See USCIS Cable Standards attached
to the SFO and USCIS Special Requirements.
8.15 DATA DISTRIBUTION (AUG 2008)
TENANT IMPROVEMENT INFORMATION:
The Lessor shall be responsible for purchasing and instaIng data (and voice. or other) cable: see Cabling Plant Standards
attached with Special Requirements. Means, methods, and materials such as to enable the Lessor to obtain a full fifteen (15)
year OEM warranty on the cable plant.. The Lessor shall safety conceal data outlets and the associated winng used to transmit
data to workstations shall be in floor ducts, walls. columns, or below access flooring. The Lessor shall provide as part of the
Tenant Improvement Allowance outlets, which shall include rings and pull stnngs to facilitate the Installation of the data cable.
When cable consists of multiple runs, the Lessor shall provide ladder-type or other acceptable cable trays to prevent Lessor-
provided cable coming into contact with suspended ceilings or sprinkler piping. Cable trays shall form a loop around the
perimeter of the Govemment-dernised area such that they are within a 30-foot honzontal distance of any single drop. See
USCIS Cable Standards attached to the SFO and USCIS Special Requirements.
8.16 ELECTRICAL, TELEPHONE, DATA FOR SYSTEMS FURNITURE (AUG 2008)
A. TENANT IMPROVEMENT INFORMATION:
1. The Lessor shall provide as part of the Tenant Improvement Allowance separate data, telephone, and electric junction
boxes (or the base feed connections to Government-provided modular or systems furniture. when such feeds are supplied
via wall outlets or floor penetrations. When overhead feeds are used. Junction boxes shall be installed for electrical
connections. Raceways shall be provided throughout the furniture panels to distribute the electrical, telephone, and data
cable. The Lessor shall provide all electrical service winng and connections to the furniture at designated junction points.
Each electrical Junction shag contain an 8-wire feed consisting of 3 general-purpose 120-V circuits with 1 neutral and
I grotrid wire, and a 120-V isolated-ground circurt with I neutral arid 1 Isolated-ground wire. A 20-ampere circuit shall
have no more than 8 general-purpose receptacles or 4 isolated-ground "computers receptacles.
2. The Lessor shall be responsible for purchasing data and telecommunications cable. Said cable shall be installed and
connected to systems furniture by the Lessor/contractor with the assistance and/or advice of the Government or computer
vendor. The Lessor shall provide wall-mounted data and telephone Junction boxes, which shall include rings and pull
stnngs to facilitate the installation of the data and telecommunicabons cable. When cable consists of multiple runs. the
Lessor shall provide ladder-type or other acceptable cable trays to prevent Lessor-provided cable coming into contact with
suspended ceilings or sprinkler piping. Cable trays shall form a loop around the perimeter of the Govemment-demised
area such that they are wi0hin a 30-foot horizontal distance of any single drop. Said cable trays shall provide access to
both telecommunications data closets and telephone rffixets. See USCIS Cable Standards attached to the SFO and
USCIS Special Requirements.
3. The Lessor shall furnish and Install suitably sized junction boxes in the vicinity of the 'feeding points' of the furniture
panels. All "feeding points* shall be shown on Government-approved design intent drawings. The Lessor shall
temporarily cap off the wring in the junction boxes until the furniture is installed. The Lessor shall make all connections in
SFO NO. 9VI2017 INITIALS:
12/29/2010 48 LESSOR
EFTA01089822
the power panel and shat keep the circuit breakers off. The Lessor shall identify each circuit with the breaker number and
shall identify the computer hardware to be connected to il. The Lessor shall identify each breaker al the panel and identify
the devices that it serves.
4. The Lessor's electrical contractor must connect power poles or base feeds in the junction boxes to the furniture electrical
system and test all pre-wired receptacles in the systems furniture. Other Lessor contractors will be installing the cabling in
the furniture panels for the terminal and printer locations. Installing the connectors on the terrninagannter ends of the
cable, and continuity testing each cable. Work shall be coordinated and performed in conjunction with the furniture, and
equipment Installers Contracted by the Government. Much of this work may occur over a weekend on a schedule that
requires flexibility and on-call visits. The Lessor must coordinate the application of Certification of Occupancy with
furniture installation.
8.17 ELEVATORS (AUG 2008)
A. The Lessor shall provide suitable passenger and. when required by the Government. freight elevator service to any
Government-demised area not having ground level access. Service shall be evadable during the hours specified in the 'Normal
Hours' paragraph in the SERVICES. UTILITIES AND LEASE ADMINISTRATION section of this SFO. However, one
passenger and. when required by the Government. one freight elevator shall be available at all times for Government use.
When a freight elevator is required by the Government, shall be accessible to the loading areas. VVhen possible, the
Government shall be given 24-hour advance notice if the service is to be interrupted for more than 1-1/2 hours. Normal service
interruption shall be scheduled outside of the Government's normal working hours. The Lessor shall also use best efforts to
minimize the frequency and duration of unscheduled interruptions.
B. CODE"
Elevators shall conform to the current requirements of the American Society of Mechanical Engineers ASME A17.1, Safety
Code for Elevators and Escalators (current as of the award date of this SFO). Where provided, elevator lobby and elevator
machine room smoke detectors shall activate the building fire alarm system, provide Phase 1 automatic recall of the
elevator(s), and automatically notify the local fire department or approved central station. The elevator shall be inspected and
maintained In accordance with the current edition of the ASME A17.2, Inspectors' Manual for Elevators. Except for the
reference to ASME A17.1 in ABAAS Section F105.2.2, all elevators must meet ABAAS requirements for accessibility In
Sections 407, 408, and 409 of ABAAS.
C. SAFFTY SYSTEMS:
Elevators shall be equipped with telephones or other two-way emergency communication systems. The system used shall be
marked and shall reach an emergency communication location staffed 24 hours per day, 7 days per week.
D. SPEED:
The passenger elevators shall have a capacity to transport In 5 minutes 15 percent of the normal population of all upper floors
(based on 150 square feet per person). Further, the dispatch interval between elevators during the up-peak demand period
shah not exceed 35 seconds.
E. INTERIOR FINISHES:
Elevator cab walls shall be hardwood, marble, granite. or an equivalent pre-approved by the Contracting Officer. Elevator cab
floors shall be marble, granite, terrazzo, or an equivalent pre-approved by the Contracting Officer.
8.18 LIGHTING: INTERIOR AND PARKING (SEP 2009)
A. BUILDING SHELL:
1. In accordance with subparagraph (10) of the, 'Building Shell Requirements' paragraph in the Summary section of this
SFO, the Lessor shall provide interior lighting, as part of the building shell cost, as follows:
a. inferior Lighting. See USCIS Special Requirements.
b. Exterior parking areas, vehicle driveways, pedestrian walkways, and building perimeter shall have 5 fool.candles for
doorway areas, 3 foot-candles for transition areas (including stairwells), and at least 1 foot-candle overlapping
throughout the lot, except where local codes conflict. Illumination shall be designed based on Illuminating
Engineenng Society of North America (IESNA) standards. Indoor parking shall have a minmum of 10 foot-candies
and shall be designed based on IESNA standards. The intent Is to provide adequate Ighting at entrances/exits.
garages, parking lots or other adjacent areas to the building to discourage comes against persons.
c. Extenor building lighting must have emergency power backup to provide for safe evacuation of the building in case of
natural disaster, power outage, or cnrnInalfferrorst activity.
O. The Lessor shall provide occupancy sensors and/or scheduling controls through the building automation system to
reduce the hours that the lights are on when the space is unoccupied. The Lessor shall provide daylight dimming
controls In atriums or within 15 feet of vendcsys where daylight can contnbute to energy savings.
B. TENANT IMPROVEMENTS:
1. Once the design intent drawings are approved, the Lessor shall design and provide intenor lighting yielding a uniform 50
foot-candles at working surface heght (30' above the floor). The increase between the number of fixtures required in the
building shell and the space layout is part of the Tenant Improvement Allowance. The light fixtures shall meet the
requirements as stated in the above Building Shell subparagraph A.
SFO NO. 9VI2017 INITIAL;ei z-
12/29/2010 47 L SSOR EA"-
EFTA01089823
of fixtures required in the building
2 if pendant style indirect ligMng fixtures are used, the increase between the number
she and the space layout is also part of the Tenant Improvement Allowance.
the leased space
3. The design intent drawings may require a mixed use of recessed and pendant styte fixtures in
driveways. pedestrian
4 There may be additional seventy requirements for lighting in exterior parking areas, vehicle
wakways, and building perimeter. Please see Security Requirements elsewhere in this solicitation.
INITIALS:
SFO NO. 9VI2017 GOVT
48 L R
12/29/2010
EFTA01089824
9.0 anjAMO
TEC SME i1EtUA LIES
9.1 MEANS OF EGRESS (SEP 2007)
A. Offered space shall meet or be upgraded to meet pnor to occupancy, the applicable egress requirements in the National Fire
Protection Association (NFPA) 101. Life Safety Code (current as of the award date of this lease). or an alternative approach or
method for achieving a level of safely deemed equivalent and acceptable by the Government.
B. Offered space shall provide unrestricted access to a minimum of two remote exits on each Door of Government occupancy.
Scissor stairs shall only be counted as one approved exit. Open air exterior fire escapes shall not be counted as an approved
exit. In addition. the requirements for exit remoteness and discharge from exits shall meet the requirements In NFPA 101, Life
Safety Code (current as of the award date of this tease), a an alternative approach or method for actieving a level of safety
deemed equivalent and acceptable to the Government.
9.2 AUTOMATIC FIRE SPRINKLER SYSTEM (AUG 2008)
A. Offered space located belowgrade. including parking garage areas. and all areas in a budding referred to as "hazardous areas"
(defined in NFPA 101) that are located within the entire budding (including non-Govemment areas) shall be protected by an
automatic fire sprinkler system or an equivalent level of safety.
B. For buildings in which any portion of the offered space Is on or above the sixth floor, then, at a minimum, the building up to and
including the highest floor of Government occupancy shall be protected by an automatic fire sprinkler system or an equivalent
level of safety.
C. For buildings in which any portion of the offered space is on or above the sixth floor, and tease of the offered space will result.
either individually or in combination with other Government leases in the offered building, in the Government leasing 35,000
square feet or more ANSI/BOMA Office Area square feet of space in the offered building, then the entire building shall be
protected throughout by an automatic fire sprinkler system or an equivalent level of safety.
D. Automatic sprinkler system(s) shall be maintained in accordance with the requirements NFPA 25. Standard for the Inspection.
Testing, and Maintenance of Water-based Fire Protection Systems (current as of the award date of this lease), or the
applicable local codes.
E. DEFINITIONS:
1. -Automatic sprinkler system" means an electronically supervised, integrated system of underground and overhead piping.
designed in accordance with National Fire Protection Association (NFPA) 13. Installation of Sprinkler Systems. The
system is usually activated by heal from fire and discharges water over the fire area. The system includes an adequate
water supply.
2. 'Equivalent level of safety" means an alternative design or system (which may include automatic sprinkler systems),
based upon fire protection engineering analysis. which achieves a level of safety equal to or greater than that provided by
automatic spnnkler systems.
9.3 FIRE ALARM SYSTEM (AUG 2008)
A. A building-wide fire alarm system shall be installed in buildings in which any portion of the offered space s located 2 or more
stogies in height above the lowest level of exit discharge. The fire alarm system shall meet the installation and operational
requirements of the applicable local codes and ordinances adopted by the jurisdiction in which the building is located.
B. The fire alarm system shall be maintained in accordance with the requirements of the applicable local codes or NFPA 72,
National Fire Alarm Code (current as of the award of the lease) The Ike alarm system wiring and equipment shall be
electrically-supervised and shall automatically notify the local fire department or approved central station. Emergency power
shall be provided for the fire alarm system.
C. If a building's fire alarm control unit is over 25 years old, the Offeror shall install a new fire alarm system in accordance with the
requirements of NFPA 72. National Fire Alarm Code (current as of the award of the lease) or applicable local codes prior to
Government acceptance and occupancy of the offered space.
9.4 OSHA REQUIREMENTS (SEP 2000)
The Lessor shall maintain buildings and space in a safe and healthful condition accordng to OSHA standards.
9.5 ASBESTOS (SEP 2000)
A. Offers are requested for space with no asbestos-containing materials (ACM). or with ACM in a stable. solid matrix (e.g.,
asbestos flooring or asbestos cement panels) which is not damaged or subject to damage by routine operations. For purposes
of this paragraph, 'space" includes the 1) space offered for lease; 2) common building area: 3) ventilation systems and zones
serving the space offered: and 4) the area above suspended ceilings and engineering space in the same ventilation zone as
the space offered. If no offers are received for such space. the Government may consider space with thermal system insulation
ACM (e.g.. wrapped pipe or boiler lagging) which is not damaged or subject to damage by routine operations.
SFO NO. 9VI2012 INITIALS* 8 (...
12/29/2010 49 GO
EFTA01089825
B. DEFINITION.
asbestos.
ACM is defined as any materials with a concentration of greater than 1 percent by dry weight of
in subparagraph A by
C Space with ACM of any type or condition may be upgraded by the Offeror to meet conditions described
If any offer involving
abatement (removal. enclosure, encapsulation. or repair) of ACM not meeting those conditions.
the abatement
abatement of ACM is accepted by the Government. the Lessor shall, prior to occupancy, successfully complete
in accordance with OSHA. EPA Department of Transportation (DOT), state, and local regulations and guidance.
D. MANAGEMENT PLAN:
for acceptance by the
If space Is offered which contains ACM. the Offeror shall submit an asbestos-related management plan
lease award. This plan shag conform to EPA guidance, be implemented prior to occupancy, and be
Government prior to
in the space after
revised promptly when conditions affecting the plan change. If asbestos abatement work is to be performed
of the methods of
occupancy, the Lessor shall submit to the Contracting Officer the occupant safety plan and a description
and guidance. at
abatement and re-occupancy clearance, In accordance with OSHA, EPA. DOT, slate. and local regulations
least 4 weeks prior to the abatement work.
9.6 INDOOR AIR QUALITY (DEC 2007)
the GSA indicator levels
A. The Lessor shall control contaminants at the source andror operate the space in such a manner that
monoxide (CO), carbon dioxide (CO2). and formaldehyde (HCHO) are not exceeded. The Indicator levels for office
for carbon
(TWA); HCHO 0.1 ppm (TWA).
areas shall be: CO 9 ppm time weighted average (TWA 8 hour sample); CO2 'LOCO ppm
system cleaning
B. The Lessor shall make a reasonable attempt to apply insecticides, paints, glues. adhesives, and HVAC
emergency, the Lessor
compounds with highly volatile or inflating organic compounds, outside of working hours. Except in an
occupied spaces and
shall provide at least 72 hours advance notice to the Government before applying noxious chemcals in
shall adequately ventilate those spaces during and after application.
the necessary controls to address
C. The Lessor shall promptly investigate indoor air quality (lAO) complaints and shall implement
the complaint.
that it occupies, as
D. The Government reserves the right to conduct independent IAC) assessments and detailed studies in space
etc.).
well as in space serving the Government demised area (e.g.. common use areas. median cal rooms, HVAC systems,
information on building
The Lessor shall assist the Govemment in its assessments and detailed studies by 1) making available
If required; and 3) implementing
operations and Lessor activities: 2) providing access to space for assessment and testing.
corrective measures required by the Contracting Officer.
for the following products prior
E. The Lessor shall provide to the Government material safety data sheets (MSDS) upon request
or firestopping
to their use during the term of the lease: adhesives, caulking. sealants, insulating materials. fireproofing
carpets, floor and wall patching or leveling materials, lubricants, dear finish for wood surfaces, jandonal
materials, paints,
such products used
cleaning products, pesticides, rodenticides, and herbicides. The Government reserves the nght to review
and zones serving the
by the Lessor within 1) the Government demised area; 2) common building areas: 3) ventilation systems
the leased
leased space; and 4) the area above suspended ceilings and engineering space in the same ventilation zone as
space.
MSDS sheets) may be
F. Mere hazardous gasses or chemicals (any products with data In the Health and Safety section of the
separate
present or used, including large-scale coning and printing rooms, segregate areas with deck-to-deck partitions with
mechanical system
outside exhausting at a rate of at least 0.5 cubic feet per mnute per square foot. no air recirculation. The
5 (0.02
must operate at a negative pressure compared with the surrounding spaces of at least an average of Pa (Pascal)
and with a minimum of 1 Pa (0.004 inches of water gauge) when the doors to the rooms are dosed.
inches of water gauge)
9.7 RADON IN AIR (AUG 2008)
Lessor shall, prior to
If space planned for occupancy by the Government is on the second floor above grade or lower, the
for 2 days to 3 days using charcoal canisters or electrets ton chambers. The Lessor s
occupancy, test the leased space
per liter. After the initial
responsible to provide space in which in air levels are below EPA's action concentration of 4 picoCuries
shall be completed For
testing, a follow-up test for a minnurn of 90 days using alpha track detectors or electrets ion chambers
L
further information on radon, see EPA's wenne on radon at VVWVV.EPA.GOV/IAQ/RADON/ZONEMARHTM
9.8 RADON IN WATER (AUG 2008)
in the leased space is in
A. If the water source is not from a public utility, the Lessor shall demonstrate that water provided
Government occupying
compliance with EPA requirements and shall submit certification to the Contracting Officer prior to the
the space.
reduce the
B. If the EPA action level Is readied or exceeded, the Lessor shall institute appropriate abatement methods which
radon levels to below this action.
9.9 HAZARDOUS MATERIALS (OCT 1996)
regulations.
The leased space shall be free of hazardous matenals according to applicable federal, state, and local environmental
SFO NO 9VI2017
50
-
L. R
8 4-
GOVT
12/29/2010
EFTA01089826
9.10 RECYCLING (DEC 2007)
lamps) for the space to
A Where State or local law, code. or ordinance requires recycling programs (including mercury containing
code, or ordinance in
be provided pursuant to this SFO, the successful Offeror shall comply with such Slate andfor local law,
In all other cases, the
accordance with GSA Form 3517. General Clauses, 55Z270-8, Compliance with Applicable Law.
cardboard, glass, plastics, and
successful Offeror shall establish a recycling program for (al a minimum) paper, corrugated
(2 square feel per
metals where local markets for recovered materials exist. Provide an easily accessible, appropriately sized
of materials for
1,000 square feet of building gross floor area) area that serves the tenant space (or the collection and storage
upon request, to
recycling. Telecom rooms are not acceptable as recycling space. During the lease term. the Lessor agrees,
and in the leased
provide the Government with additional information concerning recycling programs maintained in the building
space.
9.11 OCCUPANT EMERGENCY PLANS (AUG 2008)
the Government Occupant
The Lessor is required to participate in and comply with the development and implementation of
must, among other things, include emergency notification procedures of the Lessors building engineer
Emergency Plan. The Plan
and guidelines on Occupant
or manager, building security, local emergency personnel, and GSA personnel. For further information
Emergency Plans, see also the following website.
tfitoithyinv 9.11summit orWmaterials9.
11/911/a crobali27/P38C10ErnerdencvPreparednessPlansiGSAOccuoantEmemencvProoram Odt
9.12 MOLD (AUG 2008)
A Actionable Mold is mold of types and concentrations In excess of that found in the local outdoor air.
any conditions that
B. The Lessor shall provide space to the Government that is free from Actionable Mold and free from
that Actionable Mold
reasonably can be anticipated to permit the growth of Actionable Mold or are indicative of the posslblkty
will be present ("Indicators").
not caused by the
C. At such times as the Government may direct, Including bud not limited to: after a flood, water damage
(I) cause an industrial
Government, or repairs caused by the Lessor, the Lessor, at Its sole cost, expense and risk shall:
who, in either
hygienist certified by the Amencan Board of Industrial Hygienists or a qualified consultant (the Inspector')
of Actionable Mold
instance, is reasonably acceptable to the Govemment. to inspect and evaluate the space for the presence
evaluation (the "Report") to the
or mold Indicators; and (ii) cause the Inspector to deliver the results of its inspection and
Government within 30 days after it conducts same and, in all events, at the same time thal it delivers the Report to Lessor.
writing via cover letter to the
With the delivery of the Report to the Government, the Inspector shall notify the Government, in
space.
report, if the Inspector discovers or suspects the existence of Actionable Mold or Indicators in the leased
the Government. in
D. The presence of Actionable Mold in the premises may be treated as a Casualty, as determined by
Other Casualty clause contained in the General Clauses of this lease. In addition to the
accordance with the Fire and
be determined by the
provisions of the Fire and Other Casually clause of this lease. should a portion of the premises
provide reasonably
Government to be un-tenantable due to an act of negligence by the Lessor or his agents. the Lessor shall
acceptable attemative space at the Lessor's expense, including the cost of moving, and any required alterations.
its sole cost, expense,
E. If the Report indicates that Actionable Mold or Indicators are present In the leased space, the Lessor, at
remediation contractor
and risk, shall within ten (10) working days after its receipt of the Report: 1) retain an experienced mold
remediation plan (the "Plan")
reasonably acceptable to the Government to prepare and submit to the Government and Lessor a
Mold or the Indicators
and within ten (10) working days after the Government's approval of the Plan, remediate the Actionable
to commencing such remediation, Lessor shaft send the Government a notice stating: 0) the date
in the leased space, but poor
shall start and how long It is projected to continue; (k) welch portion of the leased
on which the Actionable Mold remediation
to implement the Plan
space shall be subject to the remediation; and (ii) the remediation procedures and standards to be used
with any applicable
and the clearance criteria to be employed at the conclusion of the remediation; and 2) notify, In accordance
of and
Federal, state, and local health and safety requirements, the Government employees as well as all other occupants
of the nature, location and schedule for the planned remediation and reasons therefore.
visitors to the leased space
the document
F. The Lessor shall be responsible for conducting the remediation in accordance with the relevant provisions of
published by the U.S.
entitled "Mold Remediatlon in Schools and Commercial Buildings" (EPA 402-K-01-001. March 2001),
applicable federal,
Environmental Protection Agency, as same may be amended or revised from time to time. and any other
state, or local laws. regulatory standards and guidelines.
the leased space
G. The Lessor acknowledges and agrees that the Government shall have a reasonable opportunity to inspect
does not comply
after conclusion of the remediation. If the results of the Government's Inspection indicate that the remediation
other applicable federal, state, or local laws, regulatory standards, or gu defines, the Lessor, at its sole
with the Plan or any
into compliance.
cost, expense and risk, shall immediately take all further actions necessary to bring the remediation
Mold, the Government may
H. If the Lessor fails to exercise due diligence, or is otherwise unable to remediate the Actionable
implement a corrective action program and deduct its costs from the rent.
INMALt rt i
SFO NO. 9V12017
51 LESSOR
12/29/2010
EFTA01089827
10.0 LEASESE.Cd1RITYSIANDARDS
10.1 GENERAL REQUIREMENTS (NOV 2005)
A cmdlyease ‘ Security Standards:
leit
Security standards will
1 The Government will determine security standards for facilities and agency space requirements.
use of the space, location
be assessed based upon tenant agency mix, size of space requirement, number of employees,
The Government will
of the facility, configuration of the site and lot, and public access into and around the facility.
security level from Level Ito Level IV for each space requirement. The Contracting Officer (or the Contracting
designate a
requirement. A copy of
Officers designated representative) will provide the security level designation as part of the space
the Government's security standards is available at www.oca gsa.gov.
required security standards.
2. The Contracting Officer (or the Contracting Officers designated representative) will identify a0
drawings, whichever is earlier, the
3. Wthin 120 days of lease award, or at the time of submission of working/construction
Additionally, the Lessor shall
Lessor shall provide the Government with itemized costs of the security items in this section.
in the final offer.
provide the cost per square foot of those items designated •shelF in this section as submitted
assessed, cumulative tenant
4. A security level designation may be determined by the individual space requirement or by the
a federal agency, the
agency rnix within a given facility. If an Offeror is offering space in a facility currently housing
adhere to a higher secunty
security level designation of the facility may be increased and the Offeror may be required to
space requirements are
standard than other Offerors competing for the same space requirement. If two or more federal
at the same time, an Offeror submitting on both or more space requirements may be subject to a higher
being competed
is determined to be the successful Offeror on more than one space requirement. It is
security standard if the Offeror
Incumbent upon the Offeror to prepare the Offerors proposal accordingly.
and Parking, and Doors!
5. Level I requirements have been incorporated into the paragraphs entitled, Lighting: Interior
of this SFO. If this SFO is used for a Level I space requirement, the Level II lease security standards,
Hardware as part
shall become the minimum lease security standards for this requirement.
as determined by the Government
10.2 DETERRENCE TO UNAUTHORIZED ENTRY (NOV 2005)
space during non-duty hours and
The Lessor shall provide a level of security that reasonably prevents unauthonzed entry to the
that security cameras and lighting are
deters loitering or disruptive acts In and around the space leased. The Lessor shall ensure
not obstructed.
10.3 ACCESS TO UTILITY AREAS (NOV 2005)
Utility areas shall be secure. and only authorized personnel shall have access.
10.4 EMERGENCY POWER TO CRITICAL SYSTEMS (SEP 2009)
systems, entry control devices,
Emergency power backup is required for all alarm systems, CCTV monitoring devices, fire detection
lighting, etc.. and special equipment, as identified elsewhere in the SFO.
A. Building
Emergency power to building systems is building shell.
B. Tenant Improvement:
Emergency power to agency special equipment is tenant improvement.
10.5 MECHANICAL AREAS AND BUILDING ROOFS (NOV 2005)
areas. Additional controls for
& Keyed locks. keycards, or similar security measures shall strictly control access to mechanical
and maintain accurate HVAC
access to keys, keycards. and key codes shall be strictly maintained. The Lessor shall develop
diagrams and HVAC system labeling within mechanical areas.
to restrict access from adjacent
B. Roofs with HVAC systems shall also be secured. Fencing or other barners may be required
controlled through keyed locks,
roofs based on a Government Building Security Assessment. Roof access shall be strictly
when restricting roof access.
keycards, or similar measures. Fire and life safety egress shall be carefully reviewed
10.6 ACCESS TO BUILDING INFORMATION (NOV 2005)
secunty system plans and schematics,
Building Information—including mechanical, electrical. vertical transport, fire and life safety.
Such information shall be
computer automation systems, and emergency operations procedures—shall be strictly controlled.
to authorized personnel only, approved by the Government. preferably by the development of an access list and controlled
released
tenants not be disclosed In any
copy numbering. The Contracting Officer may direct that the names and locations of Government
, the Government may request that such information not be posted in the
publicly accessed doomed or record. If that is the case
building directory.
SFO NO. 9VI2017 INITIALS
52 LESSOR GO
12/29/2010
EFTA01089828
10.7 POSTING OF GOVERNMENT RULES AND REGULATIONS (TENANT IMPROVEMENT) (NOV 2005)
The Government will post applicable Government rules and regulations at the entrance to any Government-occupied space for such
things as, but not limited to. barring the unauthorized possession of firearms and dangerous weapons. The Government will
coordinate with the Lessor to ensure signage is consistent with the Lessor's standards.
10.8 DEVELOPMENT, IMPLEMENTATION, AND PERIODIC REVIEW OF OCCUPANT EMERGENCY PLANS (NOV 2005)
The Lessor shall cooperate and participate in the development of an Occupant Emergency Plan (OEP) and if necessary, a
supplemental Sheltering-in Place (SIP) Plan. Periodically, the Government may request that the Lessor assist in reviewing and
revising the OEP and SIP plan(s).
10.9 BUILDING SECURITY PLAN (NOV 2005)
The Offeror shall provide a Pm-Lease Building Security Plan, as attached, with the offer that addresses its compliance with the
lease security standards, as described in this SFO and its attachments.
10.10 ADDITIONAL SECURITY MEASURES AS DETERMINED BY THE GOVERNMENT (NOV 2005)
The Government reserves the right. pnor to the submission of final revised proposals, to require additional security measures to
meet specific tenant occupancy requirements, as may be determined by the Government's building secunty assessment or any type
of Government nsk assessment evaluation of the proposed building, location, and tenant mix.
10.11 IDENTITY VERIFICATION OF PERSONNEL (MAY 2007)
A. The Government reserves the right to verify identities of persomel with routine access to Govemment space. The Lessor shall
comply with the agency personal identity verification procedures below that implement Homeland Security Presidential
Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing
Standards Publication (FIPS PUB) Number 201, as amended.
B. The Lessor shall insert this paragraph in all subcontracts when the subcontractor is required to have physical access to a
federally controlled facility or access to a federal information system.
C. Lessor compliance with subparagraphs 1 through 4 below cull suffice to meet the Lessors requirements under HSPD-I2. OMB
M-05.24, and FIPS PUB Number 201.
1. The Government reserves the right to conduct background checks on Lessor personnel and contractors with routine
access to Government leased space.
2. Upon request, the Lessor shall submit completed fingerprint charts and background Investigation forms for each employee
of the Lessor, as well as employees of the Lessors contractors or subcontractors, who will provide building operating
services requiring routine access to the Government's leased space for a period greater than 6 months. The Government
may also require this information for the Lessors employees, contractors, or subcontractors who will be engaged to
perform alterations or emergency repairs in the Government's space.
3. The Lessor must provide Form FD-258. Fingerprint Chart (available from the Government Printing Office at
httpfibookstore.gpo.gov). and Standard Form 85P. Questionnaire for Public Trust Positions, completed by each person
and returned to the contracting officer (or the contracting officers designated representative) within 30 days from receipt of
the forms. Based on the information furnished, the Government will conduct background investigations of the employees.
The contracting officer will advise the Lessor in writing if an employee fails the investigation, and, effective erne:Miley.
the employee will no longer be allowed to work or be assigned to work in the Government's space.
4. Throughout the life of the lease, the Lessor shall provide the same data for any new employees, contractors, or
subcontractors who eel be assigned to the Government's space. In the event the Lessor's contractor or subcontractor is
subsequently replaced, the new contractor or subcontractor is not required to submit another set of these forms for
employees who were cleared through this process while employed by the former contractor or subcontractor. The Lessor
shall resubmit Form FD-258 and Standard Form 85P for every employee covered by this paragraph on a 5-year basis.
10.12 ENTRY SECURITY: SECURITY GUARDS (NOV 2005)
Security guards, provided by the Government and stationed al public lobbies and public entrances/exits, are required for such
purposes as. IDrpass control, and staffing x-ray and magnetometer equipment. The number of security guards required will be
based on the Government's building security assessment, which will address the quantity and location of security equipment as
required below. Appropriate lobby and entrance/met space shall be made available for this purpose.
10.13 ENTRY SECURITY: X-RAY AND MAGNETOMETER AT PUBLIC ENTRANCES (NOV 2005)
For USCIS space, magnetometers and X-ray machines are required at public entrances and will be purchased. installed operated,
and maintained by the Government. The Lessor snail provide and install the electrical circuitry and outlets for the x-ray and
magnetometer equipment. Armed secunty guards. provided by the Government, will direct the building occupants and visitors
through the screening equipment. Appropriate lobby and entrance/exit space shall be made available for this purpose.
SFO NO. 9VI2017 INITIALSni sh. 111
12/29/2010 53 FE OR GOVT
EFTA01089829
10.14 ENTRY SECURITY: INTRUSION DETECTION SYSTEM WITH CENTRAL MONITORING CAPABILITY (NOV 2005)
The Lessor shall permit installation of a perimeter Intrusion Detection System 005) to be provided, installed and maintained by the
Lessor and operated by USCIS.
10.15 ENTRY SECURITY: ENTRY CONTROL WITH CCTV AND DOOR STRIKES (TENANT IMPROVEMENT) (NOV 2005)
The Lessor shall provide, install and maintain an entry contra system that will allow employees to view and communicate remotely
with visitors before allowing access. This system shall be operated by USCIS. This system shall comply with the Architectural
Bamers Act, section F230.0.
10.16 SECURE HVAC: AIRBORNE HAZARDS (NOV 2005)
Air-handling units for the mail room only shall be able to be shut down in response to a threat. Procedures shall be in place for
notification of the Lessors building engineer or manager. building security guard desk, local emergency personnel, GSA personnel.
and Contracting Officer for possible shut-down of the air handling units serving the maikoom, as deemed appropnate to the hazard
10.17 PARKING SECURITY REQUIREMENTS (NOV 2005)
A. Identification of Parking Areas:
Government parking areas or spaces shall be assigned and marked as 'reserved?
10.18 CCTV MONITORING: CCTV SURVEILLANCE CAMERAS WITH TIME LAPSE VIDEO RECORDING (NOV 2005)
The Lessor shall permit twenty-four hour Closed Circuit Television (CCTV) coverage and recording, provided, and maintained by the
Lessor. This system shall be operated by USCIS. The Government's Building Security Assessment of the building will determine
the exact number of cameras and locations. Time-lapse video recordings (digital storage) are also required. The Govemment will
centrally monitor the CCTV Surveillance. Government specifications are available from the Contracting Officer.
10.19 CCTV MONITORING: POST SIGNS ADVISING OF 24-HOUR VIDEO SURVEILLANCE (TENANT IMPROVEMENT) (NOV 2005)
Wien video surveillance is installed, warning signs advising of twenty-four hour surveillance shall be posted
10.20 SHATTER-RESISTANT WINDOW PROTECTION REQUIREMENTS (NOV 2005) (BUILDING SHELL)
A. The Lessor shall provide and install wet-glazed or mechanically attached, shatter-resistant material not less than
0.18 millimeters (7 mil) thick on all exterior windows in Government-occupied space. The Offeror shall provide a description of
the shatter-resistant window system in the attached 'Pre-Lease Building Security Plan' for evaluation by the Government.
Alternatively,
B. For New Construction Only: The Lessor shall provide certification from a licensed professional engineer that the window
system conforms to a minimum glazing performance condition of '3B* for a high protection level and a low hazard level.
Window systems shall be certified as prescribed by WINGARD 4.1 or later or WINLAC 4.3 software to have satisfied the
specified performance condition using the test methods provided in the US General Services Administration Standard Test
Method for Glazing and Window Systems Subject to Dynamic Overpressure Loadings or ASTM F1642-04 Standard Test
Method for Glazing and Glazing Systems Subject to Alrblast Loadings.
10.21 TEMPORARY SECURITY UPGRADE DUE TO IMMEDIATE THREAT (NOV 2005)
The Government reserves the nght, al its own expense and with its own personnel, to temporarily heighten security in the building
under lease during heightened secunty conditions due to emergency situations such as tenorst an8CkS, natural disaster, and civil
unrest
SFO NO. 9VI2017 INITIAL7
1*1—
12/2912010 54 LESSOR T
EFTA01089830
11.0 cIPECIAI RPNIIRPMENn
REQUIREMENTS,
11.1 SPECIAL REQUIREMENTS: U.S. CITIZENSHIP AND IMMIGRATION SERVICES: FIELD OFFICE SPECIAL
SAINT THOMAS, USVI (PAGES 1-35)
11.2 SPECIAL REQUIREMENTS: U.S. CITIZENSHIP AND IMMIGRATION SERVICES: COMPUTER AND TELEPHONE ROOM
STANDARDS.
CABLE PLANT STANDARDS.
11.3 SPECIAL REQUIREMENTS: U.S. CITIZENSHIP AND IMMIGRATION SERVICES: STRUCTURED
INITIAL;e". 4_ &
SFO NO. 9VI2017
55 LLSS GOVT
12/29/2010
EFTA01089831
U S. Citizenship
U . and Immigration
°1/4. ND )' Services
Field Office Special Requirements
Charlotte-Amalie/ St. Thomas, USVI
Office of Administration
Field Support Center
Project Management Branch
January, 2011
EFTA01089832
Charlotte Amadei St. Thomas Office
Special Requirements tj s U.S. Citizenship
,, and Immigration
a Services
OVERVIEW
Building Design
Public buildings in the US have a strong tradition of design that reflects the stature, power and importance of the government. As
an integral part of the US government this facility should embrace and illustrate these principles and present a building that is a
symbol of American democracy. At the same time this facility must exhibit a prudent and fiscally sound use of the public's money
and contribute to the vitality of the surrounding area.
The adjacency diagrams on the next pages show general layouts for this building. It will be up to the Offeror to decide upon what
design works best for the specific site. A one-story building is preferred. A Building of more than 1 story may be acceptable
provided that the public entry, security, information, records, and ceremony rooms remain on the first floor, and the remainder of
the building provides proper and separate access (including elevators) for the public and for employees. In the event that the
building is 2 or more stones, the public waiting room and restrooms will need to be broken into separate spaces to support the
Information and Adjudications Divisions.
The separation of the Public and Employee space will be an important aspect of this facility. All visitors shal enter through a
single, well defined, secure entrance. The entrance sequence will include a public entry that provides for protection from the
weather while waiting for the security screening. USCIS employs an online appointment scheduling system, so visitors will come
in a consistent stream throughout the day. The busiest time will be first thing in the morning when the first round of appointments
will all show up at approximately the same time requiring the process to accommodate approximately 45 people. The employees
will enter via a separate and remote entrance and shall circulate through the entire building within a separate and secure path.
Throughout the facility (both the interior and the exterior) USCIS will use standard signage and images that portray the USCIS
'Brand'. There will also be a standard color palette for the interior finishes for the USCIS space as included in the agency
standards. The following diagrams and narratives will outline the requirements of each of the major components.
2/1/2011 2
INITIALS7 &
L S GOVT
EFTA01089833
U.S.Citkenship
Charlotte Amalie/ St. Thomas Office • and Immigration
Special Requirements Services
Field Office Director, Mission Support and Adjudications Division
Counsel Division IJ Erd
The Field Office Director (POD) is the individual who is responsible for
overseeing the daily operations of the Field Office. The FOD will use this
space not only to manage the operation but also to receive and meet with
.61116 official visitors. Visitors include USCIS officials, community leaders, national
•••••••••
Miro
politicians, lawyers and others doing business with the Field Office. This
office should occupy a prominent area within the facility and shall be co-
located with the Adjudications Division, and Mission Support staff
The Office of Adjudications is responsible for interviewing, testing and
granting individuals citizenship in the United States of America as well as
making adjustments to an immigrant's current status. The design of this
area should reflect the importance of the process and provide a space that is
comfortable for both the customer and employee.
Customers visiting this area will tend to stay for longer periods of time than those visiting the Information area. The preferred
design solution would have all divisions co-located on a single floor with the Adjudications Division sharing a common waiting
room with the Information Division. Since the hourly traffic for Adjudications is less this space could be located on the second
floor of the building if a single story building is not feasible. The public circulation shall be prominently defined and handicapped
accessible. Vertical public circulation, if required, may include elevators, stairs, or escalators and must be separate and secure
from the employee circulation.
Central to this area will be the Waging Room. The waiting room should (if possible) be shared with Information, with each
division using one side of the waiting room. In the event of a multi-story solution, the main waiting room will need to be spkt into
2 smaller waiting rooms for Information and Adjudications. Here customers will be waiting for their interviews or tests and the
area should be welcoming. Upon arriving to the waiting room customers will submit their paperwork at a counter that is adjacent
Field Office Director and I to the Adjudicators area and then wait to be called for their
Adjudications Division appointment. The counter should be of similar design as the
Information Office counters and should adhere to the same design
guidelines.
OM Pry tr. The Adjudicators offices shalt be located close to the waiting room
Ors ONa
for ease of access to the waiting room. An adjudicator will come to
the secure door to the waiting room and call their next appointment
This door shall have a means of visibility into the waiting room for
security purposes. yet the view from the waiting room into the
adjudicator's area must be screened. The adjudication offices shall
tr. be adjacent not only to the waiting room but also to the open office
Cloyed itemn
—
,. a t WeA area and the supervisory functions. Public circulation shall be laid
mamma
ls
Moon out such that it does not intersect with the employee back office
operations.
The filing area for this area is for ongoing cases being adjudicated.
Ma
These files are kept in a central location with one portion of the file
room used for Adjudications. The circulation between file areas and
the office area shall be via the secured employee circulation zone
2/1/2011 3
INITIALS:
GOVT
EFTA01089834
US. Citizenship
Charlotte Amens,/ St. Thomas Office and Immigration
Special Requirements Services
Information Division
The Information Division is responsible for providing information and forms to persons seeking legal immigration. Due to the
high volume of traffic that the Information group receives, this space shall be located on a first floor Location and in close
proximity to the security screening area. The goal is for visitors to be able to enter the facility for their appointments, get the
information that they were seeking and exit in a timely manner. The Information Counter separates the agency's public and
private spaces.
The Waiting Room is the primary space within this area. Customers will clear security, enter this room, check-in, be seated and
wait for their appointment to be called. USCIS will utilize an electronic paging system (Q-Flow) to notify customers of where and
when to go for their appointments. The Information Counters should be the focal point of the room and must be designed to
complement the overall design of the facility and also comply with the design standards outlined on the following pages. The
goal is to have Information Counters that are welcoming and open while maintaining security and privacy of both the officer and
the customer.
The rest of the Information space should be organized around the open
Information Division
office area. This space is where the Immigration Officers have their
actual workspace along with filing and storage space.
Records Division
The Records Division is where all files and records regarding applicants
are maintained. This area must be designed to expedite the
transportation, distribution, and storage of files for both internal use and
external shipping. There is a requirement for a lame amount of file space
all of which much be secured space. These files are for all ongoing
immigration cases at this
Records Division t17 office and will need to be
transported between the
storage area and the rest
of the facility. File
transfers between the
records area and the
other departments
typically involves the use
of wheeled carts. This will
necessitate secure.
durable, and well defined
circulation zones
(honzontal and vertical)
that allow for the passage
of carts and personnel.
The file room itself shall
be constructed with slab
to deck walls and not
located on an exterior wall
CrIguril Aar
or near any plumbing
systems. Walls must be
INITIALS': p
LE ' OR
& Op
GOV'T
2/1/2011 4
EFTA01089835
U.S. Citizenship
Charlotte Amalie/ St. Thomas Office and Immigration
Special Requirements Services
that provide resistance to and
true slab to slab construction. Both walls and ceilings are to be made out of durable materials
Secure files, Information,
evidence of unauthorized entry into the space. The file room will consist of 4 separate areas:
room within the greater file
Citizenship and Adjustment of Status. The secured file area will need to be a separate secured
layout of the file shelving. Adjacent to the file
room. The other 3 areas will be delineated within the overall filing area by the
room will be the open office area for the Records Clerks and offices for the Supervisors.
This will require a
USCIS utilizes a nationwide central filing system and, as such, files are received and shipped on a daily basis.
the file room. The loading dock
file staging area for padcing and unpacking boxes that is adjacent to both the loading dock and
doesn't necessarily require a full warehouse type setup with seals and dock levelers, but there must be a convenient and secure
way for files and forms to be transferred to and from a variety of vehicles in all types of weather.
Fraud Detection and National Security
ensure that fraud is
The Fraud Detection and National Security (FDNS) Office conducts ongoing review of applications to
in this area is of a secure and sensitive nature.
uncovered and that national security is protected. Much of the work done
unit is self contained
including the equipment located for research and secure communications in theTALON/ HSDN room. This
be the interview room.
and can be separate from other areas of the building. The only public component to this area will
for the FDNS officers and filing.
The FDNS suite s an open office environment. Within the open office area there will be space
There will be an interview room that shall have an entrance off
of the Circulation zone and off of the open work area.
Fraud Detection and
National Security
Application Support Center
The Application Support Center (ASC) is where immigration
K
Application Support Center
MKS
C40.•
Wen*, is opsn Oftwo Ares
Ard Geer Ana
files Ana
FONT
0.644s
K J
Employ,. Caroler..
INITIALS
—11524 —
EFTA01089836
U.S. Citizenship
Charlotte Amaile/ St. Thomas Office and Immigration
Services
Special Requirements
Visitors to this office will have
beneficiaries appear to have their biometrics (fingerprints, photograph, and/or signature) captured.
area as part of the Citizenship
their data taken with the use of special biometric capture machines. Customers will visit this
hook-ups. Each machine will be
process. The biometric capture machines are self contained units needing only power and data
fingerprinting and then the applicant
positioned so that the operator and the applicant are standing in front of the machine for
stands about four feet to the side of the machine for photographing.
supervisory staff, operations,
The design of the ASC area must encompass several functionally specific areas: entry, waiting,
design shall allow the ASC
and copy/supply. The ASC should be immediately adjacent to the security screening and the building
while still having the remainder of the facility be closed
and the security screening to operate outside of normal business hours
and secured.
where the applicants will
The ASC entry is a small area off the main lobby for a queuing line with a guard/reception counter,
Operations (Biometric Machine)
check in for their appointments and have their paper work reviewed for completeness. The
processing area shall consist of
should be separate from the waiting room but viewable from the waiting area. The operations
of no more than two biometric
delineated workspace for each of the biometrics machines with knee walls separating work areas
the applicants being taken. In
machines. Each biometrics machine must have an off white backdrop to allow photographs of
addition, space for the manual ink printing workstation and a computer workstation must be included.
Joint Use Space
the lobby, the multipurpose
Throughout the facility there will be spaces that are shared. These spaces include
These spaces will
conference/training/naturalization room, public restrooms, employee restrooms, break room, and bulk storage.
utilize a variety of materials and layouts. The spaces will be spread throughout the facility as required.
Public entry into the lobby requires a weather vestibule to
Entry Sequence S rsTrzi
protect clients. Once in the building there needs to be ample
room for queuing prior to the security screening area. The
security screening will consist of up to 2 separate lines each
with a magnetometer and x-ray machine. An area to conduct a
secondary screening is required. This secondary screening
Iran
0o w area shall be screened from public view for privacy. Once
through security the public will proceed to the reception counter
located in the in the general lobby space. This counter is
where visitors can ask questions and be directed to the
Sidman,
appropriate area within the facility. The counter side will be
open for public access and the rest of the reception area will be
cu r hard walled for protection of the employee.
The Multipurpose room shall be one large area that shall be
vu... liniscce emprow
Came used as a conferenceflraining/ceremony room. The room will
be used to conduct naturalization ceremonies, where
•••Fle Nips
immigrants will be granted US citizenship. The seating for this
(shrew a/
Neoesehm space shall be movable and be able to be stored in a space
I
Caen Sys
immediately adjacent to this room. When configured as
Parieelio Set
Can- smaller rooms, said rooms shall be of appropriate proportions
to be used for conference space or training space. Multiple
uses may occur at the same time within the larger space and
t 5“ri e 9
'7 1 ""T the HVAC system should be designed to accommodate these
requirements.
2/1/2011 6
INITIALS: C -
LESSOR Gi
4T
EFTA01089837
Arvi U.S. Citizenship
Charlotte Amalie/ St. Thomas Office and Immigration
Special Requirements - Services
The Public restrooms should be located adjacent to lobby space. Employee restrooms should be in
a central location of the
one set of employee
facility with easy access by all employees. On a multi-storied building each floor shall have at least
the proper exhaust rate as required by
restrooms These spaces will all need to be on dedicated HVAC zone(s) and shall have
local code.
to the loading dock/
There is a preference for the bulk storage to be located on the first floor of the building and in close proximity
pad. There should be one set of double doors into this room to allow for large deliveries including pallets
2/1/2011 7
EFTA01089838
US.Cittzenship
Charlotte Amalie/ St. Thomas Office and Immigration
Special Requirements Services
General Notes
a In the event a conflict exists between the Solicitation for Offers and the U. S. Citizenship and Immigration
Services (USCIS) Special Requirements, the USCIS Special Requirements shall prevail.
b Building Entrances — Where ever possible there should be two entrances to USCIS space. one for employees and
one for all visitors. The employee entrance should enter into the employee work area and will be controlled by a door
equipped with door closer, electric strike and proximity card reader.
c. Direct/Indirect Lloht Fixtures — shall be equipped with T8 or Super T8 lamps with electronic ballast providing 30 foot
candles (unless otherwise noted) of light at work surface height (30' AFF). The lessor shall maintain the fixtures and
replace lamps as necessary. Lamp color shall be maintained at 3500K and the CRI (Color Rendition Index) must be
maintained at a minimum of 80 for the term of the lease unless an alternate light color is approved by the USCIS Field
Support Center. Where fluorescent direct / indirect fixtures are not indicated in this document (i.e. Bulk Storage, etc.
other fixtures appropriate for that specific condition should be used). The Lessor shall ensure that the cost of the
shell specified lighting in the Solicitation for Offers needs to be subtracted from the total lighting cost In the
Tenant improvement pricing.
d. Typical Sidelight Assemblies — shall be constructed of 16 gauge, r hollow metal (HM) frame with welded corners
and IQ tempered glass. Typical sidelights should be approximately 1'-6'W x T-MH and be integral with the door frame.
If transoms and additional glazing adjacent to the door frame are to be specified by the Offeror's Architect in order to
achieve LEED points for day-lighting, they shall also be integral with the 16 gauge HM door frame and approved by
Chief, Project Management Branch, U. S. Citizenship and Immigration Services prior to being included in the project
e. Transient Voltage Surge Suppression (TVSS) - will be required and must be located prior to the building's main
distribution panel. The Lessor shall be responsible for replacement of MX modules when a failure occurs and the
system indicates the module is defective. U.S. Government IT (Information Technology) staff will periodically inspect
LEO indicator lights and contact GSA/Lessor when LED indicators show replacement is necessary. The Lessor shall
be responsible for providing, installing and maintaining this system throughout the entire term of the lease.
f. Intrusion Detection System (IDS) - required for after hours monitoring of all exterior windows and doors that are
accessible from the ground floor or adjacent roof areas and specific interior spaces as identified in this document. This
may be accomplished by magnetic switches and dual technology ultrasonic sensors. The system shall include a
minimum 90 minute battery backup and be designed to notify the Philadelphia FPS Megacenter 800 525 5725). (Note
that USCIS Office of Security and Integrity, OSI, will commission the IDS system before space acceptance, and
will assist lessors contractors and the Field Office Director in activating the monitoring codes, etc., with the
Megacenter.). There shall also be an audible alarm located outside the building. All alarm lines shall be in conduit
from the alarm box to the telephone junction box. The system shall be equipped with high security line protection and
be zoned to provide continuous protection. Zoning of the system will be established by the Project Manager and the
Office of Security and Integrity with the architect. The Lessor will be responsible for the maintenance of this system.
The Lessor is also responsible for providing security that prevents unauthorized entry to the leased space during non-
duty hours. The FPS MegaCenter shall be notified telephonically if the alarm system detects unauthorized entry. The
system shall include all computer hardware, software and printers. The alarm shall remain active from 6:00 PM through
6:45 AM Monday through Friday and from 6:00 PM through 6:45 AM Fnday through Monday unless modified by the
local office. It also must have programmable hours to allow for changes to the time. It shall be active 24 hours a day
on Federal holidays. The sensors will need to be zoned so that those offices requiring off duty hours of operation can
be utilized individually while the other spaces are protected. The Federal Protective Service maintains a standard
equipment list that must be adhered to, therefore the MegaCenter can only accept UL commercial panels by Honeywell
(Ademco), Bosch (Radionics), Caddx, or DMP. Training will be provided to USCIS and contract guard staff prior to
occupancy of the building to insure proper operational procedures are followed. The cost of the Intrusion Detection
System shall be paid for by the government through the tenant Improvement allowance. The Lessor is
responsible for all maintenance, service and repairs to ensure the Intrusion Detention System is in operational
condition at all times throughout the term of the lease. The Lessor is also responsible for the cost of any
monitoring service cost Upon final cost reconciliation of the project, the cost of the IDS shall be provided to
the Government for USCIS budgetary purposes.
9 Access Control System — Required on selected doors and shall be incorporated into the design intent drawings
(DIDs). These doors will also be equipped with electric strikes, commercial grade door closers and mortised storeroom
function door hardware. Interior proximity card readers shall be compact and low profile in design. Exterior proximity
card re rs shall be weather and vandal resistant. Doors equipped with this system shall be set to fail/secure
2/1/2011 8
INITIALS
LESSOR
& GOVT
EFTA01089839
t t U.S. Cidzenship
Charlotte Amalie/ St. Thomas Office ( and Immigration
Special Requirements >;; ,:di Services
Provide a minimum of 50 programmable proximity cards. (Note: in a multitenant/ shared entrance building. the lessor
for afterhours
will also be required to provide USCIS with codes/ cards at the time of space acceptance, as necessary
appropriate to the number of USCIS occupants.) The system shall be located in the computer room
access by USCIS,
must be Homeland Security Presidential Directive 12 /
and be equipped with a 90 minute battery backup. The system
(Note that USCIS Office of Security and Integrity, OSI, will commission the ACS system as
HSPD-12 compliant.
lessors contractors and the Field Office
part of the space acceptance by the USCIS PM, and will assist
be located in
Director in activating the system, local recording and remote monitoring.) System controllers would
LAN Room. Computer, monitor, printer and ID management system will be located in Mission Support office unless
software for
stated otherwise in the design process. Provide computer, monitor, printer and all necessary hardware and
be identified
a compete installation. The location of the computer, monitor, printer and other associated hardware will
cost of the
during the design process. Training will be provided to USCIS Staff prior to occupancy of the budding. The
The
proximity card reader system shall be paid by the government through the tenant Improvement allowance.
and repairs throughout the entire term of the lease to ensure
lessor Is responsible for all maintenance, service
the project,
the proximity card system is in operational condition at all times. Upon final cost reconciliation of
to the Government for USCIS budgetary
the cost of the proximity card access system shall be provided
purposes.
waiting room
h. Video Surveillance - required to provide coverage of the exterior of the building, secure parking areas,
equal and
areas. and building entrances. Exterior cameras to be fixed Bosch LTC day/night or government approved
are to be building mounted wherever possible. The exact types. locations and quantity of cameras will be determined
security
when the final design is completed and based on input from the Government and Lessor's
shall be a LCD Flat Panel Display (Bosch MON192CL1 0 or Government
contractor/consultant. Video displays
switchers,
approved equal). Provide all necessary multi-plexers. controls (including an advance dome controller),
installation. A digital recorder capable of storing an entire month of video imaging
printer, wiring etc. for a complete
be provided
must be provided. A DVD writer with a watermark must be provided that allows copies of selected video to
recorder.
to law enforcement. The location of the video displays will be located at the guard station and the digital
will be
located in the LAN room, will be provided by the USCIS Project Manager during the design process. Training
staff prior to occupancy of the building on the Video Surveillance system. (Note
provided to USCIS and contract guard
of the space
that USCIS Office of Security and Integrity, OSI, will commission the surveillance system as part
the
acceptance by the USCIS PM, and will assist lessor's contractors and the Field Office Director in activating
DVR, etc.., Lessors contractor ). The cost of the Video Surveillance System shall be paid by the
recording
The Lessor is responsible for all maintenance , service
government through the tenant Improvement allowance.
condition at
and repairs throughout the lease term to ensure the Video Surveillance System is in operational
the video surveillance system shall be
all times. Upon final cost reconciliation of the project, the cost of
provided to the Government for USCIS budgetary purposes.
will be a
i. Metal Detector — To be provided by the Federal Protective Service Blanket Purchase Agreement. Funding
Security Work Authorization .. Lessor to provide necessary dedicated power drops as per specal
separate
the security
requirements. (Note that USCIS Office of Security and Integrity, OSI, and FPS will commission
screening system before occupancy.
will be a
j. X-RAY Machines — To be provided by the Federal Protective Service Blanket Purchase Agreement. Funding
.
separate Secunty Work Authorization. Lessor to provide necessary dedicated power drops as per special requirements
and Integrity, OSI, and FPS will commission the security screening system
(Note that USCIS Office of Security
before occupancy
(LAN) Room
k. Cable Management / Data and Voice Cabling; USCIS Standards for Cable Plant and for Computer
be responsible for the installation testing and certificationof all
Fixtures and Standards — the successful offeror shall
data and voice cabling. A copy of the latest USCIS Structured Cabling Plant Standards is attached to these Special
will be
Requirements. A site-specific Scope of Work (SOW) specific for the cabling requirements for this installation
the design process. In general, each drop shall consist of one voice drop and two data drops for each
provided during
office, workstation or other location indicated during the design phase.
as ladder
The successful offeror will also be responsible for providing racks for phone and data punch downs as well
racks in the Computer (LAN) Room (and Wiring Closet if applicable) as highlighted in the USCIS Structured
type
J-
Cabling Plant Standards and USCIS Computer Room Standards, attached.. A combination of cable basket trays and
be used to distribute the data / voice cable throughout the building and shall be coordinated with the USCIS
hooks shall
shall be
Project Manager who will coordinate with OIT dunng the 30% plan review. Cable trays (basket and ladder)
with mechanical ducts, sprinklers, plumbing, etc. to ensure a minimum of a 12' clearance above the tray
coordinated
2/1/2011 9
INITIALS:
LESSOR GOVT
EFTA01089840
U.S. Citizenship
Charlotte Amalie/ St. Thomas Office and Immigration
Special Requirements Services
equal to the term of the
from any obstructions. This work (materials and labor) shall have an OEM warranty
space acceptance by
Note: USCIS Office of Information Technology (OIT) will commission all the foregoing as part of
to be followed-to-th e-letter. unless written, specific approval of a deviation has been
the USCIS PM. All standards are
received in advance from OIT through the USCIS Project Manager and GSA Contracting Officer.
, Implementation
Within 30 days of cabling plant completion, the contractor shall provide: Letter of Certification
Test Certification Letter, Copper Cable Test Results, Fiber-optic
Report, Detailed Materials List, Cable Plant
Test Results, Cabling Warranty Documentat ion, and As-built Cable Plant Drawings. Please refer to
Cable
Plant Standard for
section 2.1 of the USCIS Cable Plant SOW and section 15 of the USCIS Structured Cable
of each deliverable. The cost of this work shall be paid by the government though the
detailed descriptions
n of the project, the cost of the data and voice
tenant improvement allowance. Upon final cost reconciliatio
cabling shall be provided to the Government for USCIS budgetary purposes.
identified in
I. Sound Transference — It is the intent of USCIS to minimize the sound transference between private offices
these offices may
this document as requiring a STC rating of 45. USCIS realizes that the requested construction for
slab to deck with Mr
not quite reach that STC rating what we are requiring for construction is walls that are constructed
a rating
Gypsum drywall and filled with batt insulation. The only room requiring additional construction effort to ensure
of STC 45 is the HSDNI TALON) Room, (see below)
m. Finishes - all outside corners will be protected by a 4'0- vinyl corner guard.
in the FDNS
n. Electrical Circuits - Dedicated circuits will be required in copier areas/ copier rooms and for the shredder
room, and for the X-Ray machines. magnetomete r and the appliances and vending machines in the
Interview (TALON)
break room. Dedicated outlets shall be a different color than the building standard.
2. Branding
U.S. Citizenship and Immigration Services is incorporating branding elements into the exterior and public spaces
of all newly
space. Below are some design criteria that should be ncirlawarl in ikovalerinn the nronosed desim
acquired
a. Public Lobby and USCIS Waiting Room
(combined Adjudications and Information
Waiting Rooms) with a ceiling height of
12'0' is desirable and should be considered
when developing the layout.
b. The profile of the statue of liberty (depicted
to the right) should be provided on the
exterior perimeter of the building near the
public entry or within the lobby space if this
is not possible.
c. The USCIS exterior sign standards must be
incorporated into the proposal (see item 3).
d. The successful offerors architect must work
with the USCIS Field Support Center on
incorporating regional branding colors into
all spaces.
2/112011 10
INITIALS
LESSOR GOVT
EFTA01089841
US.Cithenship
Charlotte Amalie/ St. Thomas Office and Immigration
Special Requirements
Services
e. Branding Paint Colors:,
all projects. The successful offeror's
USCIS has developed Regional Color Schemes that will be incorporated into
work with the USCIS Project Management Branch. Accent colors shall be used only •in the large
architect will
public areas and in breakrooms. conference r
NORTHEAST COLOR PALETTE NORTHWEST COLOR PALETTE
WHITE EGGPLANT TEAL GOLD WHITE
BRICK RED TAN BLUE
Benjamin Benjamin Benjamin Benjamin Benjamin Benjamin
Benjamin Benjamin
Mope Moore Moore Moore Moore Moore
Moore Moore
HC - 27 HC-158 672 208 I-IC - 27
MC - 51 /IC - 34 HC-158
iniercoastal Da Vino's
Newburg Green Green Canvas Monterey WPM
Acklubon Russet Wilmington Tan Newburg Green Monterey Whale
Penton Penton', Penton* Penton. Pantone Pentane
Penton' Penton*
19-4229 TPX 12-0804 TPX 194229 TPX 18-5121 TPX 12-0936 TPX 12.osoe TPX
17.1438 TPX 14.1113 TPX
Page 54 Page 74 Page 191 Page 3 Pale 191 Page 223 Page n Page 3
SOUTHEAST COLOR PALETTE SOUTHWEST COLOR PALETTE
GOLD WHITE RED BROWN GOLD WHITE
BLUE ORANGE
Benjamin Benjamin Benjamin Benjamin Benjamin Benjamin
Benjamin Benjamin
Moore Moore Mon Moore Moore
Moore Moore Moore
209 HC - 27 1351 1028 1112 HC 27
804 110
Buena Vista
Gold Monterey WNte Chinaberry Spanish Brown Sandy Valley Monterey WNW
Chicago Blues Star Ash
Penton* Penton, Parton Pantone
Pentane Parton Penton, Pantos.
14.1038 TPX 12-0804 TPX 19-1850 TPX 17-1321 TPX 16-0940 TPX 12-0804 TPX
184038 TPX 15.1234 TPX
Page 130 Page 43 Page 80 Page 3
Page 181 Page 85 Page 77 Page 3
2/1/2011 11
LESSOR
EFTA01089842
U.S. Citizenship
Charlotte Amalie/ St. Thomas Office and Immigration
Special Requirements Services
S. EXTERIOR SIGN STANDARD
The exterior signage depicted must be provided on the exterior of the building space or in the entrance area to the USCIS
space or as part of a monumental freestanding sign, retaining wall or other site feature. The proposed sign location should
be indicated on the site plan or building elevation plans. (Dimensions utilized in the following layout are for scaling purposes
only. If the offeror proposes a larger sign, all dimensions will be increased proportionally.)
ItrAl
.S. Citizenship
31t)
).-t- and Immigration V
Services
ixrrnoNo AS MAKUFACOMFD AY CMS SEAL To Be 25' omit- TER CAST ALUMINUIA
Can Inceryoraud AS MANUFACTURED BY
ID' Mow% U ay MAUL Od:PlAY Ors
Cannon railk MS a 5000 PO lar. 1101
MIS normal AVOW!
Lan lobc Joh.u-au NIT in illy mitred firsall Umatta3 vA nue
%MIAOW_ 70AM41:92
4. ,PECIAL HOURS OF OPERATION
The entire building is considered to be operational from 7:00AM to 6:00PM, 5 days per week (except for Federal Holidays).
The Application Center is to be considered operational from 7:00AM to 6:00PM on Saturdays (except Federal Holidays).
Other Areas such as the lobby, waiting rooms, ALL RESTROOMS (including the building shell restrooms) and the BREAK
ROOM and COMMON CORRIDOR must be capable of having HVAC on Saturdays. These spaces (except for shell areas)
are identified in the Specific Room Requirements. The HVAC should be zoned accordingly to avoid unoccupied areas from
be heated or cooled. Additionally the LAN ROOM and any wire/telephone closets require 24/7 HVAC. USCIS recognizes
that all utility costs in excess of 10 hours per day Monday through Friday will be paid for as overtime utilities through a
Reimbursable Work Authorization.
5. INTERIOR LAYOUTS
To assist in the design of the space, adjacency diagrams are included below to demonstrate the required adjacencies.
While the building shape and number of floors may change, the adjacencies must be met. A test fit drawing with the
necessary adjacencies must be provided based on the shell design being proposed by the Offeror. This plan is intended as
a schematic design for adjacency purposes only.
Adjacency and specific room requirements that affect the shell design are as follows:
a. The Lobby and USCIS Waiting Room (combined Adjudications and Information Wafting Rooms) should have ceiling
heights of 12'.0" when possible.
b. Open Office Area, File Rooms for Information, Mission Support and Records should be combined whenever possible.
c. The Application Support Center (ASC) must have a separate waiting room (ASC Waiting Room) located off from the
Lobby. The ASC often operates during hours when other areas of the building may be closed. It is therefore necessary
that the ASC personnel have access to the Break Room, Employee Restrooms (Men's and Women's), Lobby and
Visitor Restrooms (Men's and Women's). The required adjacencies should be considered in the zoning of the HVAC
system as well as for the test fit.
d. The Naturalization Ceremony Room should be accessible from the Lobby. if possible, to avoid having the public going
through USCIS Office Spaces.
e. The Immigration Services Officer (Level II and III) Offices should be immediately adjacent to the Public Waiting Room.
f. The USCIS Open Office Area (Clerical Area) should be adjacent to the Information Counter Area and the Immigration
Services Officer offices. Additionally, the File Room needs to be centrally located in relation to the open office area.
g Employee Restrooms (Men's and Women's) and the Break Room must be accessible to both the Application Support
Center personnel and the other USCIS Personnel.
2/12011 12
INITIALS:Illi d i----
8 (4 '
L OR GOVT
EFTA01089843
* US. ClUzgoshIp
Chad°Ile Amok/ SC T Comas OIR.o I and Immigration
Special Requirements Servka
0 SECURE ACCESS
Single Floor Model
SCREENED PUBLIC
ACCESS AREA
STARS ENTRANCE
ea)
LORRY
SECURITY
ASC
ASC WNn NG ROOM
INFORMATION
AD)U0ICAPONS
INFO/AD) WNTiNG
RESTROOMS
NATZ
COMP IR.AJMNG
ROOM
BREARACOM
1 1s
1OO
STORAGE
MNE 3OO1411.OACING
ASYLUM
RECORDS
l'UllUC ENTRANCE
June 1.2009 202011 13
INITIµSA &
T
EFTA01089844
US. alb.cnthlp
Charlotte Ama4e1 SI IlicomaS <>Ike and Immigration
SP•C•IRequhewenls Strikes
0 swummass
SCIIINED PUNIC
2 Floor Model, MC Go Lit Floor ACCESS APLA
EMU
LOW
SICURIIY
MC
MC WAITING POOH
RIOROOMS
MAJLICOMAOADNG DOCK
IDIVATOR • /MSc
SKUR.ITT • wAnwed room
STAIRS •
•
LOBBY
MILK DMA= EMU
•
SWF Raman
TV
essaocee coo. USTIOXIMS •LCOOSS
KUM
8&912
NATZ
COMP TRNMNG
UlmICON
STORAGE USVATOR 4I
WORDS • INKvAD) ! INFORMATION
INFORMATION WNTING ROOM
ADJUDICATIONS STMPS
UFO AD) WAITING ROOM I
UST ROOMS •
ITeCOPIP ROOM MISMPLOM
FOO
FoNS ADMOICATIONS ASYILIM
ASYLUM STOMP= • DMMR110
MINS • •
2
June 1, 2009
Pan2ici(
EFTA01089845
u.s.citizen ship
Charlotte Amalie/ St. Thomas Office and Immigratio n
Special Requirements Services
LEADERSHIP
6. Field Office Director - 225 square feet private office - requires:
a. Arkwilim - Part of Field Office Director Suite (will not be collocated with the District Director suite at District Offices).
per inch, tuft
b. Floor - Carpet tile with the following attributes, pattern loop, 100% type 6/6 nylon, 1/10 gauge, 8 stitches
density 6,000, 20 oz yarn weight.
eggshell
c. Walls - Gypsum wall board constructed slab to deck. STC rating of 45, painted with low VOC water-based
finish from slab to finished ceiling. Provide 4" vinyl or rubber base
2' HM frame with
d. Door — solid core hardwood veneer door with commercial grade mortise lockset (office function) and
welded corners. Provide sidelight adjacent to door (integrated with HM frame).
Government
e. Ceiling - 2' x 2' ACT with tegular edges or with mineral core and a minimum 25% recycled content
approved equal. Minimum ceiling height is W-0".
f. Lighting - fluorescent direct / indirect lighting providing 30 foot candles at 30' AFF.
g. Electrical, Data, Voice — min. four duplex electrical receptacles and one combination data/voice jack on walls.
7. Conference Room (Field Office Director' - 300 square feet - requires:
a. Adiacencv - part of District Director or Field Office Director's Suite.
tuft
b. Floors — Carpet tile with the following attributes, pattern loop. 100% type 6/6 nylon, 1/10 gauge, 8 stitches per inch,
density 6,000, 20 oz yam weight
-based eggshell
c. Walls - Gypsum wall board, constructed slab to deck. STC rating of 45, painted with low VOC water
finish from slab to finished ceiling. Provide 4' vinyl or rubber base
with welded
d. Door — solid core hardwood veneer door with commercial grade mortise passage set and 2' HM frame
corners. Provide sidelight assembly adjacent to door (integrated with HM frame).
content Government
e. Ceiling - 2' x 2' ACT with tegular edges or with mineral core and a minimum 25% recycled
approved equal. Minimum ceiling height is 8c0".
f. Lighting — fluorescent direct / indirect lighting providing 30 foot candles at 30" AFF on dimmer switch control.
on walls. Provide
g. Electrical, Data. Voice - mt. four duplex electrical receptacles and two-combination data/voice jacks
recessed floor outlet (containing a voice and data jack and one duplex electrical receptacle), this outlet shall be flush
with the finished floor and equipped with a removable cover. Provide cable television outlet in this room.
h. HVAQ — independently zoned HVAC with thermostat in this room.
chair rail (to
i. Miscellaneous — sufficient backing support provided in wall for LCD Screen. Provide continuous hardwood
match the door finish) around the room.
8. Combined Reception / Open Office Area - approximately 125' square feet - requires:
a. Adjacency — part of Field Office Director's Suite, includes a Mission Suppoort 64 sf cubicle
per inch, tuft
b. Floor — Carpet tile with the following attnbutes, pattern loop, 100% type 6/6 nylon. 1110 gauge, 8 stitches
density 6.000, 20 oz yam weight
eggshell
c. Walls — Gypsum wall board, constructed slab to deck, STC rating of 45, painted with low VOC water-based
finish from slab to finished ceiling. Provide 4' vinyl or rubber base.
and 2' HM frame
d. Door - solid core hardwood veneer door with commercial grade mortise lockset (storeroom function),
with welded corners. Provide sidelight assembly adjacent to door (integrated with HM door frame).
or Government
e. Ceiling - 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content
approved equal. Minimum ceiling height Is 8'-0'.
f. Lighting - fluorescent direct! indirect lighting providing 30 foot candles at 30' AFF.
g. Electrical, Data, Voice - to be determined after lease award.
9. Copier Room - 60 square feet - requires:
a. Floor - vinyl composition tile, marmoleum, or linoleum.
4' vinyl
b. Walls - Gypsum wall board painted with low VOC water-based eggshell finish slab to finished ceiling. Provide
or rubber base.
c. Door - no door is required (provide HM frame opening with welded corners).
d. Ceiling - 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 8'-0".
e. Lighting — fluorescent direct / indirect or parabolic fixtures providing 50 foot candles at 30' AFF.
duplex electrical
f. Electrical. Data. Voice — dedicated duplex electrical receptacle and data/voice jack for Copier. Two
outlets and one data/vote jack at counter height
10. Mission Support Officer - 150 square foot officeh - requires:
a. A - part of the Field Office Director Suite whenever possible
2/1/2011 15
INITIALS:
LESSOR
EFTA01089846
US.Citizenship
and Immigration
Charlotte Amalie/ St. Thomas Office Services
Special Requirements
inch, tuft
loop, 100% type 6/6 nylon. 1/10 gauge, 8 stitches per
b. Floor — Carpet tile with the following attributes, pattern
density 6,000. 20 oz yarn weight. ased eggshell
deck, STC rating of 45 painted with low VOC water-b
c. Walls - Gypsum wall board, constructed slab to
or rubber base.
finish slab to finished ceiling subdividing .Provide 4' vinyl with
core hardwo od veneer door with comme rcial grade mortise lockset (office function) and 2" HM frame
d. — solid
ted with HM frame).
welded corners. Provide sidelight adjacent to door (integra ment
— 2' x 2' ACT with tegular edges with minera l core and a minimum 25% recycled content or Govern
e. Ceiling
approved equal. Minimum ceiling height is &-0'.
30 foot candles at 30' AFF.
f. Lighting - fluorescent direct / indirect fixtures providing
duplex electric al recepta cles and one combination data/voice jack on walls.
g. Electrical- Data, Voice — four system will be located in Mission Support office unless
manag ement
h. Miscellaneous - Computer, monitor, printer and ID
stated otherwise in the design process.
bles - requires:
imately 150 square feet,including 64 sf cubicle and workta
11, Computer Staging and Storage Room - approx
a. Adjacency — locate adjacent to the LAN room.
.
b. Floor — grounded, static resistant resilient flooring slab to
um wall board, constru cted slab to deck, painted with low VOC water-based eggshell finish from
c. Walls —Gyps into the LAN room.
approx 4'x4' view window
finished ceiling. Provide 4' vinyl or rubber base. Provide frame
solid core hardwo od veneer door with comme rcial grade mortise lockset (storeroom function), and T HM
d. poor - HM door frame). Door shall also be
nt to door (integrated with
with welded corners. Provide sidelight assembly adjace .
card reader
equipped with door closer, electric strike and proximity Government
mineral core and a minimum 25% recycled content or
e. Ceiling - 2' x 2' ACT with tegular edges with
approved equal. Minimum ceiling height is EC-0'.
ng 50 foot candles at 30' AFF.
f. Lighting — fluorescent direct / indirect fixtures providi
Data, Voice - Six duplex electric al recepta cles and two-combination data voice jacks on walls.
g. Elecincal,
s.
12. LAN Room - approximately 200 square feet - require t computer
g to minimize the need for remote wiring closets (longes
a. & stoma - centrally located within the buildin point in the LAN room). Buildin gs with multipl e floors may
tion
cabling run is 328 feet from the computer to the termina
require remote winng closets.
b. Floor - grounded, static resistant resilient flooring. ased eggshell
deck, STC rating of 45, painted with low VOC water-b
c. Walls - Gypsum wall board, constructed slab to
rubber base.
finish from slab to finished ceiling. Provide 4' vinyl or and 2' HM
grade mortised lockset (storeroom function), door closer
d. Door - Solid core doors equipped with commercial ed with door closer, electric strike and proximity card
be equipp
frame with welded corners. All doors entering shall also
reader. t or Government
mineral core and a minimum 25% recycled conten
e. Ceiling - 2' x 2' ACT with tegular edges with to keep the space above the ceding free
effort shall be made
approved equal. Minimum ceiling height is 81-0'. Every ent. Restro oms, kitchen s, or other similar
ductwo rk and equipm
from sprinkler mains, plumbing runs, building HVAC
spaces shall not be located directly over the LAN room.
providing 50 foot candles at 30' AFF.
f. Lighting - fluorescent recessed direct / indirect fixtures ). The
panel(s ) shall be located in this room for all circuits in this room (except lighting
g. flectrical - Independent electrical ncy power off button located adjace nt to the door(s)
emerge
electrical panel must have 25% spare capacity. Provide d. A 46
in this room. Emergency shutdown switch will be provide
that will shut down all power for the electrical panel this room. The preferr ed ground is a 5/8' diameter
equipm ent in
copper ground must be available for the equipment for outlets
the earth. Provide two, L-5 twist & lock 110 volt 20 amp
#6 copper ground rod that is 101-0' long and driven into (NEMA L6 -30R), three (3) dedica ted quadplex
30 amp outlets
(NEMA L5-20R) and two (2) L-6 twist & lock 220 volt as well.
Provide six general purpose duplex electrical receptacles
receptacles on the wall behind the equipment racks. . The types and quanti ty of electrical
a #6 copper ground
All electrical receptacles shall be grounded with lease
the design phase due to changing technology after
receptacles may be updated after lease award during
es only.
award and should be used for Initial planning purpos re,
outside this room above the door entering this room for moistu
h. Alarms - Audible and visual alarms must be located re detecto rs must be on a dialer separa te from the
and moistu
heat and smoke sensors inside the room. The heat PBX
Megacenter. The dialer will be bed into the U.S.C.I.S.
building fire alarm system and will need to notify the FPS d and tied to the Intrusio n Detect ion System .
will be installe
(telephone system). A dual technology ultrasonic sensor level
ng temperatures between 60* and 806 and a humidity
i. HVAC - Separate stand alone HVAC unit capable of providi days per week. The unit shall be located entirely
seven (7)
between 40% and 60% twenty-four (24) hours per day, allow for an
should be sized to accommodate 32,000 BTUs and
outside the Computer Room and ducted in. The unit be added in the future. The detaile d list of
ent that may
increase of 50% cooling in order to accommodate equipm be used for Initial planni ng
provided after lease award and should
equipmgnt to be housed In this room will be
2/1/2011 16
INITIALS
LESSOR G VT
EFTA01089847
U.S.Citlzensh tp
and Immigration
Charlotte Amalie/ St. Thomas Office Services
Special Requirements
be paid lump sum or through the tenant Improvement
purposes only. The supplemental HVAC system shall
by the lessor.
allowance but must be maintained throughout the term in
System — standa rd fire suppre ssion system shall be installed in the Computer Room when located
j. Fire Suppression Compu ter Room shall be on
Sprinkler heads within the
buildings that are required to have a sprinkler system by code.
and not 'daisy chaine d" to other heads in the system . Additionally, type ABC fire extinguishers (trash.
their own zone d adjacent to each door exiting this room.
electric al equipm ent) will be require
paper, wood, liquids, grease, and t FE-36 or equal.
Guard with DuPon
Extinguishers shall be non-corrosive such as Ansul Clean
Cable Plant Standa rd4ocu ment and the Computer and Telephone
k. Standards — Please reference the Structured
Room Standards document.
13. Supply Room - approximately 150 square feet - requires: a live load of 100
sealer. Floor must be capable of supporting
a. Floor - concrete with a commercial grade opaque
lbs per square foot
painted with low VOC water-based eggshell finish slab to finished
b. Walls — Gypsum wall board, constructed slab to deck,
ceiling. Provide 4' vinyl or rubber base. with
rcial grade mortise lockset (classroom function) 2' HM frame
c. poor - solid core hardwood veneer door with comme card reader.
strike released via proximity
welded corners. Door to be equipped with an electric
- 2' x 2' ACT with tegular edges with minera l core and a minimum 25% recycled content or Government
d. csjogli
approved equal. Minimum ceiling height is 8.-0".
fixtures providing 50 foot candles at 30" AFF.
e. Lighting - fluorescent direct / indirect or parabolic
four duplex electric al receptacles and one combination data/voice jack.
f. Electrical Data Voice — provide
ADJUDICATIONS DIVISION
feet,
Adjudication Officers) — One (1) private office at 150 square
14. Immigration Services Officer- Level III (Supervisory
requires: Officers)
ation Services Officers — Level III (Supervisory Adjudication
a. Adjacency - must be interspersed with the Immigr
adjacent to the USCIS Waiting Room. inch, tuft
loop, 100% type 6/6 nylon. 1/10 gauge, 8 stitches per
b. Floor — Carpet tile with the following attributes, pattern
density 6.000, 20 oz yam weight. ll
STC rating of 45, painted with low VOC water-based eggshe
c. Walls — Gypsum wall board, constructed stab to deck,
rubber base.
finish from slab to finished ceiling. Provide 4' vinyl or with
solid core hardwo od veneer door with comme rcial grade mortise lockset (office function) and 2' HM frame
d. Door —
ted with HM frame).
welded corners. Provide sidelight adjacent to door (integra
— 2' x 2' ACT with tegular edges with minera l core and a minimum 25% recycled content or Govemment
e. Ceiling
approved equal. Minimum ceiling height is 8'-0".
30 foot candles at 30' AFF.
f. Liohtinq — fluorescent direct / indirect lighting providing
electric al recepta cles and one combination data/voce jack on walls.
g. Electrical. Data. Voice — four duplex
- requires:
ication Officers) - Three (3) offices at 150 square feet each
15. Immigration Services Officer Level II (Adjud Room.
Waiting
a. Adiacency - must be located adjacent to the USCIS
loop, 100% type 6/6 nylon, 1/10 gauge, 8 stitches per inch, tuft
b.Floor — Carpet tile with the following attributes, pattern
density 6,000, 20 oz yam weight ll finish
STC rating of 45. painted with low VOC water-based eggshe
cWalls — Gypsum wall board, constructed slab to deck,
from slab to finished ceiling. Provide 4' vinyl or rubber base. with welded
rcial grade mortise passage set and 2' HM frame
d.Door — solid core hardwood veneer door with comme
with HM frame).
corners. Provide sidelight adjacent to door (integrated ment approved
l core and a minimum 25% recycled content or Govern
e. Ceiling — 2' x 2' ACT with tegular edges with minera
equal. Minimum ceiling height is 8'-0".
foot candles at 30' AFF.
f. Lighting - fluorescent direct / indirect lighting providing 30
Data. Voice — four duplex electric al recepta cles and one combination data/voioe jack on walls.
o. Electnc,al.
) —Two (2) offices at 175 square feet each — requires:
16. Immigration Services Officer Level II (Asylum Circuit Riders
nt to the USCIS Waiting Room.
a. Adiacency — must be located adjace tuft
tile with the followin g attribut es, pattern loop, 100% type 6/6 nylon, 1/10 gauge, 8 stitches per inch,
b. Floor — Carpet
density 6,000, 20 oz yarn weight eggshell
deck, STC rating of 45, painted with low VOC water-based
c. Walls — Gypsum wall board, constructed slab to
base.
finish from slab to finished ceiling. Provide 4' vinyl or rubber
hardwo od veneer door with comme rcial grade mortise passage set and 2 HM frame with welded
d. Door — solid core
HM frame).
comers rovide sidelight adjacent to door (integrated with
2/1/2011 17
INITIALS:
LESSOR GOV'T
EFTA01089848
- U.S. Citizenship
Charlotte Amalie/ St. Thomas Office and Immigration
Special Requirements -7tr . Services
e. Ceiling - 2' x ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is
f. Lighting - fluorescent direct / indirect lighting providing 30 foot candles at 30' AFF.
g. Electrical, Data Voice - four duplex electrical receptacles and one combination data/voice jack on walls
17. Adjudications Open Office Area - approximately 144 square feet, including two (2) 64 sf cubicles - requires:
OPEN OFFICE
a. Adiacency - must be consolidated with the Open Office Area for Information and Records creating an
AREA totaling 370 sf
per inch, tuft
b. Floor — Carpet tile with the following attributes, pattern loop, 100% type 6/6 nylon, 1/10 gauge, 8 stitches
density 6.000. 20 oz yam weight.
from slab to
c. Walls — Gypsum wall board, constructed slab to deck, painted with low VOC water-based eggshell finish
finished ceiling. Provide 4' vinyl or rubber base.
closer and 2'
d. Poor - solid core hardwood veneer door with commercial grade mortise lockset (storeroom function), door
Doors to
HM frame with welded corners. Provide sidelight assembly adjacent to door (integrated with HM door frame).
this area accessible from public corridors shall be equipped with electric strike and proximity card reader.
e. Ceiling - x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 81-0*.
I. Lighting — fluorescent direct / indirect fixtures providing 30 foot candles at 30' AF F.
per 90 square
g. Electrical. Data. Voice — provide a minimum of one duplex electrical and one combination data voice jack
feet or as required by code. Additional may be added after lease award.
in the
h. Stamp and Ink Lockers — locate eight (8) individual lockers, 6 inches high by 14 inches wide by 6 inches deep
the overnight
Adjudications Open Office area or in one location In the Immigration Services Officers corridor space for
storage of secure stamps and ink. Sample layout as shown below.
a . [ACM
UCCICICIt r•OvIOC
.111.10. R C -
Ll. IV at AS
icCOulaCID
INDIVIDUAL L ER
ISOMETRIC
INDIVIDUAL. LOCKERS
V
FOR ADJUDICATION
OFFICERS STAMPS
ITEM FASCO SECURITY
PRODUCTS' INDIVIDUAL
UNITS ARE 14•m24N6'
WITH 4 LOCKERS PER
UNIT
-NO-- DRYWALL CONSTRUCTION
FLOOR BASE MATERIAL
TYPICAL ELEVATION @
ADO STAMP LOCKERS
18. Adjudications Copier Area - 60 square feet shall be integrated into open office area - requires.
a. Floor - vinyl composition tile, marmoleum, or linoleum.
4' vinyl or rubber
b. Walls - painted with low VOC water-based eggshell finish slab to finished ceiling subdividing. Provide
base.
c. Door - no door is required (provide 2' HM frame opening with welded corners).
d. Ceiling - 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved ual. Minimum ceiling height is
e. Li htin fluorescent direct / indirect or parabolic fixtures providing 50 foot candles at 30' AFF.
2./1/2011 18
INITIAL
LE
EFTA01089849
U.S. Citizenship
Charlotte Amalie/ St. Thomas Office and Immigration
Special Requirements Services
electrical
f. Electrical Data, Voice — dedicated duplex electrical receptacle and data/voice jack for Copier. Two duplex
outlets and one data/voice jack at counter height.
19, Adjudications A-File Room — approximately 60 square feet - requires:
is also
Adjacency — must be adjacent to Open Office Area (Clerical Area). Close proximity to the Bulk Storage Room
desirable (but not required).
per inch, tuft
a. Floor — Carpet tile with the following attributes, pattern loop, 100% type 6/6 nylon. 1/10 gauge, 8 stitches
yam weight. Floor must be capable of supporting a live load of 100lbs per square foot.
density 6,000, 20 oz
slab to finished
b. Walls - Gypsum wall board constructed slab to deck, painted with low VOC water-based eggshell finish
ceiling. Provide 4' vinyl or rubber base.
door closer and
c. Doors) - solid core hardwood veneer door with commercial grade mortise lockset (storeroom function),
r HM frame with welded corners. Door(s) shall be equipped with an electronic strike that is released by a proximity
card reader. May incorporate a Dutch door.
content or Government
d. Ceiling - 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled
approved equal. Minimum ceiling height is
and running
e. At Lit iDg — fluorescent direct / indirect or parabolic fixtures providing 50 foot candles at 30" AFF
continuously perpendicular to the file shelving.
of one per 300 square feet
f. Elechical._Data. Voice — provide duplex electrical receptacles, with data/voice jacks at a ratio
with a minimum of one.
70. Adjudications Waiting Room - approximately 541 square feet - requires:
INFORMATION WAITING
a. Adracency — IN A ONE STORY CONFIGURATION WILL BE CONSOLIDATED WITH
ROOM CREATING A 878 SQUARE FOOT WAITING ROOM (INDICATED AS USCIS WAITING ROOM ON
Counter and
ADJACENCY DIAGRAM). Must be located with direct access to the public lobby and Information
adjacent to the Immigration Services Officers office area.
via clerestory.
b. Space Description — shall provide a professional open environment for the public providing natural light
skylights or storefront windows.
cost shall be
c. Floors - commercial recycled rubber flooring at least 4mm (such as Ecosurfaces or equivalent). Life cycle
provided for any other proposed flooring products.
d. Base — Durable material that complements the floor and wall materials.
in the
e. Walls — Gypsum wall board constructed slab to deck, STC rating of 45. with sound control at any penetration
wall, painted with low VOC water-based eggshell finish slab to finished ceiling. Provide 4' vinyl or rubber base.
of a high quality
f. Ceiling - may be painted exposed deck (spiral duct is required if the deck is exposed) or a combination
space if
ceiling tile with GWB accents. The Govemment shall approve exact design. Should be a minimum of 1Z open
possible.
g. Lighting - fluorescent direct I indirect fixtures providing 30 foot candles at 30' AFF.
standards for
h. HVAC - Independent HVAC zone with thermostat in this room. Provide air changes per ASHRAE
assembly space.
and commercial grade bottom rail
i. Doors and Hardware (into lobby soace) - glass double doors with pivot hardware
deadlocks. Provide as many sets of doors required by code.
area) — solid core
j. Doors and Hardware (into office space. located behind Information Counter and into Interview Room
mortise
hardwood veneer door(s) entering into the open office area beyond shall be equipped with commeroal grade
door closer and 2 HM frame with welded corners. These doors are to be equipped with
lodcset (storeroom function),
an electric strike released via proximity card reader.
for Government
k. Miscellaneous - Provide wall bracing, brackets, electrical and conduit with wall box and pull string
will be one
provided LCD televisions/monitors (assume that televisions will weigh approximately 100 lbs and that there
location for every 500 square feet).
71. Naturalization Ceremony Certificate Preparation Room - approximately 150 square feet — requires
per inch, tuft
a. Floor - Carpet tile with the following attributes, pattem loop, 100% type 6/6 nylon. 1/10 gauge, 8 stitches
density 6,000, 20 oz yam weight.
from slab to
b. Walls — Gypsum wall board, constructed slab to deck, painted with low VOC water-based eggshell finish
finished ceiling. Provide 4* vinyl or rubber base
door closer and
c. Door — Door must be 1 3/4 " 16-gauge hollow metal or 1 % • solid core wood, equipped with a pneumatic
pins swinging into the room. Where there are multiple door openings, only one must be
have non-removable hinge
will serve
used as the pnmary entrance/exit and equipped with locking mechanisms as stated below. All other openings
and be equipped with emergency *panic hardware on the inside and no hardware on the
as emergency exits only
(e.g..
outside. The door lock must consist of a built-in, three-position combination dial lock or a high-security key-lock
2/1/2011 19
INITIALS
LE SOR GOVT
EFTA01089850
U.S. Citizenship
Charlotte Amadei St. Thomas Office and Immigration
Special Requirements Services
for securing the room
Medeco lock), with a minimum 1- deadbotl Card readers in and of themselves are not sufficient
and may be installed as a supplementar y measure for access control purposes only.
d. — x ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is tc-0-.
e. Lighting - fluorescent direct / indirect fixtures providing 30 foot candles at 30' AFF.
f. Electrical Data, Voice — four duplex electrical receptacles and one combination data/voice jack on walls
of 96 square
g. Miscellaneous - Windows are not allowed in this room. Ducts, pipes, registers, sewers. etc. in excess
perimeter must be secured with 18-guage expanded metal or wire mesh, or by rigid
inches that penetrate the room
metal bars % • in diameter extending across their width with a maximum space of 6* between bars.
2/1/2011 20
°it
INITIALS:
R GOVT
EFTA01089851
it US. Citizenship
and Immigration
Charlotte Amalie/ St. Thomas Office / Services
1/4
Special Requirements
RECORDS DIVISION
feet, including two (2)64 sf cubicles, - requires:
22.Records Open Office Area - approximately 144 square ations and
be consolidated with the Open Office Area for Adjudic
a. Adiacenc' - when using a one story solution must
Information creating an OPEN OFFICE AREA of 370 sf inch, tuft
loop, 100% type 6/6 nylon, 1/10 gauge. 8 stitches per
b. Floor — Carpet tile with the following attributes, pattern
density 6,000, 20 oz yam weight. ll finish slab to
to deck, painted with low VOC water-based eggshe
c. Walls Gypsum wall board, constructed slab
finished ceiling. Provide 4' vinyl or rubber base. door rlogor and 2'
commercial grade mortise lockset (storeroom function),
d. Door - solid core hardwood veneer door with HM door frame). Doors to
bly adjacent to door (integrated with
HM frame with welded corners. Provide sidelight assem strike, door loser and proxim ity card reader.
equipped with electric
this area accessible from public corridors shall be d conten t or Government
with mineral core and a minimum 25% recycle
e. Ceiling - 2' x 2' ACT with tegular edges
approved equal. Minimum ceiling height is 8.-0'.
ng 30 foot candles at 30' AFF.
f. Lighting — fluorescent direct indirect fixtures providi
g. Electrical. Data. Voice —to be determ ined after lease award.
feet - requires:
23.Records A-File Room — approximately 200 square s
Adjace ncy — Must be adjace nt with the Open Office Area for Adjudications, Information and Record
a.
loop, 100% type 6/6 nylon, 1/10 gauge, 8 stitche s per inch, tuft
b. Floor — Carpet tile with the following attributes, pattern square foot.
le of supporting a live load of 100lbs per
density 6,000, 20 oz yarn weight. Floor must be capab VOC water -based eggshe ll finish from slab to
deck, painted with low
c. Walls — Gypsum wall board, constructed slab to
finished ceiling. Provide 4" vinyl or rubber base. closer and
rcial grade mortise lockset (storeroom function), door
d. Doogs)- solid core hardwood veneer door with comme ed with an electro nic stake that is release d by a proximity
be equipp
2' HM frame with welded corners. Door(s) shall
card reader. May incorporate a Dutch door. t or Government
mineral core and a minimum 25% recycled conten
e. Ceiling - 2' x r ACT with tegular edges with
approved equal. Minimum ceiling height is 8%0'. and running
lic fixtures providing 50 foot candles at 30' AFF
f. Lighting — fluorescent direct / indirect or parabo
continuously perpendicular to the file shelving. square
cles, with data/voice jacks at a ratio of one per 300
g. Electric al. Data. Voice — provide duplex electrical recepta
feet, minimum of one.
- requites:
24, Records Copier Area — 60 square feet . or equivalent.
a. Floor - vinyl composition tile. marrnoleum or Inoleum
painted slab to finishe d ceiling. Provide 4' vinyl or rubber base.
b. Weill- Gypsum wall board, and a minimum 25% recycled content or Government
with mnera l core
c. Ceiling - 2' x 2' ACT with tegular edges
approved equal. Minimum ceiling height is 8%0'.
fixtures providing 50 foot candles at 30' AFF.
d. Lighting — fluorescent direct / indirect or parabolic electrical
dedica ted duplex electric al receptacle and datalvoiat jack for Copier. Two duplex
e. Electrical Data. Voice -
outlets and one datalloice jack at counter height
requires:
25. Secure Ffte Room - approximately 65 square feet -
a. Adiacencv — must be located with direct access from inside the A-File room.
inch, tuft
— Carpet tile with the followin g attribut es, pattern loop, 100% type 6/6 nylon, 1/10 gauge, 8 stitches per
b. Floor live load of 100lbs per square foot. .
e of supporting a
density 6,000, 20 oz yarn weight. Floor must be capabl ased
- Gypsum wall board, constru cted slab to deck, painted from slab to finished ceding with a low VOC water-b
c. Wall
eggshell finish. Provide 4" vinyl or rubber base V NM frame
mortise lockset (storeroom function), door closer and
d. Door - sold core veneer door with commercial grade that is release d by a proxim ity card reader.
with an electronic strike
with welded corners. This door shall be equipped this room must be peened , brazed or spot welded to
ible from outside
Any hardware, hinges, screws, bolts, etc. access
preclude removal. t or Government
mineral core and a minimum 25% recycled conten
e. Ceiling - T x 2' ACT with tegular edges with
approved equal. Minimum ceiling height is 8'43".
fixtures providing 50 foot candles at 30' AFF.
f. Lighting — fluorescent direct / indirect or parabolic
duplex electric al recepta cles and one combination datalloice jack on walls.
g. Electrical, Data. Voice — four
'50 square feet — requires:
26. File Retirement and Staging Room - approximately
ncy - should be located in the vicinity of the Records File Room
a Adiace
2/1/2011 21
INITIALS _ &
L LS OR GOV'T
EFTA01089852
US. Citizenship
and Immigration
Charlotte Amalie/ St. Tho
mas Office Services
Special Requirements
inch, tuft
n, 1/10 gauge, 8 stitches per
follo win g attr ibut es, patt ern loop, 100% type 6/6 nylo lbs per squ are foo t
b. Floor - Carpet tile with
the a live load of 100
oz yam wei ght. Flo or must be capable of supporting she ll finis h from slab to finished ceiling.
density 6.000, 20 ted VOC water-based egg
board, slab to deck, pain
c. Wake - Gypsum wall er and 2'
Provide 4 - vinyl or rubber bas
e. (storeroom function), door clos
ven eer doo r with com mercial grade mortise lockset rele ase d by a pro xim ity card
cf. Oster - solid core hardwo
od
sha ll be equ ippe d with an electric strike that is
ers. Door
HM frame with welded corn content or Government
rea der . with min era l core and a minimum 25% recycled
with tegular edg es
e. Ceiling - 2' x 2' ACT
Min imu m ceiling height is 8'-0'.
app rove d equ al. candles at 30' AFF.
direct fixtures providing 50 foot ce jack on the walls.
f. Liohtino - floresce nt dire ct/in
two elec trica l rece ptac les and one combination data/voi
- min imu m of
g. Electrical. Data Voice
INFORMATION DIVISION square feet each —
on Information Officer (IIO) - Four (4) offices at 150
27. Immigration Service s Officer Level I (Immigrati
OPEN OFFICE
, and Records creating an
each requires:
con soli date d with the Ope n Office Area for Information
a. Adiacencv — Must be hes per inch, tuft
AREA. es, patt ern loop , 100 % type 6/6 nylon, 1/10 gauge, 8 stitc
the following attribut
b. Floor — Camel tile with h from slab to
0, 20 oz yarn weight. C water-based eggshell finis
density 6.00
l boa rd, con stru cted slab to deck, painted with low VO
c. Walls - Gypsum wal l or rubber base. door closer and 2"
finished ceiling. Provide 4' viny mer cial gra de mor tise lockset (storeroom function), rs to
od veneer door with com with HM door frame). Doo
d. Door - solid core hardwo Pro vide side ligh t ass emb ly adjacent to door (integrated rea der .
HM frame with welded corners. ity card
with electric strike and proxim
lic corridors shall be equipped recycled content or Governm
ent
this area accessible from pub edg es with min era l core and a min imu m 25%
with tegu lar
e. Deiling - 2' x 2' ACT
ceiling height is 81-0'.
approved equal. Minimum foot candles at XI AFF.
ting - u
fl ore sce nt dire ct / indirect fixtures providing 30
f. Ligh e award
to be determined after leas
g. Electrical_ Data. Voice —
—60 square feet — requires: and Open Office Area.
28. Information Cooler Area adja cent to the Information Counter
mus t be loca ted
a. Adiacencv— . or rubber
tile, marmoleum, or linoleum subdividing. Provide 4' vinyl
b. Floor - vinyl composition er-b ase d egg she ll finis h slab to finished ceiling
VOC wat
c. Walls - painted with low
base. ning with welded corners). tent or Government
d (provide 2- HM frame ope a minimum 25% recycled con
d. Door - no door is require with min era l core and
with tegular edges
e. aill m - 2' x 2' ACT
Min imu m ceiling height is 8'-0'. at 30" AFF
approve d equ al. res providing 50 foot candles electrical
ent dire ct / indirect or parabolic fixtu ce jack for Copier. Two duplex
f. lohting - fluoresc ed dup lex elec trica l rece ptac le and data /voi
- dedicat
g. Electrical. Data. Voice at counter height.
outlets and one data/voice jack
- requires: G
approximately 425' square feet H ADJUDICATIONS WAITIN
p. Information Waiting RoomE- STO RY CO NFI GU RAT ION MU ST BE CONSOLIDATED WIT
IS WA ITIN G RO OM ON
a. Adiacency - IN A ON ROOM (INDICATED AS USC
SQUARE FOOT WAITING rmation Counters.
ROOM CREATING A 878 to the pub lic lobb y and Info
t be located with direct access providing natural light via cler
estory,
ADJACENCY DIAGRAM). Mus pro fess iona l open environment for the public
ll pro vide a
b. Space Description — sha resilient
skylights or storefront. aces or equivalent) or other
cled rubb er floo ring at least 4mm (such as Ecosurf .
c. Floors — Commercial recy r proposed flooring products
t shall be provided for any othe erials.
flooring material, Life cycle cos wa4 mat
l that complements the floo r and tion in subdividing (such
d. ass - Durable materia to dec k, STC 45 with sound control at any penetra ing. Accent
e. Walls - Gypsum wall boa
rd constructed slab finish from slab to finished ceil
retu rns) . pain ted with low VOC water-based eggshell anc e to -MA RLI TE" shall be
as openings for plenum g a met al spin e and pan el system equal in appear
areas usin dewed.
wallsMainscot at high traffic is durable and can be easily
s and provide a surface that combination of a high quality
used to complement the counter t is req uire d if the dec k is exp ose d) or a
when
f. Ceiling — may be painted
exposed dec k (sp iral duc Should be 127 open space
. The Gov ern men t sha ll approve exact design.
ceiling tile with GWB acc ents
.
possible. 30 foot candles at 30' AFF
Lioh ting —11 ores cen t dire ct / indirect fixtures providing
g.4
211/2011 22
---
INITIALS 8
LESS G4T .
EFTA01089853
v se
and Immigration
Charlotte Amalie/ St. Thomas Office 7461• Services
Special Requirements
standards for
in this room. Provide air changes per ASHRAE
h. HVAC - Independent HVAC zone with thermostat
assembly space. grade bottom rail
double doors with pivot hardware and commercial
i. Doors and Hardware (into lobby spays) — glass
code.
deadlocks. Provide as many sets of doors required by od veneer door(s)
and Hardwa re (into office space. located behind Information Counter) - solid core hardwo
J. Doors
equipped with comme rcial grade mortise lockset (storeroom
entering into the open office area beyond shall be equipp ed with an electric strike
corners. These doors are to be
function), door closer and T HM frame with welded
released via proximity card reader for Government
electrical and conduit with wall box and pull string
k. Miscellaneous - Provide wall bracing, brackets, weigh approx imately 100 lbs (to include mounting
ons will
provided LCD televisions/monitors (assume that televisi
square feet of waiting room).
bracket) and that there Will be one location for every 500
- requires:
30. Forms Storage — approximately 200 square feet Information Counter
be in close proxim ity to Open Office Area (Clerical Area) and open into the
a. Adjacency - should
Area. load of 100 lbs per
linoleum. Floor must be capable of supporting a live
b. Floor — Vinyl composition tile ,marmoleum, or
a live load of 100 lbs per square foot.
square foot. Floor must be capable of supporting slab to
board, constru cted slab to deck, painted with low VOC water-based eggshell finish from
c. Walls — Gypsum wall
finished ceiling. Provide C vinyl or rubber base. door closer and 7
commercial grade mortise lockset (storeroom function),
d. Door — solid core hardwood veneer door with release d by a proximity
equipped with an electronic strike that is
HM frame with welded corners. This door shall be
card reader. t or Government
with mineral core and a minimum 25% recycled conten
e. Ceiling - 2' x 2' ACT with tegular edges
approved equal. Minimum ceiling height is 8'4'.
lic fixtures providing 50 foot candles at 30' AFF.
f. Lighting — fluorescent direct / indirect or parabo at a ratio of one
provide duplex electric al receptacles as required by code with data/voice jacks
g. Electrical, Data Voice -
per 300 square feet.
counter stations shall be provided.
32. Information Counter Area — Four (4) information Waiting Room (if apart
within USCIS Waiting (Combined) Room, or .within Information
a. Adjacency — must be located
from Adjudicaitons Waiting Room)
must meet the following requirements:
b. Information Counter Specifications — each station loop, 100% type 6/5 nylon, 1/10 gauge. 8 stitches per
inch, tuft
c. Floor— Carpet tile with the following attributes, pattern
density 6.000, 20 oz. yarn weight. hardwood tnm.
Wood trim encasing window between stations shall have
d. Glazing — all glass shall be clear %"tempered. suppor t assem bly that will allow for different
place with an aluminum
Transaction counter window shall be supported in r will provide informa tion as to the required glass
Projec t Mange
glass sizes to be changed out in the future. USCIS
width. ment
l core and a minimum 25% recycled content or Govern
e. Ceiling — 2' x 2' ACT with tegular edges with minera
approved equal. data and duplex
station shall be equipped with a combination duplex
f. Electrical. Data and Telecommunications — each additio nal conven ience quadpl ex receptacle.
ter and one
voice receptacle, one duplex electrical receptacle for compu station .
will notify the lobby guard
g. Duress Alarm — provide a duress alarm that public side of the
the air flows from the employee (11O) side to the
h. HVAC — ventilation shall be arranged to ensure that reduce the risk of airborn e pathog ens infecting USCIS
room) to
counter (i.e. negative air pressure in the waiting
Information Officers. ndirect
unit. Provide two 24' x 2C fluorescent recessed direct/i
i. Lighting — provide task lighting under overhead storage
fixtures for each information counter. r. This mechanical
shall be integrated into the solid surface counte
j. Keyboard surface — an adjustable keyboard surface ed equal.
cturing or approv
lift mechanism shall be as manufactured by Baker Manufa Provide
tamina te — shall be used as indicat ed on the vertical surface under the counter on the public side.
k. Plastic
ns.
grommets that are directly above receptacle locatio
board — vendor informa tion shall be provide d by the government to the lessor.
I. Slat as indicated on
used on the public side of the counter / work surface
m. Solid Surface - a solid surface material shall be ably includin g recycled
be coordinated with building finish (prefer
the details below. This solid surface material shall
content).
as indicated below.
n. Tack board — shall be fabric covered and located d or radius trim
s shall be Grade A (furnitu re cabinet grade) on the finished side with bevele
o. Wood — all plywood veneer ment the other matena ls used in the building.
chosen to comple
pieces to match. The wood species should be
— see the next page for diagrams indicating matenals
2/1/2011 23
INITIALS
LESSOR
EFTA01089854
Charlotte Amalie/ St. Thomas Office
U.S
and Immigration
Special Requirements as fc" Services
4.-2 `0 ,•-••
41.02%* L 4.40.4•C•S
MD. t
CC Vs \Z.'S
arr.-fry -oat eas. :•0•42 St. A VO• YO'
....22.•nal awas. •03. !DAVI 'a - c.,
•••1•41.-.••• OI 34,
••••.,,=, WOO
iST•ft CCANT3 ref k C.
•LL:ST•ha tY. CC %Ka,
2
/7\
0:
-, "12
ELEIAT ON
•
C • :10*.alt A •• •:-1•4 1.072
AN.:" ,CCO YOAC.
0.0 A wir.v“.' •
•••=4, ..er At • -ac:av
Si 'at, -.4 , et-CA
;;;.'! SASTO 40,•Zrr.,. I Pa tt 41:0.
•
(v-• UJII0V/Wk Cc.t sag
s ..
a 0.1
-OR,N6E 5 DE
k.r,A) Or.
CA."(
/Th . ." ' • -• • •••• C
_ 'CI 0 • -1
01•••":* *0 (4,
04.Et •-•
ON its .1.•V“.."•N•CC :Oka CI
ILA: paw :ft t 'Croix
Nt‘00t Votra- . ria cc
MOO al :SC S
— C41 ex. (a) us-own=
I frk (0., T Rr ,•*gs,
e,
eTh
2•01 CC04•22 Taa sc.
ACC> ra.
Li2.) Kat le^ - /C e•••,t.
tt ralat IPA% 0•AZ.
n•• ILA* • VC.
V.•••Ci ••00:2,
VON 2.•Cas
'cc veCC
rotCSta• cm • 4.0::
\ OAR:2
/•\
2/1/2011 24
EFTA01089855
U.S. Citizenship
Charlotte Amalie/ St Thomas Office and Immigration
Special Requirements ww • Services
FRAUD DETECTION and NATIONAL SECURITY- FDNS operations will be located in a secure suite within
the building. Access to all FDNS spaces will be from within the suite.
33. FDNS Interview Rooms - One (1) room at approximately 120 square feet — requires:
a. Adjacency —must be located within the FDNS suite .
b. Em — Carpet tie with the following attributes, pattern loop, 100% type 6/6 nylon, 1/10 gauge, 8 stitches per inch, tuft
density 6,000, 20 oz yarn weight.
c. Walls — Gypsum constructed slab to deck. STC rating of 45. painted with low VOC water-based eggshell finish from
slab to finished ceiling. Provide 4' vinyl or rubber base
d. Door - solid core hardwood veneer door with commercial grade mortise lockset (office function) and 7 HM frame with
welded corners. Provide sidelight adjacent to door (integrated with HM frame).
e. Ceiling - 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 8'-0'.
f. Lighting — fluorescent direct / indirect Mures providing 30 foot candles at 30' AF F.
g. Electrical. Data. Voice — Six duplex electrical receptacles and two combination data/voice jacks on walls
34. HSDN-TSPA TALON Room - One (1) room at approximately 80 square feet- requires:
a. Adjacency — part of the Fraud Detection and National Security Suite
b. floor - Carpet tile with the following attnbutes, pattern loop, 100% type 6/6 nylon, 1/10 gauge, 8 stitches per inch, tuft
density 6,000, 20 oz yam weight.
c. Walls — Gypsum wall board constructed slab to deck, STC rating of 45, consisting of 5/8' drywall + Green Glue @ 58
fluid ounces per 4' x 8' sheet + 5/8' drywall, metal studs, 24' on center, R13 fiberglass insulation, 5/8' drywall with 5/8'
drywall + Green Glue @ 58 fluid ounces per, 4' x 8' sheet + 5/8' drywall, painted with low VOC water-based eggshell
finish from slab to finished ceiling. Provide 4" vinyl or rubber base.
d. Door - solid core hardwood veneer door with commercial grade mortise lockset (storeroom function), door closer, with
door closer such as Pemko 412_PKM Automatic Door Bottom and 2' HM frame with welded corners. Door shall be
equipped with an electronic strike that is released by a proximity card reader
e. Ceiling — 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 81-0'.
f. Lighting - fluorescent direct / indirect fixtures providing 30 foot candles at 30' AFF.
g. Electrical, Data. Voice — four duplex electrical receptacles, one dedicated 15 amp circuit with a NEMA 5-15P outlet for
the HSDN rack, one dedicated 20 amp duplex receptacle for NSA approved shredder, 2 PSTN lines. Ethernet
connection to 1Net WAN and one combination datalloice jack on walls.
h. Miscellaneous — Room shall be laid out as shown below.
2/1/2011 25
INITIA
VC• &
ESS R —12:
EFTA01089856
US.Citizenship
Charlotte Amaile/ St. Thomas Office and Inunigratton
Special Requirements Services
Fm Ordal UDD ON/
This diagram &Tids ib
recommended minimum spar. 16ONt#urrTiwvv}Na
fora single sea( IISDN" TSPA P. new. lhais15.
Tabu luslallanon 1u:57519 klamdaaitiaMeamemilim2r.ss
10- •,3" melamliollasrehae min:0 dusBegla
Room t.m. approomser 5, 9 9'
:> raing Une< °ont uhu&
•
~N *La
orall
e
145DX ~ em* dolum9115 Jeep amma
~LP MU 5..9 moln ko dti IISON H MON ~Parets
bel ~So«
12.7Tiran
RSZINmed.: "-rad 1S I nIn Aminma I
monemsulanalA 5 . 59 orie SamMit
»e. 1 HAN~kon" ps 2Cr a 20'
Uselamman
INa IVANNI
GM ens Sed TiaInr~ it}
!DIEN nita wal gett* rp~arly Sak PMLa
sboolnn neme. n kasa 0 CR må 20.2T
namnam fra nAC 2 drna~ed
ISSON
MONnedanom amen ne on]
~an wpwommely 'ICOBTU9
emma. 9. Imam 01: sl optrefnpritaza
Im !MAC
Rimsfad im91109.0 fre~
conessera C 2 mu m5,os
FOT OffiCial U59 enly
Wall Assembly Desalption Pernko Surface Mounlecl Door Hottom
(med h oroa from ~se room ske to recleyer ram sde)
0.625 mpsum dryftat 2.5' scen • 12- O.C.
Ge en Glit 116 oz
0 625' gypsum dynan 1625 %MWS O 24. O.C.
2z4 «on studs • 24'0 G
A13 gass Iber ban
0.629 gypsum Orma; 1.625' sens • Wr OG.
Green GOA 116 02
0.629' gipsum dynas. 1.625' SCMWS (g; 17 O.C.
^
'i 9 16 '
h.3)
2/1/2011 26
INI &
L OR VT
EFTA01089857
US Citizenship
Charlotte Amalie/ St. Thomas Office A 1, and Immigration
Special Requirements 1,4et Services
35. FDNS Open Office Area - approximately 160 square feet, including two (2) 80 sf cubicles - requires:
a Adiacency - part of FDNS suite
b Floor — Carpet tile with the following attributes, pattern loop, 100% type 6/6 nylon. 1110 gauge, 8 stitches per inch, tuft
density 6,000, 20 oz yam weight.
c. Walls — Gypsum wall board, constructed slab to deck, STC rating of 45, painted with low VOC water-based eggshell
finish from slab to finished ceiling. Provide 4" vinyl or rubber base
d. Door - solid core hardwood veneer door with commercial grade mortise lockset (office function), door closer and 2' HM
frame with welded corners. Provide sidelight assembly adjacent to door (integrated with HM door frame). Doors to this
area the corridor shall be equipped with electric strike and proximity card reader.
e. Ceiling - 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is if-0".
f. Lighting - fluorescent direct / indirect fixtures providing 30 foot candles at 30' AFF
g Electrical. Data. Voice - to be determined after lease award.
36. IONS Filo Room - approximately 15 square feet - requires:
a. Adiacencv - part of FDNS suite.
b. Floor — Carpet tile with the following attributes, pattern loop, 100% type 6/6 nylon. 1/10 gauge. 6 stitches per inch, tuft
density 6.000, 20 oz yarn weight Floor must be capable of supporting a live load of 100lbs per square foot.
c. Walls - constructed slab to deck painted with low VOC water-based eggshell finish slab to finished ceiling. Provide 4"
vinyl or rubber base
d. Dooasi — solid core hardwood veneer door with commercial grade mortise lockset (storeroom function), door closer and
2" HM frame with welded corners. Door shall be equipped with an electronic strike that is released by a proximity card
reader.
e. Ceiling - 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 8%0'.
f. Lighting — fluorescent direct / indirect or parabolic fixtures providing 50 foot candles at 30' AFF and running
continuously perpendicular to the file shelving.
g. Electrical. Data. Voice — provide duplex electrical receptacles, with data/voice jacks at a ratio of one per 100 square
feet.
37. FDNS Copier Area - 60 square feet - requires:
a. Adiacencv - must be located adjacent to the Information Counter and Open Office Area.
b. Floor - vinyl composition tile, marrnoleum, or linoleum.
c. Walls - painted with low VOC water-based eggshell finish slab to finished ceiling subdividing. Provide 4" vinyl or rubber
base.
d. poor - no door is required (provide 2' HM frame opening with welded corners).
e. Ceiling - 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 8'-0'.
f. Lighting - fluorescent direct f indirect or parabolic fixtures providing 50 foot candles at 30' AFF.
g. lectrical. Data. Voice - dedicated duplex electrical receptacle and data/voice jack for Copier. Two duplex electncal
outlets and one data/voice jack at counter height.
JOINT USE SPACE
38. AN Storage — one room of approximately 75 square feet - requires:
a. Adiacencv —must be directly adjacent to the Conference / Training / Naturalization Ceremony Room.
b. Floor. — Carpet tile with the following attributes, pattern loop. 100% type 6/6 nylon. 1110 gauge, 8 stitches per inch, tuft
density 6,000. 20 oz yarn weight
c. Walls — Gypsum wall board, floor to finish ceiling, painted with low VOC water-based eggshell finish slab to finished
ceiling. Provide 4" vinyl or rubber base.
d. Door(s) — solid core hardwood veneer door with commercial grade mortise Iodise( (storeroom function) and 2" HM
frame with welded corners.
e. Ceiling - 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 8'-0".
f. Lighting - fluorescent fixtures providing 30 foot candles at 30* AFF.
g. Electrical. Data Voice - provide three duplex electrical receptacles.
39. Chair and Table Storage - one room of approximately 75 square feet - requires:
a. Adiacencv - must be directly adjacent to the Conference I Training / Naturalization Ceremony Room.
2/1/2011 27
INITIAL
SSOR
EFTA01089858
U.nS.
a d CARR
Charlotte Amalie/ St. Thomas Office
Special Requirements Services
per Inch, tuft
b. Floor — Carpet tile with the following attributes, pattern loop, 100% type 6/6 nylon, 1/10 gauge, 8 stitches
density 6,000, 20 oz yam weight.
h slab to finished
c. Walls - Gypsum wall board, floor to finish ceiling, painted with low VOC water-based eggshell finis
ceiling. Provide 4' vinyl or rubber base.
and 2" HM
d Door(s) — solid core hardwood veneer door with commercial grade mortise lockset (storeroom function)
frame with welded corners.
or Government
e. Celbnq - 2' x 7 ACT with tegular edges with mineral core and a minimum 25% recycled content
approved equal. Minimum ceiling height is 8'-0.
f. Lighting — fluorescent fixtures providing 30 foot candles at 30' AFF.
g. Electrical. Data. Voice — provide three duplex electrical receptacles,
40. Break Room - approximately 230 square feet - requires:
the building.
a Location — must be centrally located for employees but remotely located away from the public areas of
b. Floor - commercial grade linoleum flooring (such as Marmoleum or equivalent). A decorative pattern including two or
more colors within the regional color palette.
ceiling. It is
c. Walls - Gypsum wall board, painted with low VOC water-based eggshell finish from slab to finished
required that the breakroom be closed off from the adjoining corridor.
mortised passage
d. Door - solid core hardwood veneer door with 24V x 30-H W tempered glass window, commercial
set, 2" KM frame with welded corners and door closer.
tegular edges
e. Ceilinq - may be painted exposed deck (spiral duct is required if the deck is exposed) or 2' x 2' ACT with
height is 8'-
with mineral core and a minimum 25% recycled content or Government approved equal. Minimum ceiling
f. Lighting - fluorescent direct / indirect fixtures providing 30 foot candles at 30' AFF.
g. Electrical. Data. Voice — Provide three duplex electrical receptacles and one wall phone jack. Provide two dedicated
-
duplex electrical receptacles for refrigerators, and two dedicated duplex electrical receptacles for (Government
electrical receptacles for microwave ovens above the counter.
provided) vending machines. Provide two dedicated
Provide two additional duplex electrical receptacles above the counter (GFI as required by code).
h. Plumbing — Provide double basin s/s sink at counter.
steel
i. Milkvork - Provide 12'0" post formed plastic laminate counter with integral back splash with double basin stainless
12' 0' of plastic laminate commercially available base cabinets with
sink and all associated plumbing. Provide
with
concealed hinges and staple pulls. Provide 12' 0' of plastic laminate commercially available wall cabinets
concealed hinges and staple putts.
for this
j. )-IVAC - Independent HVAC zone on thermostat in this room and provide means to ensure negative pressure
Provide filters to remove odors from any air being mixed back into the
room to avoid odors from escaping this room.
supply air for the remainder of the building or exhaust directly to the outside.
overhead freezer)
k. Miscellaneous — Provide two (2) Energy Star rated refrigerators (21 CF each without ice or water with
and two (2) built in microwaves ovens. There will be one appliance for every forty staff employee. The cost of the
through one-time costs. The Lessor is responsible for all
appliances shall be paid by the government
maintenance , service and repairs throughout the term of the lease to ensure the appliances are in operational
condition at all times.
I.
41. Bulk Storage Room - approximately 800 square feet - requires:
a live load of
a Floor — commercial grade opaque sealer on concrete or equal. Floor must be capable of supporting
100 lb* per square foot.
Provide 4'
b. Walls - constructed slab to deck, painted with low VOC water-based eggshell finish slab to finished ceiling.
vinyl or rubber base.
astragal and
c. Door(s) — painted hollow metal double doors with commercial grade mortise lockset (storeroom function),
card
7 HM frame with welded corners. These doors are to be equipped with an electric strike released via proximity
reader.
d. Ceiling — exposed painted deck. Minimum ceiling height is
e. Lighting — fluorescent fixtures providing 50 foot candles at 30' AFF.
one
f. Electrical, Data. Voicq — provide one duplex electrical receptacles for every 15 linear feet of subdividing and
combination datalloice jack.
g. Miscellaneous - approximately NUSF shall be separated with a caged areas for storing files being retired to the
deck and be
USCIS National Records Center. This cage and associated door/gate with lock shall extend from slab to
constructed of chain link fence and metal frame.
42. Conference I Training I Naturalization Ceremony Room — approximately 1200 square feet - requires:
without entering through
a Adiacencv — should have direct access to the Public Lobby (beyond the security check point)
any USCI Office Spaces.
2/1/2011 28
INITIALS:
LESSOR GOVT
EFTA01089859
U.S. Citizenship
Charlotte Amalie/ St. Thomas Office and Immigration
Special Requirements Services
b. Floors - Carpet tile with the following attributes, pattern loop, 100% type 6/6 nylon, 1/10 gauge. 8 stitches per inch, tuft
density 6,000, 20 oz yam weight.
c. Walls — Gypsum wall board constructed slab to deck, STC rating of 45, painted with low VOC water-based eggshell
finish from slab to finished ceiling. Provide 4' vinyl or rubber base.
d. Doors - solid core hardwood veneer doors with direct access to the lobby each equipped with commercial grade
mortise locksets (office function) and 2' HM frame with welded corners. Provide sidelight assembly adjacent to door
(integrated with HM frame).
e. Ceiling — 2' x 2' ACT with legular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 10'-0'. The ceiling may incorporate painted G.W.B. accents at column lines
or other areas to enhance the prominence of this room.
f. Lighting — fluorescent direct / Indirect fixtures providing 30 foot candles at 30' AFF on dimmer switch
g. Electrical. Data. Voice — duplex electrical receptacles and combination data/voice jacks on walls. Provide recessed
floor outlets containing electrical, voice and data. Floor outlets shall be flush with the finished floor and equipped with
removable cover. Outlets above shall be provided at a ratio of one for each 600 square feet. Provide two cable
television outlets in this room. The cable service contract shall be between USCIS and the local cable TV provider.
h. HVAC — independent HVAC zone with thermostat Provide air changes per ASHRAE standards for assembly space.
i. Miscellaneous - Provide wall bracing, brackets, electrical and conduit with wall box and pull string for Government
provided LCD televisions/monitors ( minimum of 2 each) Assume that televisions will weigh approximately 100 lbs (to
include mounting bracket).
43. Guard Room - 60 square feet - requires:
a. Adiacencv - must be located adjacent to the guard station in the Lobby.
b. p!>41- Carpet tile with the following attributes, pattern loop. 100% type 6/6 nylon, 1/10 gauge, 8 stitches per inch, tuft
density 6.000, 20 oz yarn weight.
c. Walls - Gypsum wall board constructed slab to deck, painted with low VOC water-based eggshell finish slab to finished
ceiling. Provide 4' vinyl or rubber base
d. Door — solid core hardwood veneer door with commercial grade mortise lockset (office function) with door closer.
Provide sidelight assembly adjacent to door (integrated with HM frame).
e. Ceiling — 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 8-0'.
f. Lighting — fluorescent direct / indirect fixtures providing 30 foot candles at 30' AFF.
g. Electrical. Data. Voice — as required by the security systems used, to be determined after lease award.
44. Mall Room — approximately 150 square feet each - requires:
a. Location — Must be located on an extenor wall and at a location convenient for mail deliveries.
b. fjQQr — Vinyl composition tile ,marmoleum, or linoleum .
c. Walls — Gypsum wall board, constructed slab to deck painted with low VOC water-based eggshell finish from slab to
finished ceiling. Provide 4' vinyl or rubber base.
d. Door — solid core hardwood veneer door and 2' HM frame (with welded corners) equipped with door closer and a
commercial grade mortise lockset (storeroom function). This door shall be equipped with an electronic strike that is
released by a proximity card reader. Provide wire-glass sidelight assembly adjacent to door (integrated With HM frame).
e. Ceiling - 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 8'-0'.
f. Liohtinq - fluorescent direct / indirect fixtures providing 50 foot candles at 30' AFF.
g. Electrical. Data. Voice — to be determined after lease award. Dedicated electrical service for x-ray machine.
h. )1VAC — separate HVAC system that is totally isolated from the remainder of the building with thermostat in this room.
This room should have negative pressure to ensure air does not escape into adjoining areas. Emergency shutdown
switch will be provided.
45. Remote Wire Closet - (AS NEEDED PER CABLE RUN LENGTH ) X rooms at approximately 80 square feet each -
requires
a Location — as required to keep longest computer cable run to 328 feet from the computer to the termination point in the
LAN Room
b Floor — Commercial grade sealer on exposed concrete.
c. Walls- Gypsum wall board, constructed slab to deck painted with low VOC water-based eggshell finish from slab to
finished ceiling. Provide 4' vinyl or rubber base.
d. Door - solid core hardwood veneer door and 7 HM frame (with welded corners) equipped with door closer and a
commercial grade mortise lockset (storeroom function) and electric strike released via proximity card reader.
e. Ceiling - Exposed painted deck. Every effort shall be made to keep the space free of sprinkler mains, plumbing runs.
Rosh s, kitchens, or other similar spaces shall not be located directly over the Remote Wire Closet.
2/1/2011 29
INITIALS:
LESSOR GOV
EFTA01089860
U.S. Citizenship
Charlotte Amalie/ St. Thomas Office and Immigration
Special Requirements Services
f. Llohtinq - florescent prismatic fixtures providing 50 foot candles at 30*A.F.F.
g. Electrical — The outlets shall have a certified electrical ground compliant with ANSUTIAfElA 607. Dedicated 120 volt, 20
amp outlets at 6'0- ofc around the roan. Provide one, 1-5 twist and lock 20 amp outlet (NEMA 15-20R) on the wall
opposite the door. All electrical receptacles shall be ground with a #5 copper ground. The types and quantity of
electrical receptacles may be updated after lease award during the design phase due to changing technologies.
h. )1VAC — A separate stand alone HVAC unit capable of providing temperatures between 60 degrees and 80 degrees
and a humidity level between 40% and 60%. twenty-four (24) hours per day, seven (7) days a week. The unit shall be
located entirely outside the Remote Wire Closet and ducted in. The unit should be sized to accommodate 32000 BTUs.
The detailed list of equipment to be housed in this room will be provided after lease award and should be used for the
initial planning purposes only.
imn-4 LES R
& C44 •
GOV
2/1/2011 30
EFTA01089861
US. Citizenship
Charlotte Amalie/ St. Thomas Office and Immigration
Special Requirements rc• Services
46. Lobby and Security Screening — approximately 710 square feet (include weather vestibule) - requires:
a. Space Descnoti0n — shall provide a professional open environment for the public providing natural light via clerestory,
skylights or storefront.
b. Floors — Terrazzo, terrazzo tile, or slip resistant porcelain floor tile. Life cycle cost shall be provided for any other
proposed flooring products.
c. Base — Durable material that complements the floor and wall materials.
d. Walls — Gypsum wall board, constructed slab to deck. Finish shall be low maintenance material that will hold up over the
term of the lease. Life cycle cost shall be provided for proposed products.
e. Ceiling - may be painted exposed deck (spiral dud is required if the deck is exposed) or a combination of a high quality
ceiling tile with GWB accents. Exact design shall be approved by the Government.. A ceiling height of 12' is desirable.
f. Lighting — fluorescent direct / indirect fixtures providing 30 foot candles at 30- AFF.
g. JiVAC - Independent HVAC zone with thermostat in this room. Provide air changes per ASHRAE standards for assembly
space.
h. Plumbing — Provide an electric water cooler (this is in addition to the electric water cooler indicated in the Solicitation for
Offers).
i. Doors and Hardware (into other public spaces) - glass double doors with pivot hardware and commercial grade bottom
rail deadlocks. Provide as many sets of doors required by code.
j. Doors and Hardware (into private office scianitsj - solid core hardwood veneer door shall be equipped with commercial
grade mortise lockset (storeroom function), door closer and T HM frame with welded corners. These doors are to be
equipped with an electric strike released via proximity card reader.
k InfoPASS Kiosk — Two InfoPASS (USCIS appointment scheduling) kiosks (provided by the Government) shall be located
before the security screening checkpoint. This will require an electrical receptacle and a data jack for each machine.
I. Miscellaneous —The duress alarm annunciator and the CCTV monitor will be located at the Guard Desk within these
spaces. In larger offices, there may be a need for an additional magnetometer and X-ray machine at a future time. Design
will include this possibility.
m. HOURS OF OPERATION — This room must have services, utilities, etc. on Saturdays to allow the APPLICATION
SUPPORT CENTER to be operational. HVAC zoning should be designed to accommodate Saturday hours
without having large areas of unoccupied space being heated and cooled.
*D. 0 .•••IC .40 , 4 4.40•••••••
116.M. von.AV
SECURilY SCREEMRS STATOR
MX.
PLAN VIEW
*D4u•OLI Va.,* .00,
<
SECURITY SCREENING STAtoN
PIRONT ISZVATIoN arc
47. Employee Rest Room (Men's) - approximately 200 square feet (including required privacy vestibule) - requires:
a. Adjacency - shall be located within the employee work area (bad* of house).
b. Doors - Solid core doors with push / pull hardware, door closers and T HM frames with welded comers
c. Ceiling— Painted GWB ceiling with a minimum ceiling height is 8'-0*
d Walls — Gypsum wall board, constructed slab to deck. STC rating of 45. painted with low VOC water-based eggshell
finish from slab to finished ceiling. with wall tile wainscot to S'-0".
e. Floor - Tile 00r and matching cove base.
f. plumbing two (2) toilet fixtures with ceiling partitions and doors. Each stall must include a coat hook on the inside
face of e door, disposable toilet seat cover dispenser and toilet paper dispenser. One (1) unnal with ceilingNrall
2/1/2011 31
INITIALS:
OR GOVT
EFTA01089862
U.S. Citizenship
Charlotte Amaile/ St. Thomas Office and Immigration
Special Requirements Services
suspended privacy partitions. Water closets shall not be visible when the exterior door is open. Provide grab bars, etc.
in handicapped accessible stall. Approximately Nine (9)) linear feet of solid surface counter with three (3)) lavatories,
soap dispensers and mirrors. Hot water temperature should be set at 105'F, if practical. Provide floor drain. All
fixtures (lavatories, toilets and urinals) shall be operable by motion sensor.
9 Lighting - fluorescent fixtures providing 30 foot candles at 30' AFF.
h Miscellaneous • Energy efficient electric hand dryers.
Note — this restroom is in addition to the visitors' restroom that are included in the Solicitation for Offers.
HOURS OF OPERATION — This room must have services, utilities, etc. on Saturdays to allow the APPLICATION
SUPPORT CENTER to be operational. HVAC zoning should be designed to accommodate Saturday hours
without having large areas of unoccupied space being heated and cooled
48. Employee Rest Room (Women's) - approximately 200 square feet (including required privacy vestibule) - requires:
a Adiacency - shall be located in the employee work area (back of house).
b. Doors - Solid core doors with push I pull hardware, door closers and 2' HM frames with welded corners.
c. Ceiling — Painted GWB ceiling with a STC rating of 45. Minimum ceiling height is 81-0'.
d. Walls — Gypsum wall board constructed slab to deck. STC rating of 45, painted with low VOC water-based eggshell
finish slab to finished ceiling with wall tile wainscot to 5-0'.
e. Floor - Tile floor and matching cove base.
f. Plumbing — three (3) toilet fixtures with ceiling partitions and doors. Each stall must include a coat hook on the inside
face of the door, disposable toilet seat cover dispenser and toilet paper dispenser. Water closets shall not be visible
when the exterior door is open. Provide grab bars, etc. in handicapped accessible stall. Approximately Nine (9) linear
feet of solid surface counter with three (3) lavatories, soap dispensers and mirrors. Hot water temperature should be
set at 105*F, if practical. Provide floor drain. All fixtures (lavatories and toilets) shall be operable by motion sensor.
g. Lighting - fluorescent fixtures providing 30 foot candles at 30' AFF.
h. Miscellaneous - Coin operated sanitary napkin dispenser with waste receptacle for each water closet stall. Energy
efficient electric hand dryers.
i. Note — this restroom Is in addition to the visitors' restroom that Is Included in the Solicitation for Offers.
I. HOURS OF OPERATION — This room must have services, utilities, etc. on Saturdays to allow the APPLICATION
SUPPORT CENTER to be operational. HVAC zoning should be designed to accommodate Saturday hours
without having large areas of unoccupied space being heated and cooled
49. Expressing Room — 64 square feet - requires:
g. Adjacency — Should be located near Break Room and/or Employee Restrooms.
h. Floor — Carpet tile with the following attributes, pattern loop, 100% type 6/6 nylon, 1/10 gauge 8 stitches per inch. tuft
density 6,000. 20 oz yam weight.
i. Walls — Gypsum wall board constructed slab to finished ceiling, painted with low VOC water-based eggshell finish from
slab to finished ceiling. Provide 4" vinyl or rubber base.
j. Door — solid core hardwood veneer door with commercial grade mortise lockset (office function) and 2' HM frame with
welded corners.
k. Ceiling — 2' x 2' ACT with tegular edges or Government approved equal. Minimum ceiling height is W-0'.
I. Lighting - fluorescent direct / indirect fixtures providing 30 foot candles at 30' AFF.
m. Electncal. Data. Voice — four duplex electrical receptacles and one voice jack on wall for wall mounted phone. One
duplex electrical receptacle mounted at counter top level.
n. Miscellaneous — counter (approximately 4 foot length) with cabinets
50. Corridors and other circulation spaces — requires:
a. Floor — Carpet tile with the following attnbutes, pattern loop, 100% type 6/6 nylon. 1/10 gauge, 8 stitches per inch. tuft
density 6,000. 20 oz yarn weight
b. Walls — Gypsum wall board, constructed slab to deck, painted with low VOC water-based eggshell finish slab to finished
ceiling. Provide 4' vinyl or rubber base.
c. Ceiling - 7 x ACT with tegular edges or Government approved equal. Minimum ceiling height is 8*-0'.
d. Clearance — minimum clearance of 510', however the corridors must be 6-0'W in the Immigration Services Officers
area.
e Lighting — fluorescent direct / indirect fixtures providing 20 foot candles at 30' AFF.
I Miscellaneous — employee entrance(s) shall include a weather vestibule.
g. HOURS OF OPERATION — Corridors and other circulation spaces accessing the Application Support Center,
Employee Restrooms and Break Room must have services, utilities, etc. on Saturdays to allow the
APPLICATION SUPPORT CENTER to be operational. HVAC zoning should be designed to accommodate
Saturday ours without having large areas of unoccupied space being heated and cooled
2/1/2011 32
INITIALS:
SOR GOVT
EFTA01089863
. U.S. Citizenship
Charlotte Amalie/ St. Thomas Office 1, . and Immigration
Special Requirements -, Services
APPLICATION SUPPORT CENTER
51. ASC Manager — 150 square foot private office- requires:
a. Adjacency — Office will be located adjacent to the ASC waiting area
b. Floor — Carpet tile with the following attributes, pattern loop, 100% type 6/6 nylon, 1/10 gauge, 8 stitches per inch, tuft
density 6,000, 20 oz yarn weight
c. Walls — Gypsum wall board constructed slab to deck, STC rating of 45, painted with low VOC water-based eggshell
finish from slab to finished ceiling. Provide 4' vinyl or rubber base. Provide 4'x4' view window into ASC waiting room.
d. Door - solid core hardwood veneer door with commercial grade mortise lockset (office function) and 2' HM frame with
welded corners. Provide sidelight adjacent to door (integrated with HM frame).
e. Ceiling — 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is EE-0".
f. Liohtinq — fluorescent direct indirect fixtures providing 30 foot candles at 30' AFF.
g. electrical. Data. Voice — four duplex electrical receptacles and one combination data/voice jack on walls.
52. Contractor Site Supervisor — 150 square foot private office - requires:j
a. Adiacency - Should have visibility into the ASC Equipment Area.
b. Floor - Carpet tile with the following attributes, pattern loop, 100% type 6/6 nylon, 1/10 gauge, 8 stitches per inch, tuft
density 6,000, 20 oz yam weight.
c. Walls — Gypsum wall board constructed slab to deck, STC rating of 45, painted with low VOC water-based eggshell
finish from slab to finished ceiling. Provide 4' vinyl or rubber base. Provide 4'x4' view window ito ASC equipment area
d. Door — solid core hardwood veneer door with commercial grade mortise lockset (office function) and 2' HM frame with
welded corners. Provide sidelight adjacent to door (integrated with HM frame).
e. Ceiling — 2' x 2' ACT with tegular edges or Government approved equal. Minimum ceiling height is 8'-0'.
f. Lighting — fluorescent direct / indirect fixtures providing 30 foot candles at 30' AFF.
g. Electrical. Data. Voice - four duplex electrical receptacles and one combination datalloice lath on walls.
53. ASC Copier Room - 60 square feet — requires:
a. Floor — vinyl composition tile, marmoleum, or linoleum
b. Walls — Gypsum wall board painted with low VOC water-based eggshell finish from slab to finished ceiling. Provide 4"
vinyl or rubber base.
c. Door — no door is required (provide 2" HM frame opening with welded corners).
d. Ceiling - 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 8.-0'.
e. Lighting - fluorescent direct / indirect or parabolic fixtures providing 50 foot candles at 30' AFF.
f. Electrical Data. Voice — dedicated duplex electrical receptacle and data/voice jack for Copier. Two duplex electrical
outlets and one datalloice jack at counter height.
54. ASC Supply Room - approximately 150 square feet - requires:
a. Adjacency — Part of Application Support Center.
b. Floor — vinyl composition tile, marmoleum, or linoleum. Floor must be capable of supporting a live load of 100 lbs
per square toot.
c. Walls - Gypsum wall board, painted with low VOC water-based eggshell finish from slab to finished ceiling. Provide 4'
vinyl or rubber base.
d. Door — solid core hardwood veneer door with commercial grade mortise lockset (classroom function) 2' HM frame with
welded corners.
e. Ceiling - 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Minimum ceiling height is 81-0'.
f. Lighting — fluorescent direct / Indirect or parabolic fixtures providing 50 foot candles at 30' AFF.
g. Electncal, Data, Voice - provide two duplex electrical receptacles and one combination data/voice jack.
...>sci_
2/1/2011 33
INITIALS & 0)) .
LE OR GOVT
EFTA01089864
US Citizenship
Charlotte Amadei St. Thomas Office . and Immigration
Special Requirements %;;;_.-.1; Services
55. ASC Equipment Area - approximately 400 Ile sal math lit:Weapon suP
square feet - requires: •11•1x aardithirvitle
a. Adiacency — Must be located with direct
Off One Pans
access to the ASC Waiting Room.
b Floors — commercial recycled rubber
flooring at least 4mm (such as
Ecosurfaces or equivalent) or other
resilient flooring material. Life cycle cost
shall be provided for all proposed
products.
c. ease — durable material that
matches/otimplements the floor and wall Fro* Elevate,
materials.
d. Walls — Gypsum wall board painted with
low VOC water-based eggshell finish
from slab to finished ceiling. All outside
corners shall be equipped with corner \-66141 wall • ate mood MOM .01,
41up: rotaher-des
guards. Walls will be painted with an off- aria add -.I
white paint. boa/stake.
e. Ceiling — 2' x 2' ACT with tegular edges
with mineral core and a minimum 25% O M.J.Faf,I
or Government wal amt..
recycled content
• 4)
approved equal. Minimum ceiling height
is
8'-0'.
f. Liohtinq — fluorescent direct / indirect ? 8 A•
fixtures providing 30 foot candles at
30"AFF. Plan View
9- Flectrical Data, and Voice - dedicated
duplex electncal receptacles,
combination datalloice receptacles Pual Eop pment 5taton
(note: two per dual equipment station).
h. HVAC - size to accommodate heat
generation (to be determined at lease
award) of equipment and assigned staff.
r. Dual Equipment Stations — Two (2) dual
equipment stations are required as
depicted above. The 66" high wall is to
be painted off-white. ProVide corner
guards on all outside corners.
56. ASC Waiting Room - approximately 95 square feet - requires:
a. /Macerm( - must be located with direct access to the Public LobbyQ
b. Space Descriobon - shall provide a professional open environment for the public with natural light via clerestory,
skylights or storefront glazing system.
c. Floors — commercial recycled rubber flooring at least 4mm (such as Ecosurfaces or equivalent) or other resilient flooring
material. Life cycle cost shall be provided for all proposed products.
d. Walls — constructed slab to deck, painted with low VOC water-based eggshell finish slab to finished ceiling.
e. Doors and Hardware (into lobby space' - glass double doors with pivot hardware and commercial grade bottom rail
deadlocks. Provide as many sets of doors required by code.
f. poors and Hardware (into office space) — solid core hardwood veneer door(s) entering into the open office area beyond
shall be equipped with commercial grade mortise lockset (storeroom funcbon), door closer and 2' HM frame with
welded corners. These doors are to be equipped with an electric stnke released via proximity card reader.
g. Ceiling — 2' x 2' ACT with tegular edges with mineral core and a minimum 25% recycled content or Government
approved equal. Suggested ceiling height of 12'.
h. Lighting— fluorescent direct / indirect lighting providing 30 foot candles at 30' AFF.
i. electrical. Data, Voice — as required by code
j. HVAC - independent HVAC zone with thermostat in this room. Provide air changes per ASHRAE standards for
assembly space.
2/1/2011 34
INITIAL &
LESSOR
EFTA01089865
Charlotte Amaile/ St. Thomas Office
Special Requirements tj.c
U.S. Citizenship
and Immigration
Services
k. Miscellaneous - provide wall bracing, brackets, electrical and conduit with wall box and pull string for Government
provided LCD televisions/monitors (assume that televisions will weigh approximately 100 lbs (to include mounting
bracket)and that there will be one location for every 500 square feet).
END
1(4_
2/1/2011 35
INITIALS. &
SSOR
EFTA01089866
Charlotte Amalie/ St. Thomas Office
Special Requirements
DISTRICT OFFICE AND FIELD OFFICE SPECIAL REQUIREMENTS
CHANGE FORM
To: Chief, Project Management Branch
Office of Administration
U. S. Citizenship and Immigration Services
70 Kimball Ave.
South Burlington, VT 05403
Or FAX 802 951 6436
From: ; Organization:
Phone: ; Fax:
In re USCIS Project location:
eldnytt Rewmmanddttun.
Page: Section:
Recommended Change:
Change Reviewed by:
Date:
Requested Change: • Accepted • Rejected
Reason:
2/1/2011 36
INITIALS
S: & CA
LESSO GOVT
EFTA01089867
U.S. Citizenship
and Immigration
Services
Computer and Telephone Room Standards
Office of Information Technology
in collaboration with
Office of Facilities and Space Management
September 2007
Lars
Lessor Gov't
EFTA01089868
US Cititenship and Immigration Services
1.0 INTRODUCTION 3
1.1 Purpose 3
1.2 Background 3
13 Scope 3
1.3.1 Documentation 3
2.0 GENERAL NOTES: 4
2.1 Disconnect and Movement of Equipment 4
2.2 Cable Installation 4
2.3 Authority to have Telephones 4
2.4 Shared Computer and Telephone Rooms 4
2.5 Fire Suppression System 4
2.6 Sustainability 4
2.7 Disposal of Equipment 5
2.8 Security 5
3.0 COMPUTER/TELEPHONE ROOM 5
3.1 Walls S
3.2 Ceiling 5
3.3 Floor 5
3.4 Doors and Hardware S
3.5 HVAC 6
3.6 Electrical 6
4.0 COMPUTER STAGING ROOM 8
4.1 Walls 8
4.2 Ceiling 8
4.3 Floor 8
4.4 Doors and Hardware 8
4.5 HVAC 8
4.6 Electrical 8
5.0 WIRE CLOSETS 8
5.1 Walls 8
5.2 Ceiling 8
53 Floor 9
5.4 Doors and Hardware 9
5.5 HVAC 9
5.6 Electrical 9
6.0 CONFERENCE TRAINING ROOM and COMPUTER TRAINING ROOM 9
6.1 Walls 9
6.2 Ceiling 9
6.3 Floor 9
6.4 Doors and Hardware 10
6.5 HVAC 10
6.6 Electrical 10
7.0 MISCELANEOUS ITEMS 10
7.1 Emergency Generator 10
7.2 Intrusion Alarm System 10
7.3 Proximity Card Access 11
7.4 Uninterrupted Power Supply System 11
9/I 3/2007 2 USCIS Computer and Telephone
Room Standard
Version 1.2
Initials. 8
L or Jtkr—
EFTA01089869
US Citizenship and Immigration Services
8.0 EXECUTION FLOW CHART 12
1.0 INTRODUCTION
1.1 Purpose
The Citizenship and Immigration Services (USCIS) FSC Office of Facilities and Space Management
has prepared this document with the specific purpose of setting standards for Computer and
Telephone Rooms and Equipment. This document will be used to provide the following:
• Facilitate die planning and installation of Computer and Telephone Rooms and Equipment.
• To ensure uniformity of Computer/Telephone Rooms and Equipment in all USCIS facilities.
The primary focus of this document is to define the standards for space, materials, infrastructure,
design and installation for USCIS facilities. For questions or comments regarding this document,
contact the USCIS Field Support Center Chief, Facilities and Space Management at (802) 872.4114.
1.2 Background
United States Citizenship and Immigration Services (USCIS) is a component of the U.S. Department
of Homeland Security (DHS). The mission USCIS is to secure America's promise as a nation of
immigrants by providing accurate and useful information to our customers, granting immigration
and citizenship benefits, promoting an awareness and understanding of citizenship, and ensuring
the integrity of our immigration system. Because of increasing demands on Service resources,
USCIS personnel must be able to share information rapidly and efficiently in order to succeed in
fulfilling the Service mission.
1.3 Scope
1.3.1 Documentation
This document is intended to address the following responsibilities and specifications for
all USCIS Computer and Telephone Rooms and Equipment:
• Movement of Equipment.
• Installation of Cabling.
• Distribution of Telephones.
• Size of Rooms.
• Finishes for Rooms.
• Utilities for Rooms.
9113/2007 3 USCIS Computer and Telephone
Room Standard
Version 1.2
Men;
EFTA01089870
US Comenship and Immigration Services
2.0 GENERAL NOTES:
2.1 Disconnect and Movement of Equipment
Following the disconnect of die equipment by the CIS/ICE IT staff, Desktop units can be moved by
GSA's contract mover. The funding to accomplish this will be provided through die project RWA.
Movement of any existing OS computer room equipment will be coordinated by die HQ Os
Telecommunication's Coordinator and will be funded by HQ separate from other project funds.
The CIS contact for IT related issues is:
Office of Information Technology
Chief - IT Provisioning Branch
Service Delivery Division
70 Kimball Ave.. South Burlington, Vermont 05403
PH (802) 660- IIII, Fax (802) 660-5166
2.2 Cable Installation
The Office of Information Technology (O1T) will need to decide if the Lessor's electrician is
allowed to install the phone and data cable as part of the construction contract. This will be
determined on a case -by-case basis and when approved, must be installed in accordance with the
CIS Structured Cable Plant Standard.
All CIS facilities will contain 3 CAT 6 cables per drop at each workstation in accordance with OS
Structured Cable Plant Standard.
2.3 Authority to have Telephones
The Director of the field office being constructed will decide which workstations will receive
telephones. This coordination will occur when the OS Telecommunications project manager
develops the scope of work with the field office.
2.4 Shared Computer and Telephone Rooms
CIS and other DFIS entities will have separate phone switches and servers although they will be
allowed to collocate within a shared Computer/Telephone Room at collocated sites when
applicable.
2.5 Fire Suppression System
Standard fire suppression systems shall be installed for computer rooms located in buildings that
are required to have sprinkler systems by code. Sprinkler heads within the computer room shall be
on their own zone and not "daisy chained" to other heads in the system. Additionally, type ABC
fire extinguishers will be required adjacent to each door entering this room. Extinguishers shall be
non-corrosive such as Ansul Clean Guard with Dupont FE-36 or equal.
2.6 Sustainability
Due to GSA's requirement to strive for LEED Silver certification at our facilities, every effort shall be
taken to reduce energy consumption. Therefore, it is recommended that energy saving products
such as flat screen monitors be utilized when ever possible. The following Executive Orders
pertain to this section 13101, 13123 and 13148 as well as GSA's Facility Standards for the Public
Buildings Service P-I00.
9/13/2007 4 USCIS Computer and Telephone
Room Standard
Version 1.2
Initials.
830f d ial L
EFTA01089871
US Crumnshm and Inumgrabon Scmcm
2.7 Disposal of Equipment
The CIS or ICE IT/Telecommunications group will be responsible for the disposal/excising of the
old phone systems and computer room equipment removed or they will find a new location where
that equipment can he reused.
2.8 Security
All rooms should comply with die computer security code and regulations.
3.0 COMPUTER/TELEPHONE ROOM
The minimum size of the Computer/Telephone Room shall be I SO square feet. The exact size
shall be determined by the OIT based upon die exact size and amount of equipment that will be
placed within the room.
3.1 Walls
• Painted slab to slab partitions with STC rating of 45.
• A minimum of one wall shall be covered from floor to ceiling with 3/4-inclt thick A/C
plywood. If required by code, plywood shall be pre-treated; fire rated or painted with fire
retardant paint. This plywood will be used as die backboard for mounting the phone
equipment: telecommunication cross connects blocks and die security system.
3.2 Ceiling
• 2'-0" x 2'-0" Acoustical Ceiling Tile (ACT) with regular edges located a minimum of 9'-
0" above finished floor/above raised computer floor. Every effort shall be made to keep
the space above die ceiling free from sprinkler mains, plumbing runs and building HVAC
ductwork and equipment. Restrooms. Kitchens or other similar spaces shall not be located
directly over the computer room.
3.3 Floor
• Grounded, static dissipative It" x 12" x 1/8" Vinyl Composition Tile (VCT). Floor shall
be rated to support 100 pounds per square foot.
• If a raised computer floor is used, the Lessor shall provide and install a grounded, static
dissipative raised computer floor. The distance between the raised computer floor and the
finished ceiling should never be less than 9'-O" and shall include all ramps and railings
required by code. Only air-conditioning and electrical supply cables will utilize the
raised floor for distribution. All data and phone cabling will be run overhead.
3.4 Doors and Hardware
• The door to this room shall be V by 7' solid core hardwood veneer and will require
commercial grade mortised door hardware (storeroom function), door closer and
proximity card reader with electric strike (small projects may allow pushbutton
combination/cipher locks if approved by the CIS project manager).
• Building standard 18" wide by 84" high, /14" tempered glass sidelight will be required
with 2" welded frame integral with the doorframe.
9/I32007 5 USCIS Computer and Telephone
Room Standard
Version 1.2
Initials'
ss r ata
EFTA01089872
US Cavenslop and Immigration Setvices
3.5 HVAC
• A separate stand alone HVAC unit, capable of providing temperatures of between 60
degrees and 80 degrees, and a humidity level of between 40% and 60% 24 hours a day
seven days a week. This unit shall be located entirely outside the computer room and
ducted in unless it is determined that a raised computer floor will be used. Under-floor
ducting will then be required and the unit can be located inside the room. The unit shall
be sized to allow for an increase of S0% cooling in order to accommodate equipment that
may be added in the future. When a raised computer floor is required by CIS the HVAC
shall be ducted through the floor and will need to be powered by die emergency
generator.
3.6 Electrical
• Independent electrical panels shall be located in this room to control all power and lighting
in this room. The preferred panel locations are behind the entry door to this room when
the door is open (power panel, this room, shall provide an additional 20% spare capacity).
• All electrical outlets in the Computer/Telephone Room that are to be used for computer
equipment only shall be grounded with a #6 copper ground and be orange in color. If a
raised floor is utilized these outlets will be located on 10 foot flexible conduit "whips"
under the raised floor. 6 outlets shall be provided for every ISO square feet.
• Four standard duplex electrical outlets for every ISO square feet will be required for
maintenance equipment and printers (one on each wall of the room).
• Two. L-5 twist & lock 110 Volt, 20 amp outlets (NEMA LS-20R) and two, L-6 twist & lock
220 volt, 30 Amp outlets (NEMA L6-30R) for every rack in the room shall be provided
above the drop ceiling on a 10 foot whip. Outlets in ceiling should be placed 6 feet away
from any wall. These outlets shall also be grounded with a #6 copper ground.
• One dedicated quadplex outlet shall be installed on the wall adjacent to the telephone
switch location.
• Equipment in this room will be powered through as provided plug in surge protection
battery backup units unless it is determined by CIS that a stand-alone UPS system and an
emergency generator are required (dependent upon amount of equipment). If required.
stand-alone UPS (20 minute capacity) and an emergency generator will be provided,
installed and maintained at the Lessor's expense and will be included in the rental
consideration. UPS & emergency generator will need to accommodate all electrical outlets
in this room. The lighting will only require the emergency generator. Both UPS and
emergency generator must be located in a private room with its own dedicated HVAC that
is separate from the computer room. HVAC for the UPS/Emergency Generator Room
should provide cooling 24 hours a day 7 days a week.
• Transient Voltage Surge Protection (TVSS) will be required and must be located next to the
building supply transformer. The Lessor shall be responsible for replacement of MX
modules when a failure occurs and the system indicates the module is defective. U.S.
Government "IT" staff will periodically inspect LED indicator lights and contact
GSA/Lessor when LED indicators show replacement is necessary. The Lessor shall be
responsible for providing, installing and maintaining this system and will include any costs
for this system in the rental consideration.
• Audible/visual alarms located outside this room are required for heat, moisture and smoke
sensors inside the room. The heat and moisture detectors will be on a dialer separate from
the building fire alarm system and will need to notify an employee designated by the
9/13/2007 6 USCIS Computer and Telephone
Room Standard
Vernon I 2
Initials:
essor G
EFTA01089873
US Citizenship and Immigration Services
Director of this office. If a raised computer floor is used, detectors must be installed
above/below the floor. The dialer will be tied into the CIS PBX.
• Udder racks are required and should be utilized for all data and telephone able runs. The
Lessor shall have the A&E firm show the cable tray location on the electrical drawings.
Basket tray will be installed on each floor radiating in a star like fashion from each MDF or
RWC. The use of basket tray will terminate at a point where it no longer remains cost
effective to use for the amount of wires remaining. At this point J-hooks are an acceptable
alternative to complete the remaining distance to the workstation.
• An emergency "KILL" switch is required adjacent to all doors exiting this room. This
system shall be designed to shut down all computer equipment power to this room.
• Type ABC fire extinguishers (trash, paper, wood, liquids, grease, and electrical equipment)
shall be located next to each door in this room. They shall be non-corrosive Ansul Clean
Guard with Dupont FE-36 or equal.
• The Telephone Switch, Proximity Card Access System. Perimeter Security System, along
with a patch panel for the LAN system will all be located within this room.
• Lighting for this room shall be direct/indirect lighting with SO foot candles at 3'-0" above
finished floor.
Typical Equipment Located in Computer Room:
Watts Amps BTUs
Rix Description alai (Eachl Each
2 File Server(s) 900 7.5 3,075
2 Monitor(s) 216 1.8 735
1 CISCO Switch 2,160 18 7,372
I Modem 24 1.14 80
I DATA PC & Monitor 660 5.5 2.255
1 CISCO Router 600 5 2,048
2 DSU/CSU Verilink 120 I.0 410
6 Portable UPS Units 1,440 12 4,915
1 Telephone Switch with PC & Monitor 900 5.5 3,500
1 Voice Mail System with PC & Monitor 900 7.3 3,500
1 Card Access System with PC & Monitor • *
1 Security System with PC & Monitor • *
2 laser Printers 1,200 (no UPS) 10 (no UPS) 4,096
* Lessor shall determine requirements
9/13/2007 7 USCIS Computer and Telephone
Room Standard
Version 1.2
-4
Lessor
EFTA01089874
US Cm/unship and Immigration Semlets
4.0 COMPUTER STAGING ROOM
The minimum size of the Computer Staging Room shall be ISO square feet. The exact size shall he
determined by the off based upon the need of the office where it will be located.
4.1 Walls
• Painted slab to slab partitions.
4.2 Ceiling
• 2'-0" x 2'-0" Acoustical Ceiling Tile (ACT) with regular edges located a minimum of 9'
0" above finished floor.
4.3 Floor
• Grounded, static dissipative 12" x 12" x 1/8" Vinyl Composition Tile (VCT).
4.4 Doors and Hardware
• The door to this room shall be 3' by 7' solid core hardwood veneer and will require
commercial grade mortised door hardware (storeroom function) and a door closer.
4.5 HVAC
• Building standard IIVAC will be required for this room.
4.6 Electrical
• Lighting for this room shall be direct/indirect lighting with 50 foot candles at 3'-0" above
finished floor.
5.0 WIRE CLOSETS
The minimum size of a Wire Closet shall be 80 square feet. These rooms will only be required if
the total cable runs between desktop computers and the Computer Room exceeds 328 feet (100
meters).
5.1 Walls
• Painted slab to slab partitions.
• Two walls shall be covered with'/." A/C plywood for the entire width of those walls. The
top of the plywood shall be installed at 7'-0" above finished floor with the bottom at 3'-
0". Plywood shall be fire rated or painted with fire retardant paint as required by code.
S.2 Ceiling
• V-0" x 2*-0" Acoustical Ceiling Tile (ACT) with regular edges located a minimum of 9'-
0" above finished floor. Every effort shall be made to keep the space above the ceiling free
from sprinkler mains, plumbing runs and building HVAC ductwork and equipment.
Restrooms, Kitchens or other similar spaces shall not be located directly over the wire
closets. Cable tray will terminate in these rooms above the ceiling.
9/13/2007 8 USCIS Computer and Telephone
Room Standard
Version I 2
0
r
EFTA01089875
US Citizenship and Immigration Services
5.3 Floor
• Grounded, static dissipative 12" x 12" x I /8" Vinyl Composition Tile (VCT).
5.4 Doors and Hardware
• Each wire closet shall be 3' by 7' solid core, hardwood veneer and be equipped with non-
removable pin hinges that open out of the room. Door hardware shall be commercial
grade mortised lockset (storeroom function) and include a door closer.
53 HVAC
• Shall operate 24 hours a day, seven days per week. This unit(s) shall be located totally
outside the Wire Closet(s) and ducted in.
5.6 Electrical
• Fluorescent light fixtures with acrylic lenses may be utilized in this room. The lighting
level shall be 50 foot candles at 3'-0" above finished floor.
• Dedicated 120v, 20 amp outlets shall be provided at 6'-0" on center around the room and
18" above finished floor. Outlets shall have certified electrical ground compliant with
ANSI/TIA/EIA 607.
• One, L-5 twist and lock 20 amp outlet (L5-20R) shall be provided above the drop ceiling
on a 10 foot whip for every rack identified. Outlets in ceiling should be placed 6 feet
away from any wall and 12 feet away from and other LS-20R where applicable. These
outlets shall also be grounded with a #6 copper ground.
• This outlet shall be grounded with a number 6 copper ground and be located on the wall
behind the data rack.
6.0 CONFERENCE TRAINING ROOM and COMPUTER TRAINING ROOM
The minimum size of either room shall be 300 square feet.
6.1 Walls
• Painted slab to slab partitions with a STC rating of 4S.
• Provide all walls with fabric covered tackable wall surface with top at 7 1-0" above finished
floor and the bottom at 2'-8" above finished floor.
• A hardwood chair rail, to match the door veneer, shall be installed with the top at 2'-8"
above finished floor.
6.2 Ceiling
• 2' x 2' Acoustical Ceiling Tile (ACT) with regular edge located a min. of 9'-0" AFF.
6.3 Floor
• 28-ounce carpet.
9/13/2007 9 USCIS Computer and Telephone
Room Standard
Version 1.2
Initials b
Gov
EFTA01089876
US Citizenship and Immigration Services
6.4 Doors and Hardware
• The door(s) to this room shall be 3' by solid core hardwood veneer and will require
commercial grade mortised door hardware (classroom function).
• Building standard 18" wide by 84" high, /14" tempered glass sidelight(s) will be required
with 2" welded frame integral with the doorframe.
6.5 HVAC
• Separately zoned HVAC on thermostat in this room.
6.6 Electrical
• Recessed, glass beaded, electronically operated projection screen recessed in the ceiling.
The size shall be determined by the manufacturer's recommendation for the size room
where it is being installed.
• Lighting for this room shall be direct/indirect lighting with 35 foot candles at 3'-0" above
finished floor. Fixtures to be installed on dimmer control.
• Electrical. Data and Phone outlets every 5'-0" and 6 flush floor outlets with Electrical, Data
and Phone. Install proper number of electrical circuits to allow computer training to occur
without tripping breakers.
7.0 MISCELANEOUS ITEMS
7.1 Emergency Generator
(Determined by government IT group)
• This equipment shall provide the computer room identified above with electrical power in
the event of an electrical service interruption. The system shall include an enclosed
concrete vault or pad, transfer switch and automatic time for weekly start-up and transfer
of load. When available, the generator shall utilize natural gas when service is available. If
the area in not served by a natural gas company, the system shall also include a fuel tank
and the Lessor will be responsible for the cost of refueling the tank on a regular basis. The
Lessor is also responsible for maintenance to insure the generator is in operational
condition at all times. TVSS will be required on output as there is a tremendous power
spike when the generator energizes.
7.2 Intrusion Alarm System
• Required for monitoring all exterior windows and doors after hours. System shall
be provided with an uninterrupted power source, be tied into the local police
department or the Federal Protective Service (at the Government's option) and it
shall be equipped with an audible alarm outside the building. All alarm lines shall
be in conduit from the alarm box to the telephone junction box. The system shall
be equipped with high security line protection and be zoned to provide continuous
protection. The Lessor will be responsible for the maintenance of this system and
any monitoring fees. The Lessor is also responsible for providing security that
prevents unauthorized entry to the leased space during non-duty hours. A
monitoring company shall be notified telephonically and via radio transmitter if
the alarm system detects unauthorized entry. The system shall include all
9/13/2007 10 USC1S Computer and Telephone
Room Standard
Version 1.2
or Gov't
EFTA01089877
US Ciotenshm and Introit:tattoo Stryurcs
computer hardware, software and printers. The alarm shall remain active form
5:30 PM through 6:45 am Monday through Friday and from 5:30 p.m. Friday
through 6:45 am Monday. It shall be active 24 hours a day on Federal holidays.
When alerted, the monitoring company shall either notify local law enforcement
officials immediately or dispatch a response person/team immediately. The
response person/team must be at the CIS site within ten minutes, and posses the
capabilities and training to detain any person illegally entering the CIS facility.
7.3 Proximity Card Access
• Required on selected doors indicated on the CIS design intent drawings (MIN). These
doors will also be equipped with electric strikes and mortised storeroom function door
hardware. Interior proximity card readers shall be compact and low profile in design.
Exterior proximity card readers shall be weather and vandal resistant. Provide a minimum
of 50 programmable proximity cards. The system shall be located in the computer room
and be powered by UPS (and emergency generator if provided) in the event of a loss of
building power. Provide computer, monitor, printer and all necessary hardware and
software for a compete installation. Doors equipped with this system shall be fail/secure.
7.4 Uninterrupted Power Supply System
(determined by government IT group)
• The system shall provide sufficient back up power (20 minute, minimum) until the
emergency generator is supplying sufficient power (if required by CIS). All equipment
within the computer room will need to powered by the UPS including the phone switch,
security system/equipment. electronic door locks, alarms, card access system and any
cameras that may be installed. The Lessor is responsible for all preventative maintenance to
ensure the UPS is in operational condition at all times. The UPS shall be sized to provide
20% spare capacity in order to accommodate any future equipment added to this room
9/13/2007 11 USC1S Computer and Telcpbone
Room Standard
Version 1.2
ins
EFTA01089878
US Cilitenship and Immigration Services
8.0 EXECUTION FLOW CHART
FSC Project Manager is assigned to project
by the Chief. Field Support Center.
Facilities and Space Management
FSC PM prepares Draft SAS that is based on staffing levels obtained
from Field and Mission Support Offices and then obtains their
concurrence
FSC PM distributes SAS to die
Branch Chief,
IT Provisioning Branch
fT Provisioning Branch Chief assigns
project to IT PM
IT PM compiles a its ores wing and FSCFAC PM includes the information
proposed in the Specific Room Requirements
new equipment. including sues. BTU output document and forwards the document
and power requirements and provides that to the General Services Administration.
information to the FSCFAC PM.
Following award by GSA. FSCFAC PM
develops/
coordinates development of the Design Intent
IT PM meets with Field Office to develop all Drawings. Once approved. FSCFAC PM
Data and Telephone requirements. including forwards the DILYs to the FT PM.
equipment layouts and power needs for all IT
related spaces. IT PM forwards that
information to the FSCFAC PM. FSCFAC PM includes the information
in the Din and forwards that
information to GSA.
Depending on where the funding resides, the
IT PM either develops the GS IC, required
and orders the equipment through
HQ/FSCFAC or provides the information to GSA provides
GSA's ITS who will place the orders information to
developer and
construction
commences.
fT PM develops all GS I F's required fT PM develops specifications to provide "turn-
to provide "turn-key" Data and key"
Telephone Systems. including all Data and Telephone Systems, including all lines.
lines. equipment and Labor needed equipment and labor needed for a complete CONSTRUCTION
for a complete installation. However. Installation and coordinates with the FTS office COMPLETE
cabling for both data and telephone to ensure all items are complete. I lowever.
will be included by GSA in the cabling for both data and telephone will be
construction portion of the project included by GSA in the construction ponion
of the FAC project
FSCFAC PM and IT PM communicate
throughout the protect to ensure all
issues are coordinated and everyone is
up to date on schedule change.
9 11?007 12 USCIS Computer and Telephone
Room Slandird
Version 1.2
Sap__
Lessor
EFTA01089879
vLITtf„.
„\- -e 9, U.S. Citizenship
o. and Immigration
Services
Structured Cable Plant Standard
Office of Information Technology
in collaboration with
Office of Facilities and Space Management
September 2007
EFTA01089880
US Citizenship and Immigration Services
1.0 INTRODUCTION 5
1.1 Purpose 5
1.2 Background 5
1.3 Scope 6
1.3.1 System 6
1.3.2 Documentation 6
2.0 NETWORK CABLE PLANT OBJECTIVES 6
3.0 STRUCTURED CABLE PLANT DESIGN 7
3.1 Structured Cable Plant Approach 7
3.2 Horizontal Workstation Cabling 7
3.3 Workstation Outlets IO
3.4 Backbone Cabling 12
4.0 SPECIFICATIONS 14
4.1 Horizontal Cables 14
Exceptions: IS
4.2 Information Management Outlets 16
4.3 Backbone Cabling 16
4.3.1 Infra-Building Fiber Optics 16
4.3.1.1 Multi-Mode Fiber Optics 16
4.3.1.2 Single-Mode Fiber Optics 17
4.3.2 Inter-Building Fiber Optics 17
4.3.2.1 Multi-Mode Fiber Optics 17
4.4 Patch Cables (Workstation and Patch Panel) 17
4.5 Patch Panels 18
4.6 Equipment Racks 18
4.7 Cabinets and Swing Gates 19
5.0 COPPER CABLE INSTALLATION SPECIFICATIONS 20
5.1 Horizontal Cables 20
5.2 Patch Cables (Workstation) 21
5.3 Patch Cables (Panel) 21
5.4 Copper Cable Termination 21
6.0 INSTALLATION OF OPTICAL FIBER CABLES AND CONNECTORS 22
6.1 Fiber Horizontal Workstation Cable 22
6.2 Backbone Fiber Cable 22
6.3 Optical Fiber Cable Jacket 23
6.4 Optical Fiber Connector 23
6.5 Optical Fiber Cable Termination 23
7.0 FACEPLATE CONFIGURATION 23
8.0 PATCH PANELS 24
8.1 Copper Patch Panels 24
8.2 Fiber Optic Patch Panels 24
9.0 EQUIPMENT RACK 25
10.0 GROUNDING 29
11.0 Ladder Rack, CABLE TRAY AND FASTENERS 30
9/1312007 2 USC1S Structured Cabk Plant Standard
Version 1.2
Indlals: t
Lessor
EFTA01089881
US Cnitenship and Immigration Services
12.0 ADMINISTRATION AND LABELING CONVENTIONS 30
12.1 Building Designation 30
12.1.1 Floor 30
12.1.2 Wiring Closets 30
12.1.3 Cable Numbers 30
12.2 Information Management Outlet 31
12.3 Intra and Inter-Building Backbone Cables 31
13.0 TEST AND DOCUMENTATION PROCEDURES 31
13.1 Testing ofInstalled Copper Cable 32
13.2 Testing of Optical Fiber Cables 32
14.0 BUILDING PATHWAYS, CONDUIT, AND CLOSETS 33
14.1 Closet Specifications (MDF and RWC) 33
14.1.1 General Requirements 34
14.1.2 Environmental 34
14.1.3 Construction 34
14.2 Conduits 35
15.0 DOCUMENTATION 36
15.1 Letter of Certification 36
15.2 Implementation Report 36
15.3 Detailed Materials List 37
15.4 Cable Plant Test Certification Letter 37
15.5 Copper Cable Test Results 37
15.6 Fiber-optic backbone Cable Test Results 37
ATTACHMENT A—GLOSSARY
ATTACHMENT B-SAMPLE LETTER OF CERTIFICATION
ATTACHMENT C-SAMPLE CONTRACTOR INFORMATION FORM
ATTACHMENT D-SAMPLE IMPLEMENTATION REPORT
ATTACHMENT E-SAMPLE DETAILED MATERIALS LIST
ATTACHMENT F-SAMPLE CABLE TEST CERTIFICATION LETTER
ATTACHMENT C-SAMPLE COPPER CABLE DOCUMENTATION
ATTACHMENT H-SAMPLE FIBER-OPTIC CABLE DOCUMENTATION
9/13/2007 3 USCIS Structured Cable Plant Standard
Version I2
La ot~
EFTA01089882
US Citizenship and Inunwralion Services
EXHD3ITS
Exhibit I: Typical Office Cable Planning 8
Exhibit 2: Workstation (IMO) Faceplates without Optical Fiber Cables. Single Gang 10
Exhibit 3: Workstation (IMO) Faceplates without Optical Fiber Cables, Double Gang
Exhibit 4: Workstation Faceplate with Optical Fiber Cables. 11
Exhibit 5: Backbone Fiber Distribution 13
Exhibit 6: CAT 6 Cable Specifications 14
Exhibit 7: Patch Cable Color Chart 18
Exhibit 8: Typical Rack/Cabinet Enclosures 20
Exhibit 9: T568A Pair/Pin Assignments 22
Exhibit I0: Consolidated Closet, Voice and Data 26
Exhibit 11: Single Rack, Data Only (Voice and Data Not Consolidated) 27
Exhibit 12: Consolidated Closet. Voice and Data; Share Single Rack (less than 72 locations) 28
Exhibit 13: Multimode Fiber Cable Specifications 33
Exhibit 14: Single Mode Fiber Cable Specifications 33
9/I 3[2007 4 USCIS Structured Cable Plant Standard
Version 11
AL
Intbals: &
or G
4
EFTA01089883
US Citizenship and Immigration Services
1.0 INTRODUCTION
1.I Purpose
This document has been prepared for die Citizenship and Immigration Services (USCIS) with the
specific purpose of setting standards for structured cable plants in support of Local Area Network
(LAN) and voice connectivity that will function as follows:
• Accommodate the functional requirements of present and future information services.
• Support a multi-product and multi-vendor environment.
• Facilitate die planning and installation of cabling systems that will support the diverse
communication needs of building occupants.
• Ensure uniformity of structured wiring and hardware infrastructure installations in all USCIS
facilities.
The primary focus of this document is to define the standards for material, infrastructure, design.
installation, and certification with respect to structured cabling systems for USCIS facilities. This
document shall replace, modify, or otherwise supersede previous releases of these standards. An
electronic version of this document resides in the Office of Information Technology (OIT) intranet
Web site. For questions or comments regarding this document, contact:
Office of Information Technology
Chief - IT Provisioning Branch
Service Delivery Division
70 Kimball Ave., South Burlington, Vermont 05403
PH (802) 660- 1111. Fax (802) 660-5166
1.2 Background
Citizenship and Immigration Services (USCIS) is a component of the U.S. Department of Homeland
Security (DHS). The mission of U.S. Citizenship and Immigration Services (USCIS) is to secure
America's promise as a nation of immigrants by providing accurate and useful information to our
customers, granting immigration and citizenship benefits, promoting an awareness and
understanding of citizenship, and ensuring the integrity of our immigration system.
Because of increasing demands on Service resources, USCIS personnel must be able to share
information rapidly and efficiently in order to succeed in fulfilling the Service mission.
In addition to this document, which establishes the cabling standards for USCIS, other documents
are being developed that provide additional related information such as:
• USCIS IAN standards
• USCIS Wide Area Network (WAN) standards
• Voice Communications standards
• USCIS Computer and Telephone Room standards
9/B/2007 5 USCIS Structured Cable Plant Standard
Version 1.2
Lessor
EFTA01089884
JSC Imbhip and Immigration Semices
1.3 Scope
1.3.1 System
Typical structured cabling systems include the following elements:
• I lorizontal cable.
• Horizontal cross-connects.
• Transition point (optional).
• Main cross-connect (MC).
• Intermediate cross-connect.
• Backbone cabling, antra and inter.
• Workstation locations or information management outlets (IMO).
• Remote wiring closet (RWC).
• Main distribution frame (MDF).
• Entrance facility (EF).
• Grounding
• Administration
1.3.2 Documentation
This document is intended to address the following specifications and Installation practices related
to structured cable plant installation:
• Recognized media.
• Closet requirements, environmental and design.
• Distribution cabling.
• Cabling specifications and limits.
• Installation practices.
• Performance testing.
• Supporting documentation.
2.0 NETWORK CABLE PLANT OBJECTIVES
The objective of this network approach is to provide DSOS with a standardized, cost-effective cable
plant infrastructure that will accommodate present and future voice, video, and data requirements.
To ensure the longevity of the application, the structured cable plant will include a minimum IS
year warranty. Workstation cabling infrastructure shall support bandwidth demands from 10
Megabits per second (Mbps) to Gigabit speeds. Backbone cable infrastructure shall support
bandwidth demands from Gigabit speeds and beyond. The installation of the cable plant
infrastructure shall comply with local codes, as well as. industry and Federal standards.
13(2007 6 USCIS Structured Cable Plsnt Standard
Version I.2
SOf
EFTA01089885
t IS Citizenship and Immigration Services
3.0 STRUCTURED CABLE PLANT DESIGN
The network cable plant shall utilize the following cable distribution methods to support
connectivity throughout the building:
• Horizontal workstation cabling, which will connect the user workstation, or information
management outlet (IMO) to die nearest Remote Wiring Closet (RWC).
• Where appropriate, Infra and Inter-building copper backbone cable, which provides connectivity
between wiring centers and the MDF.
• Work zone distribution cabling for open office space.
• Fiber optic intra and inter-building backbone cable, which also provides connectivity between
wiring centers and the MDF.
3.1 Structured Cable Plant Approach
This section will describe the approach to structured cabling, identify and describe the various
cable types, and provide detailed cable specifications for cable plant installation. These are
minimum specifications for new cable plant installations or major renovations. These
specifications follow the American National Standards Institute (ANSI) /Telecommunications
Industries Association (TIA)/Elecironlc Industries Association (EIA) recommendations, and in
addition, provide specific guidelines unique to USCIS. Detailed cable plant material specifications
and overall minimum characteristics are provided in Section 4.
3.2 Horizontal Workstation Cabling
All end-user workstation locations, whether occupied or vacant, shall be cabled to the nearest
wiring center. Also, storage rooms, conference rooms and similar space not designated as offices
shall be cabled to allow for office expansion, as shown in Exhibit I.
In general, each RWC equipment rack shall be capable of supporting a maximum of 288 data
cables. A second rack is required to support up to 288 voice cables, providing a consolidated voice
and data closet. The combined racks provide ample space for a total combined 144 workstation
locations (voice and data). In smaller installations, typically less than 72 workstation locations, a
single equipment rack will suffice for both voice and data termination.
To comply with ANSI/TIA/EIA-568-11.1 specification distance limits, the cable run from any user
workstation location to the nearest wiring center shall not exceed 100 meters (328 feet). The
actual length of a cable run is defined as the total combined length of the station cord, workstation
cable, and patch-panel cable. When planning or designing office space the communications closets
should be located within 90 meters of any workstation outlet. This design approach allows the
addition of patch cables and workstation cords to connect devices, without exceeding the
ANSI/TIA/EIA-S68-B.1 specification distance limits.
In a building not exceeding two stories, horizontal workstation cabling may be installed to a single
point, such as a computer room, wiring center, or the WSW. This scenario may be used in place of
a creating a RWC, thus eliminating any need for backbone cabling systems. This installation
method should be utilized when cost is a constraint and the length of the cable run does not exceed
the specified distance limits.
9/I 3/2007 7 USCIS Structured Cable Plant Standard
Version 1.2
Initials
L or
EFTA01089886
US Cthienslup and Immigration Services
Exhibit I: Typical Office Cable Planning
9/1312007 USCIS Structured Cable Plant Standard
Version 1.2
Less r
EFTA01089887
1!ti titi/enship and Immiguilon Services
Each user workstation location shall be cabled with three 4-pair, unshielded twisted pair (UTP),
Category (CAT) 6 copper cables for data transmission, which will beT defined as "A", "B". and
"C". The cable shall have a fire-retardant, plenum rated jacket.
Each workstation cable that is routed through a suspended ceiling area shall be secured in a manner
that will keep all cable plant off of any suspended ceiling tiles, sprinkler systems, ceiling suspension
hangers, and adhere to local and Federal building codes. Cable plant installed in plenum
environments should provide enough slack to facilitate minor construction modifications, or cable
re-locations, without the need to install new cable altogether. This installation approach normally
requires approximately 20 feet of cable slack, secured in an appropriate manner, to ensure cable is
minimized from radio frequency interference (RFI) and electro-magnetic interference (EMI)
sources. However, installed able shall at no time exceed the overall specifications for total lobe
length of 100 meters in accordance with the ANSI/TIA/E1A standards. An independent suspension
system shall be installed for the cable plant, to keep the cables off of and away from the existing
ceiling grid and fixtures.
When routed above a suspended ceiling, horizontal cables should be routed down the inside of
walls ("fished") wherever possible to ensure no exposed cable is visible. If walls cannot be fished,
surface mounted (external) raceway may be used to route the able from the ceiling to the
information outlet and installed in a surface-mounted outlet box. All attempts should be made to
ensure no horizontal cable is exposed within the building area, providing a neat, professional
installation. Horizontal cables shall never be exposed to outdoor elements without being protected
in proper conduit/raceway systems and have proper lightning and bonding protection installed.
Optical fiber cable can also be used for horizontal workstation connectivity when the following
conditions exist:
• Distance requirements exceed the 100-meter cable-length specification.
• Known high bandwidth/security requirements that exceed copper cable limitations and business
case supports the installation.
• Space inside or outside of the walls to support the minimum fiber cable bend radius.
• Severe EMI or RFI in the copper able plant.
• Adequate funding.
• Proposed fiber optic to the desktop is approved by the on%
If optical fiber cables are used for workstation connectivity, each workstation location shall be
cabled with a armored 4-strand, 62.5/12S micrometer (µm), graded index, multi-mode optical
fiber able with proper coating to meet local fire and building codes, whereas plenum is
recommended. The cable shall be labeled as described in Section 12 of this document.
9/13/7007 9 USCIS Structured Cable Plant Suridad
Version 12
Initials:
EFTA01089888
US Citizenship and Immigration Services
3.3 Workstation Outlets
Each workstation area shall use a standard IMO (faceplate) that can support a minimum of three
dual-connection interfaces (remote jack RJ-45. ST. SC, or MTRJ connectors). Regardless of the
installation contractor, all voice and data cable shall utilize a singe Information Outlet. Information
outlets must be capable of future growth without the need to replace the entire Information Outlet.
information outlets can be either single gang or dual gang standard size; sizing will be determined
by number of cables being installed. The data cables shall be installed on two RJ-45 jacks.
Exhibit 2: Workstation (IMO) Faceplates without Optical Fiber Cables, Single Gang
Single Gang Flush Single Gang Flush
Mount Faceplate, Single Mount Faceplate, Dual
Voice, Dual Data Voice and Data
DATA DATA
LEI P 1113 [EC
u 3
Le-I Lei
Blank Blank
Module Module
C
CPEI fgA c
LL)
ti 4'
9,13/2007 ID USCIS Structured Cable Plant Standard
Verston 1.2
*
Initials &
L stir Gov
EFTA01089889
US Owens/up and Immigration Services
Exhibit 3: Workstation (IMO) Faceplates without Optical Fiber Cables, Double Gang
Double Gang Flush Mount Faceplate Double Gang Flush Mount Faceplate
Single Voice, dual data Dual Voice, dual data
DATA FUTURE DATA FUTURE
[EL. LE I:0 VII
r
U ID (3 4 il
a C 1
/El 1•13 IzE
C
U
cj i /
[1
4)
W sere fiber-optic cable is installed to the desktop, the corresponding IMO faceplate shall provide
space to install at least four 111-45 jacks and at least two ST, SC, or MTRJ optical fiber connectors
(see Exhibit 4).
Exhibit 4: Workstation Faceplate with Optical Fiber Cables
Double Gang Flush Mount Faceplate Double Gang Flush Mount Faceplate
Fiber Optic ST connectors Fiber Optic SC connectors
1• ...
I'D I'D Ise
n- i r j
CC 0 0
gai l eE
0 0
9/13/2007 II USCIS Structured Cable Plant Standard
Version I2
Initials & JEIL_
Lena Gov'
EFTA01089890
(IS Ciiiienship and Immigration Services
3.4 Backbone Cabling
Intra and Inter-backbone cabling may consist of either or both copper and optical fiber cables and
are required where there exists more than one wire center. The infra and inter-backbone shall be
installed to provide structured connectivity between closets (see Exhibit 5). The installation
provides a star-topology cable infrastructure that is capable of supporting high-speed and high
bandwidth requirements between key resources in an enterprise budding or campus environment.
A multi-mode, single mode, or combination of fiber-optic backbone structure provides the means
of interconnecting all wiring closets to the MDF in a multi-segmented environment. Optical fiber
not only provides extensive bandwidth capabilities to the LAN and voice, but It also provides a
solution to the distance-related problems encountered with copper cables in large installations and
campus environments.
Copper backbone cabling is required to support voice services, however, the specifications and
designs are determined on a site-by-site basis. This is due to the variety, funding, capacity and
availability of voice services and designs. Copper backbone may also be installed to support
networking services, where distance limitations do not exceed the ANSI/TIA/EIA-568-8.I
specifications. Copper backbone cabling provides a redundant connectivity option in the event of a
catastrophic fiber failure, and shall be installed where voice and data closets are physically
separated.
Each remote wiring closet shall be connected to the MDF with a multi-strand, optical fiber
backbone cable that runs directly from the wiring center to the MD?. All strands will be
terminated with ST, SC. or MTRJ-style connectors in accordance with the ANSI/TIA/EIA standards
in rack-mounted patch panels. A minimum twelve-strand fiber shall be installed in any facility
providing connectivity between communications closets. It is estimated that I2 strands of multi-
mode fiber will meet most of the intra and inter backbone connectivity needs currently deployed
and planned for USCIS facilities. Considering the myriad of site functions, building designs,
physical layout. application requirements and future technologies, backbone design is a critical
element in the planning stages. To ensure facilities are properly engineered with respect to
backbone fiber types and counts. OIT will provide engineering design in concert with local
Information Technology (IT) support personnel and facilities architects. This ensures both short-
term and long-term requirements are met in a cost-effective manner.
The optical fiber Intra and Inter-backbone cabling shall have one port per strand for cross-
connection, and will conform to the specifications in Sections 4 and 6 of this document.
I...52 7/2007 I2 USCIS Structured Cable Plant Standard
Version I 2
In0als &
Lessor G
EFTA01089891
US Cthienship and Immigration SerVICCS
Exhibit 5: Backbone Fiber Distribution
Remote
Wire C osets
(RWC)
Intra-Backbone
Inter-Backbone
Main Distribution Frame (MDF)
9/13/2007 13 USCIS Snowed Cable Plum Standard
Version 1.2
Initials:
Lessor
EFTA01089892
US Cozenslup and Immigration Scrinecs
4.0 SPECIFICATIONS
This section provides detailed component characteristics and specifications with respect to the
materials used to install the structured cable plant.
4.1 Horizontal Cables
All cable, equipment, and materials shall meet applicable ANSUTIA/EIA-568-B, National Electrical
Code (NEC) 770, Institute of Electrical and Electronics Engineers (IEEE) 802 and Underwriters
Laboratory (UL) Verification Program standards. AU cable equipment and materials must be
manufactured by facilities that are International Organization for Standardization (ISO) 9001
registered and certified.
• Shall be CAT 6 rating in accordance with ANSI/TIA/EIA-568-B.2
• Four-pair, 100-Ohm, 24 American Wire Gage (AWG).
• Will be part of a I S year minimum warranty on the Structured Cable Plant.
• The cable should have contiguous, 2-foot segment-length markers printed on the cable jacket.
The markings must also show the applicable performance CAT 6. as well as the fire rating of
the cable being installed.
• The finished cable shall be 100% plenum rated in accordance with the requirements of NEC
Article 800. UL 444, NFPA 262, (UL 910), and applicable Canadian Standards Association
(CSA) standards.
• All horizontal cables rated at CAT 6 must have a jacket color of white.
• If building is not new then use previously set standard for jacket color.
Note: CAT 6 cable types must meet or exceed specifications listed in Exhibit 6.
Exhibit 6: CAT 6 Cable Specifications
Specification Category 6 (2S0MHz)
Frequency Range 1-250 MHz
Attenuation (maximum) 36 dB
NEXT (minimum) 33.1 dB
PSNEXT (minimum) 30.2 dB
ACR (minimum) -2.9 dB
PSACR (minimum) -5.8 dB
ELFEXT (minimum) 15.3 dB
PSELFEXT (minimum) 12.3 dB
Return Loss (minimum) 8 dB
Propagation Delay (maximum) 548 nanoseconds (ns)
Delay Skew (maximum) SO ns
13/2007 14 USCIS Structured Cable Plant Standard
Version 1.2
InIlialS:
Lessor
EFTA01089893
US Citizenship and Immigration Services
Excepdons
Wan existing facility is collocated with another DHS agency then all new cabling will follow the
current building standards of the hosting agency, except it must meet the minimum requirement
of Category 6 able as specified in Exhibit 6.
Any questions should be directed to the Chief — IT Provisioning Branch
USCIS Office of Information Technology
Service Delivery Division
70 Kimball Ave., South Burlington, Vermont 05403
PH (802) 660-1111, Fax (802) 660-5166
9/13/7007 IS USCIS Structured Cable Plant Standard
Version 11
EFTA01089894
US Citizenship and Immigration Services
4.2 Information Management Outlets
• Provide ANSI/TIA/EIA symbol icons for application identification (LAN. Voice, etc).
• Provide individual label window for cable identification.
• Provides a high-density design.
• Offers solutions for secure environments.
• Must match make and model in existing facilities.
• Meets or exceeds ANSI/TIA/EIA CAT 6 specifications.
• Mounts to standard electrical 2 inch and 4 inch boxes.
• Allows all modules (jacks) to he loaded and accessed from the front. No need to remove
faceplate.
• Will be part of IS year warranty on Structured Cable Plant.
• Meets all Federal Communications Commission (FCC) Part 68 specifications.
• Provides standard I I OD type insertion displacement connector (IDC) Printed Circuit Board (PCB)
mounted connector.
• Is offered in a multitude of colors.
• Provides interchangeability between modules.
• Offers non-keyed RJ-45 style connectors.
• Offers SC. ST or MTh) interchangeable modular fiber connectors.
• Is available in the ANSI/TIA/EIA-T568A wiring configuration.
4.3 Backbone Cabling
Backbone cabling shall be a minimum of 12-strand multi-mode fiber optic. In limited instances,
single mode fiber-optic cable may be used for distances that exceed 500 meters, in accordance
with the Institute of Electrical and Electronics Engineers (IEEE) and the Gigabit Ethernet Alliance
organizations. The IEEE 802.3z and IEEE 802.3ab published standards apply to gigabit Ethernet
and overall specifications. All backbone cabling to be included as part of 15 year minimum
Structured Cable Plant warranty.
CAT 6 copper backbone cabling shall meet the same specifications as stated in Section 4.1
(Horizontal Cabling). In addition multi-pair construction in increments of 25, 50 and 100 pair
complements used for voice shall be CAT 3 rated and grey in color.
4.3.1 Intra-Building Fiber Optics
Specifications for fiber backbone cabling that will interconnect closets within a single building or
high-rise environment are defined in this section.
4.3.1.1 Multi-Mode Fiber Optics
• 62.5/125-pm optical fiber plenum (OFNP) or optical fiber riser (OFNR).
• Maximum Attenuation: 3.5/1.0 dB km at 850/1300 nm.
9/13/2007 16 USCIS Structured Cable Plant Standard
Version 1.2
Lessor G
EFTA01089895
US Citizenship and Immtararion Services
• Minimum Bandwidth: 200/500 MHz km at 850/1300 nm.
• Tight buffered.
• Plenum or riser rated.
4.3.1.2 Single-Mode Fiber Optics
• 8.3/ 125 pm OFNP or OFNR.
• Maximum Attenuation: 1.0/0.5 dB km at 1310/1550 nm.
• Tight buffered.
• Plenum or riser rated.
4.3.2 Inter-Building Fiber Optics
Specifications for fiber cable that will interconnect remote buildings in a campus environment.
4.3.2.1 Multi-Mode Fiber Optics
• 62.5/125-pm OFN, OFNP, or OFNR.
• Maximum Attenuation: 3.5/1.0 dB km at 850/1300 nm.
• Minimum Bandwidth: 200/500 MHz km at 850/1300 nm.
• Loose Tube.
• Not Rated, Plenum rated, or Riser rated.
4.3.2.2 Single-Mode Fiber Optics
• 8.3/ 125-pm OFN. OFNP. or OFNR.
• Maximum Attenuation: 1.0/0.5 dB km at 1310/1550 nm.
• Loose Tube.
• Not Rated. Plenum rated, or Riser rated.
4.4 Patch Cables (Workstation and Patch Panel)
• Shall conform to the ANSI/TIA/EIA CAT 6 specifications.
• 4-pair, UTP stranded cable.
• RJ-45 connectors on both ends.
• The patch cables shall be wired in accordance with the ANSI/TIA/EIA-568-B.2 and
ANSI/TIA/EIA-568-B.3 specifications.
• Certified by the manufacturer as compliant with the ANSI/TIA/EIA CAT 6 criteria.
• Cables shall be available in a wide variety of colors and lengths.
• Total length of stranded data patch cables shall not exceed 10M in length between workstation
and RWC or MDF switching hardware as specified in EIA/TIA 568-B standards.
11312007 17 USCIS Structured Cable Plant Standard
Version 1.2
EFTA01089896
US Cititco‘hip and Immigration Sc.. ices
Exhibit 7: Patch Cable Color Chart
Specification
Data A Ports Blue
Data B Ports Red
Voice A Ports White
Voice B Ports White
Servers Purple
Fax / Special Use Yellow
4.S Patch Panels
• Shall conform to the ANSI/TIA/EIA CAT 6 specifications.
• Patch panel wiring shall be in compliance with ANSI/TIA/EIA T568B wiring standards.
• Provide back wire management hardware.
• Provide modular design to facilitate field repairs.
• Provides standard 110D type IDC PCB mounted connector.
• Available in low and high-density configurations.
• Meet the standard EIA-310 relay rack spacing specifications.
• Provide RJ-45 interface.
• Meets all FCC Part 68 specifications.
• Available in 12. 24. 48. and 96 port capacities.
• Match make and model within existing facilities, where possible.
4.6 Equipment Racks
• Shall conform to the ANSI/TIA/EIA standards.
• Conform to the standard EIA-310 mounting specification.
• Provide pre-tapped 10-32 threading with rack unit markings to indicate position.
• Provide a flexible modular concept.
• Provide vertical wire management attached to side of rack with a minimum of one pass through
to go from front to back or vice versa.
• Provide floor mounting hardware except for swing gate style hardware.
• Match make and model within existing facilities, where possible.
See Exhibit 7 for a typical rack and cabinet structure.
9! 13'2007 18 USCIS Structured Cable Plant Standard
Version 1.2
Initials:
Lessor
EFTA01089897
US Citizenship and Immigration Services
4.7 Cabinets and Swing Gates
• Shall conform to the ANSI/TIA/EIA standards.
• Conform to die standard EIA-310 mounting specification.
• Provide pre-tapped 10-32 threading with rack unit markings to indicate position.
• Provide a flexible modular concept.
• Provide vertical wire management.
• Provide floor mounting hardware except for swing gate style hardware.
• Match make and model within existing facilities, where possible.
• Available in widths up to 26 inches or more.
• Available in depths up to 36 inches or more.
• Allow fan assembly installation.
• Lockable and offer matching key/lock design where multiple cabinets are installed.
• Are of a welded, uni-body construction.
• For areas located within seismic activity, meet Zone 4 earthquake vibration test conditions in
accordance with National Electrical Bell Standards (NEBS) document TR-NWT-000063, Issue
4, 1992
9/13/2007 19 USCIS Structured Cable Plant Standard
Version 1.2
EFTA01089898
US Criitenship and Immigration Services
Exhibit 8: Typical Rack/Cabinet Enclosures
20 •
• 19" •
5.0 COPPER CABLE INSTALLATION SPECIFICATIONS
This section details the specifications that are to be used when installing all copper cabling. All
work shall be ANSI/TIA/EIA-568-B, ANSI/TIA/EIA-569-A, ANSI/TIA/EIA-606-A, NEC 770, and
IEEE 802 standard specification quality (as applicable).
5.1 Horizontal Cables
These are cables installed from a typical workstation location back to a central point within a
building or facility. These cables connect the IMO (jack), back to a central point, the closet. The
closet may be the MDF or an RWC. These cables shall be installed in compliance with
ANSI/TIA/EIA, building and industry practices. Cables should never be exposed nor create any
safety hazards for the public.
All copper cables shall be positioned at a minimum distance of 4 inches from any EMI device (such
as a light ballast, electrical motor, or power line). If contact is unavoidable (as in modular
furniture), the copper cables shall not run more than 5 feet in parallel with the interference-
generating medium. If traversing is necessary, all copper cables shall cross power lines and
electrical conduits at a 90-degree angle to minimize interference.
Copper cables installed in a suspended ceiling environment shall at all times be self-suspended in
the plenum air space by the use of a separate suspension system or installation in the building
construction frame at the top of the permanent ceiling, if it exists. At no time shall cables be
secured to the suspended ceiling grid, water pipes, or electrical conduits.
All cables should be installed as far above the suspended ceiling as possible, and should be bundled
together with Velcro strips at intervals of no more than 4 feet unless a dedicated cable tray system
is available to support the cable.
9/1}2007 20 USCIS Strut-lured Cable Man: Siandard
Version 11
essor 1
EFTA01089899
US Citizenship and Immigration Services
S.2 Patch Cables (Workstation)
The workstation patch cable connects the end user devices (personal computer, terminals, etc.) to
the IMO (jack). For most installations, these patch cables will be provided and left on-site for the
deployment team or local IT to install when setting up workstations and are not included in the
overall cable plant certification. The workstation patch cable may be any length as long as the
combined length of the workstation patch cable, the horizontal workstation cabling, and the patch-
panel cable does not exceed 100 meters (328 feet). These cables are normally pre-constructed,
certified and ordered in standard one-foot incremental lengths. Workstation patch cables should
be black in color and labeled on both ends representing a standard ine-uo numeric convention
S.3 Patch Cables (Panel)
The patch-panel cable connects the horizontal cable port to the voice and data electronics within a
central wire center or closet, typically a RWC or MDF. These cables are identical to the workstation
cables and are pre-constructed and certified by the manufacturer. It is die cable installer's
responsibility for patching all active cable locations into active ports, unless otherwise directed by
the USCIS manager or designated representative. These—eatiles—ale—pre-eer-tified—by—the
manfaeweerthereferer it-is-tmnetessiwy-se-iiteltide-the in-the-eable-piam-eeFiiiseatien. Wire
management and organization is important to facilitate troubleshooting, repair, and documentation
and, as such, there are key elements to ensure patch cords are properly installed. The following
requirements shall be followed for patching workstation ports to electronics:
• Patch-panel cable may be any length, provided that the combined length of the workstation patch
cable, the horizontal workstation cabling, and the patch-panel cable does not exceed 100
meters (328 feet).
• If the installation vendor chooses, custom-length, certified station cables can be used.
• Cables must be dressed utilizing available horizontal and vertical wire management.
• Patch cables should provide a neat and organized appearance, eliminating large bundles of cables
in single locations, preventing tangles and using incorrect or oversized cables that produce
excess slack.
• Cables shall never exceed the minimum bend radius or have kinks or nicks in accordance with the
ANSI/TIA/E1A specifications.
• Appropriate colon are to be used to patch equipment as specified in section 4.4.
• Cables should utilize left and right vertical wire management to reduce cable patch congestion
and provide an even cable distribution within a given cabinet.
• Patch cables shall never create a trip hazard or other risk to equipment, services or personnel.
5.4 Copper Cable Termination
This section applies to both the workstation and closet cable termination practices. All copper cable
terminations shall conform to ANSI/TIA/EA-568-B standards. The key areas and specifications are
highlighted below:
• Pair twists shall be maintained as dose as possible to the point of termination. Untwisting shall
not exceed 13mm (0.5 in.) for CAT 6 links.
• Strip back only as much jacket as is required to terminate individual pairs.
• All connecting hardware shall be installed to provide well-organized cable management in
accordance with manufacturer's guidelines.
13/2007 21 USCIS Structured Cable Plant Standard
Version 1.2
EFTA01089900
US Ciiirmiship and Immigration Services
• All four pairs must be terminated.
• Pin/Pair assignments shall follow die T568B configuration. (see Exhibit 8).
Exhibit 9: T5688 Pair/Pin Assignments
1 2 34 56 7 8
1RJ-45 Plug
61 o 0 B BIG BIB
TSG$8 (with cup down)
6.0 INSTALLATION OF OPTICAL FIBER CABLES AND CONNECTORS
This section provides the specifications to be used when installing all optical fiber cabling.
6.1 Fiber Horizontal Workstation Cable
The fiber horizontal workstation cable connects the workstation to the wiring center. This cable
shall be four-strand, multi-mode. 62.5/125 pin optical fiber cable with graded index 250 or 900
pm buffer. Contiguous, 2-foot, segment-length markers shall be printed on the cable jacket.
The bend radius of any optical fiber cable installed shall be at least eight times the outside diameter
of the cable. For example, a six-strand optical cable with an outside diameter of .30 inches and
shall have a minimum bend radius of 2.40 inches.
Pulling tension for optical fiber cables must adhere to and not exceed manufacturer specifications.
6.2 Backbone Fiber Cable
The optical fiber home-run backbone cable shall connect each remote wiring closet to the MDF.
This cable shall be 12-, or 24-, or more strand, multi-mode, 62.5/125 pm optical fiber cable with
graded index, 250 or 900 pm buffer, and contiguous, 2-feet, segment-length markers printed on
the cable jacket. All Into and Inter-backbone fiber cables shall be installed in conduit or plenum-
rated inner-duct.
Fiber-optic cable shall not share conduits with copper medium unless separation between copper
and fiber is maintained. For large campus or complex backbone fiber installations where multiple
conduits or pathways exist, fiber-optic cable shall be separated from the copper cable installation,
wherein fiber-optic cable is dedicated to one conduit, copper to another. In retrofit or existing
buildings, where pathways are insufficient to maintain separation between copper and fiber. USCIS
OIT shall review and approve the design prior to installation.
9/13/2007 22 USCIS Structured Cable Plant Siandard
Version 1.2
EFTA01089901
Its entrendup and Immigration Sennect
6.3 Optical Fiber Cable Jacket
All overhead or above-ceiling installations shall use optical fiber cable with a plenum-graded jacket
that is marked with a UL rating of "OFNP" or equivalent. All non-air-return (non-plenum)
installations can use optical fiber able with either a plenum or non-plenum jacket (such as PVC)
that is marked with a UL rating of "OFNR" or equivalent.
6.4 Optical Fiber Connector
The optical fiber connector for workstation or backbone connections shall follow the
ANSI/TIA/EIA standards for installation. USCIS is reviewing the NITRJ as an acceptable connector,
but the use of this style will be determined on a case-by-case basis.
New buildings shall use SC or MTRJ type connectors for workstation and/or backbone installation.
In retrofit buildings. fiber connectors should match the existing installed connectors.
6.5 OpticalFiber Cable Termination
All optical fiber cables shall be light tested prior to installation. This is typically done while the
cable is still on spools or reels and only ensures all strands pass light prior to pulling cable into
conduits and pathways.
The minimum termination shall be four strands for a horizontal cable. When installing fiber-optic
backbone cabling, all strands will be terminated with the appropriate connectors and capped with a
dust boot. All strands shall be terminated and tested.
All optical fiber cables shall have a twenty foot storage coil (wrapped in an appropriately sized loop
for the minimum bend radius of the cable) positioned at each end, where possible before being
terminated with connectors. All intermediate slack in the optical fiber cable shall be loosely coiled
and suspended to avoid hard bends or kinks.
7.0 FACEPLATE CONFIGURATION
Workstations that are not connected to an optical fiber cable typically utilize a single-gang faceplate
that can support up to six connection ports (see Exhibits 2 and 3). When data only is installed in
the faceplate, a dual, RJ-45 module shall be installed in the top position. If a dual gang faceplate is
used, the dual RJ-45 module shall be installed in the top left position. When voice and data are
installed in the same faceplate, the dual RJ-45 information outlet shall conform to the
configuration as outlined in Exhibit 2 and 3. Voice shall be installed at the bottom, data at the top
positions of all information outlets. Blank inserts shall be installed in all remaining positions.
Workstations that are connected to optical fiber cables shall have a double-gang faceplate and
junction box installed that can support up to 12 connection ports (see Exhibit 4).
13:2007 23 USCIS Structured Cable Plant Standard
Version 1.2
In bats:
Lessor
EFTA01089902
US Citizenship and Immigration Seri. ices
8.0 PATCH PANELS
Patch panels, both fiber and copper are the approved methods of providing connectivity between
horizontal cables, Intra and Inter-backbone copper, fiber backbone, and common network service
devices, such as switches, PBX. routers, and other electronics. AU patch panels are to be of a high-
density to maximize rack space.
Patch panel installation must adhere to manufacturer specifications and installed utilizing all wire
management hardware, both front and back. Panels shall be installed to best utilize both vertical
and horizontal wire managers, and should be separated by horizontal wire managers. There should
be a minimum of one horizontal wire manager for each horizontal patch panel unless otherwise
specified. Panels must be clearly marked as to the outlet designation. labels must be of permanent
indelible typed materials.
8.1 Copper Patch Panels
Each panel will be installed to provide the maximum use of rack space. Each panel will be mounted
in an equipment rack that shall conform to the PA-310 mounting-hole spacing standard.
Separate patch panels will segregate "A", "B", "C" cables for each IMO jack. The upper patch
panels will be used for "A" only; the lower patch panels will be used for "B" only on rack one. in
addition, and depending on the number of total cables, "C" cables may also share a single standard
7-foot equipment rack, swing gate or cabinet enclosure. Exhibits 9. 10, 11 and 12 shall be used as
a model for all new installations, and should be followed as close as possible for major retrofits and
renovations with respect to existing cable plant configurations. Deviations to these layout exhibits
shall be reviewed and approved by the OIT.
8.2 Fiber Optic Patch Panels
Optical fiber cable patch panels for workstation connections (also called fiber cabinets) shall
provide ST, SC, or MTRJ couplers. Optical fiber able patch panels for backbone cabling (also
called fiber cabinets) shall provide SC or MTRJ couplers. The color scheme and the port
numbering scheme on the patch panel shall be consistent in any given installation to reduce
confusion and to prevent mistakes in making cross-connections. Fiber patch panels shall be
installed in standard increments of six-position, ST, SC or MTRJ loads or interconnect couplers. as
required in each wiring closet and MDF.
w 13/2007 24 USCIS Stnictured Cable Plant Standard
Version 1.2
Initials: or
es or '' &
EFTA01089903
VS CaI/CMillp and linmntraiion Sen ices
9.0 EQUIPMENT RAU
There are a multitude of equipment racks and cabinets that are acceptable for use in USCIS
installations. In these shared communications closets, open racks, cabinets and swing gates may be
used to meet the needs of the installation.
When open racks or swing gates are used, they shall be located within the wiring closets, and they
shall provide structural support for the patch panels and required electronics. The open rack will
be a standard 19 inches wide by 7 feet tall when used in a floor mount configuration. When space
considerations mandate, it is acceptable to use an open, wall-mounted equipment rack (swing
gate). If a wall mount configuration is used, the rack must be hinged, and space must be provided
so that the rack can swing fully open and provide full access to the back of the rack.
All floor or wall-mounted equipment racks, cabinets and swing gates installed in earthquake-prone
geographic areas shall be installed in compliance with specific seismic guidelines, regulations and
codes. Special attention must be taken to ensure the proper installation techniques are followed to
minimize risk to electronics and cable plant, and most importantly prevent the mounting hardware
from toppling over during seismic activity.
Equipment shall be mounted on the rack via holes in the frame or by using mounting hardware
that conforms to the EA-310 mounting-hole spacing standard. As an alternative for non-rack
devices, equipment may be placed on flat shelves that are attached to the rack. All racks shall be
secured either to the floor or wall with bolts or other fasteners that are rated to withstand the
recommended weight limits and shear loads for the rack. Each rack shall include all mounting and
assembly hardware (such as nuts and bolts) for full configuration use. All racks will be grounded
to appropriate building ground by 6 gauge green ground wire. When multiple racks and/or
cabinets are used and they are butted together in the closet, they shall be bolted together for
additional stability.
Lic
Initials: i
r
t
25 USCIS Structured Cable Pkint Standard
Version I 2
EFTA01089904
US Ciiircnshin and Immigration Services
Exhibit 10: Consolidated Closet, Voice and Data
Horizontal Wire Management
T - -
Backbone Fiber Backbone Fiber
24 port minimum 24 port minimum
capacity capacity
Voice Cables-A DATA Cables A
1 96 1-96
DATA Cables-A
97.144
DA TA Cables-B
1-96
Voice Cables B DATA Cables-B
97.144 97-144
Voice Electronics
or patch panels
Future Growth for
Electronics
Pover Strip with
Su ge Protection
Vertical Wire
Management
9/13/2007 26 USCIS Structured Cable Plant Standard
Version 1.2
Initials
ess
EFTA01089905
US Citizenship and Immigration Services
Exhibit I I: Single Rack, Data Only (Voice and Data Not Consolidated)
Backbone Fiber
24 port minimum
capacity
Horizontal
Wire
Management
DATA Cables A
1-96
DATA Cables A
97-144
DATA Ca bles-B
1-96
DATA Cables-B
97-144
LAN Be tronics
Future Growth for
Electronics
Power Strip with
Surge Protection
Vertical Wire
Management
9/13/2007 27 USCIS Structured Cable Plant Standard
Version 1.2
EFTA01089906
US Citizenship and Immigration Services
Exhibit 12: Consolidated Closet, Voice and Data; Share Single Rack (less than 72 locations)
4- Backbone Fiber
Horizontal
Wire
Management DATA Cables-A
4-- DATA C blos-B
Future Growth
Electronics
Voice Backbone
Voice Cables-A
4-- Voice Cables-B
Future Growth
Voice
r aneeleeitsoo 4_____Power Strip with
POOT RA
Surge Protection
Vertical Wire
Management t )s
Floor mounted racks and cabinets shall have a minimum of 36 inches of clearance in front of,
behind, and on at least one side. Where space or room layouts limit the minimum clearances
required, the installation contractor shall notify the OTT or designated representative for technical
direction.
13/2007 21 USCIS Structured Cable Plant Standard
1 Version 1.2
ess Govt
EFTA01089907
US tintenship and Immigration Scrvrces
Equipment layout, specifically with respect to rack, cabinet, and swing gate location are critical
design elements that ensure future growth, maintenance and flexibility are protected. Proper
clearances also allow installers and maintenance personnel the required room to perform work
safely and ensure electronics environmental conditions are maintained.
The patch cables shall run neatly through the wire management panels above the electronics, run
down the sides of the rack, run below the electronics, and plug neatly into the respective port. The
cables between die patch panels and the electronics shall not be excessively long nor shall they lie
on the floor. The patch cables shall be secured and bundled using Velcro securing straps.
Caution: At no point is the use of tie-wraps an acceptable alternative when bundling and securing
patch cables on the rack.
A power strip with surge suppression and an on/off switch shall be mounted to the back of the
rack to supply at least six outlets for AC power (120-volt. 20-amp service).
10.0 GROUNDING
The NEC provides guidelines to ensure that electrical installations in buildings meet the necessary
safety practices to prevent electrical shock hazards to personnel, ensure fault clearance of
unintentional electrical breakdowns that could cause fire, and prevent transient voltages from
causing electrical damage to installed network components. NEC Article 800 pertains to
telecommunications industry and should be consulted for specific guidelines related to this topic.
Article 800 also has references to other articles as the need arises.
In all new buildings and major retrofit projects an independent ground bus. installed in each
communications dose, shall be provided. The independent ground bus in each closet should be
installed by a certified electrician, or properly licensed installer. The independent ground buses are
designated for, and utilized exclusively, by the communications equipment. In existing buildings,
an independent ground is certainly desirable. In general. all communications systems, cable plant
devices, equipment, and components shall be properly grounded and bonded.
All grounding shall be performed to meet the following published standards and guidelines:
• ANSI/TIA/EIA 607
• ANSI/IEEE C-142
• Federal Information Processing Standard (FIPS) 94
• NEC Articles 250 and 800
• UL
• ANSI CI-1978
All equipment racks, cabinets and systems must be properly connected to the independent ground
bus per the ANSI/TIA/EA 607 specifications. It is the responsibility of the cable installer to
connect all common dose equipment racks and cabinets to the provided ground bus. It is also the
responsibility of the cable installers to report to the USCIS Program Manager any discrepancies with
respect to improper or omitted grounding systems.
For connecting equipment within the telecommunications/data wiring closets to the ground bus, a
number six wire with green insulation should be used. This ground wire should be no longer than
30 feet.
9? 3/2007 29 USCIS Structured Cable Plant Siandarcl
Version 1.2
nitials. < 71t
Lessor Gott
EFTA01089908
I IS Ott/cnship and Immigration Services
All ground wire should be routed straight, with sweeping bends, neat, and orderly. Ground wire
should be routed in the most direct fashion possible to the equipment. Ground wires should be
supported by tie-wraps at 12-inch intervals.
The manufacturer instructions and recommendations shall be followed when grounding the
electronic equipment installed in the telecommunications/data wiring closets.
11.0 Ladder Rack, CABLE TRAY AND FASTENERS
All cables installed in overhead spaces (such as above ceiling panels) shall be securely strapped to
ceiling slab fasteners or cable ladders that are fastened to the ceiling slab to avoid contact with
lighting equipment or drop ceiling supports. Wire management channels or cable ladders shall be
used to provide orderly arrangement of all installed cables in and around the equipment racks.
As a general rule, all cables shall be securely suspended, fastened, tied, and bundled firmly
(without damaging the cable jackets or creating kinks in the cable) to minimize the amount of
space required for cabling.
12.0 ADMINISTRATION AND LABELING CONVENTIONS
Label conventions shall apply to all sites, regardless of the number of buildings at the site. This
section describes the USCIS standard labeling convention for all cable installations, whether new or
retrofit.
12.1 Building Designation
The designation for the building shall be a two to four character alphanumeric scheme. Buildings
typically have unique names/numbers, whether in multi-story complexes or in campus
environments. The first designation should represent the unique building the cable plant is wired
within. This nomenclature will rarely change throughout the life of the building and allows a
structured naming convention to be used for Inter-building backbone cable installations.
12.1.1 Floor
The designation for the floor shall be a two-digit number. If the floor is a single number such as
"4," place a leading zero before the single-digit, for example "04."
12.1.2 Wiring Closets
The designation for a wiring center is a single letter. The Computer Room or MDF shall always
have the wiring closet designation of "M." Remote wiring closets that are all located on the same
floor shall be labeled A-L and N-Z ("M" is reserved for the MDF). Closets that stack directly on top
of each other shall have the same letter designation.
12.1.3 Cable Numbers
The designation for the cable shall be a three-digit number, followed by an "A", "B" or "C"
designation, indicating the "A", "B" and "C" cable for that drop. Use leading zeros as necessary.
For example, the designation for drop #3A would become 003A.
/13/2007 30 USCIS Structured Cable Plant Standard
Version 1.2
Initials:
EFTA01089909
US Citizenship and Immigration Services
12.2 Information Management Outlet
The IMO is die interface for the workstation cable and die horizontal workstation cable, which
terminates in a wiring closet. This is typically referred to as the "jack" in die industry, also an
enhancement to die Bell Labs Universal Service Order Code (USOC) specifications. These
specifications also referenced the RJ pin assignments. The ANSI/TIA/EIA now prefers to use the
term 8-pin modular plug or connector when describing jack pin-outs. Each information outlet
should be labeled according to the following guidelines:
the designations on single-gang and double-gang faceplates will be as follows:
• Building (AANN, or combination).
• Floor (MN. with a leading zero).
• Wiring center /closet (A).
• Cable drop (NNN[A-C]. with leading zeros).
For example: "TW- I 2-C- I I 1B-
where: TW = TechWorld building, 12 = 12 floor. C = wiring center, and I 1 1B = cable drop
#111 cable B.
12.3 Intra and Inter-Building Backbone Cables
These backbone cables interconnect wiring closets either within a building or interconnect
buildings in a campus environment.
The naming convention applies the same for Intra and Inter backbone cable labeling. Standard
nomenclature for backbone cabling shall be as follows:
• First Building (4-6 alphanumeric characters).
• First wiring closet (includes floor, closet and pair or strand designations).
• Second Building (2-4 alphanumeric characters).
• Second wiring closet (includes floor, closet and pair or strand designations).
For example. "TW801I-06-W-001 - TW800K-01-M-00 I "
where: TW80 I I = TechWorld building 801 I is the first building (origination point), 6 = 6th floor,
W = wiring center closet W. 001 = cable pair (copper) or strand (fiber)
TW800K = TechWorld building 800 K is the second building (destination point), 1 = 1 floor, M
= wiring center Main Distribution Frame, 001 = cable pair (copper) or strand (fiber).
The cable label shall be affixed to both ends of the cable, approximately 2 to 3 inches from the
termination point. Heat shrink labels are preferable. Wrap-around labels are permissible as long as
they are printed using indelible ink and the labels are easily read.
13.0 TEST AND DOCUMENTATION PROCEDURES
The installation contractor shall complete all testing of the cable plant. The installation contractor is
responsible for providing all personnel. equipment. instrumentation, and supplies that are
necessary to perform the required testing.
9/13/2007 31 USC1S Structured Cable Plant Standard
Version 1.2
EFTA01089910
US Citircrenp and Imingrainin Services
13.1 Testing of Installed Copper Cable
All installed copper cables shall be tested with a Level III or greater cable tester to certify that the
cable conforms to ANSI/TIA/EIA-568-B specifications. The test device shall provide printed and
electronic (soft) Pass/Fail test results that show the following:
• Electrical length in feet (accurate to 0.5 feet).
• Crass-talk in dB for each of the four pairs.
• End-to-end attenuation in dB for each of the four pairs.
• Drop number.
• Continuity (for all eight wires).
• Capacitance
• DC resistance
• Impedance
• Date of test
• Name. model and serial number of the field tester (i.e. Fluke OMNI Scanner 2).
• Adapter used for test.
• Software version or level.
• Date the field tester was last calibrated.
• Which test was being performed (permanent link test, channel test).
13.2 Testing of Optical Fiber Cables
Testing shall be of the optical link as specified in ANSI/T1A/EA-568-B.3 for multi-mode fiber
optics and ANSI/TIA/ElA-526-7 method A for single-mode fiber optics. An optical fiber link is
defined as the passive cabling network between two optical cross-connects (patch panels or
outlets). This includes cable, connectors and splices but does not include active components. The
link test contains the representative connector loss at the patch panel associated with the mating of
patch cords, but does not include the performance of the connector at the equipment interface.
If the manufacturer of cables or connecting hardware has supplied post-manufacture performance
data, copies of such data are to be included in the documentation.
Testing of installed multi:mode fiber cable shall meet or exceed the specifications in Exhibit 12.
/1.3/2007 32 USCIS &natured Cable Plant Standard
Version 1.2
Intta1s:
EFTA01089911
US Ciumnship and Immigration Services
Exhibit 13: Multimode Fiber Cable Specifications
Horizontal Attenuation 850 am Attenuation1300 nm
Fiber
590 in k2.0 dB [ 52 0 dE
Backbone
Fiber
52000 in ≤fiber length (kin) x 3.75 dB/km + "iber length (kin) x 1.5 dB/kin +
(6560 ft) number connector pain x 0.75 dB + number connector pairs x 0.75 dB +
number of splices x 0.3 dB number of splices x 0.3 dB
Testing of installed single-mode fiber cable shall meet or exceed the specifications in Exhibit 13
Exhibit 14: Single Mode Fiber Cable Specifications
Length Attenuation1310 run AttenuationISS0 nm
590 m (295 ft) 52.0 dB - 2.0 dB
91-1000 m (3281 ft)
53.0 dB -3.0 dB
1001-2000 m (6562 ft)
53.3 dB -3.3 dB
2001-5000 m ( 16404 ft) 54.7 dB 54.7 dB
Test reports shall include the following information for each cabling element tested:
• Actual measured and maximum allowable attenuation (loss) at die specified wavelengths.
• Reference method.
• Number of mated connectors and number of splices (if any).
• Actual length and maximum allowable length.
• Group refractive index (GIU) for the type of fiber tested, if length was optically measured.
• Tester manufacturer, model, serial number and software version.
• Fiber ID number and project/job name.
• Link criteria used.
• Overall pass/fail indication.
• Date and time of test.
Test reports may be submitted in hardcopy, electronic, or both formats. GSM prefers these
reports to be provided in the electronic format to hardcopy.
14.0 BUILDING PATHWAYS, CONDUIT, AND CLOSETS
14.1 Closet Specifications (MDF and RWC)
Typical communications closets house common equipment required to support both voice and
9/132007 33 USCIS Structured Cable Plant Standard
Version 1.2
Intsair
EFTA01089912
US Citizenship and Immigration Services
data connectivity to workstations. Communication dosets/rooms are typically centrally located on
the floor, and adhere to the ANSI/T1A/EIA specifications for cable lobe lengths (e.g. maximum
cable from closet to workstation will not exceed 100 meters, end-to-end). Closets/rooms should
be vertically stacked, with a sufficient number of sleeves interconnecting each closet. All wiring
centers shall comply with or support the following specifications and requirements:
14.1.1 GeneralRequirements
• Space should be environmentally temperate, convenient, and professional looking.
• Communication closets must have sufficient infrastructure required to support the variety of
communication services provided to USCIS and contractor staff. Typically this includes items
such as conduits, cable trays. building grounding system, etc.
• Communications closets should be designed for growth, and flexibility supporting new
technologies without the need for major room modifications and rearrangements.
14.1.2 Environmental
• Room should be dust free with positive air pressure where possible and meet Federal guidelines
for specified material to reduce airborne contaminants caused by off gassing.
• Ceilings should be finished with similar drop tiles used throughout the floor.
• Overhead lighting sufficient to provide 80 candle feet measured five feet above the finished floor,
is to be switched controlled and is not to be connected to communications equipment circuits.
• Care must be taken to avoid structural columns, ductwork, and other building structures, which
would restrict the functionality of the space.
• Ceiling space above communications closets should be open and dear of major Heating.
Ventilation, and Air Conditioning (HVAC) systems and ductwork, including major motors,
elevator motors, generators, or equipment that induce excessive EMI and/or RF1 to
communications equipment or systems.
• Room temperature must be maintained between 65 to 76 degrees Fahrenheit, with a relative
humidity range of 20 to 60 percent. When heat-generating equipment is placed into
communication closets, maintaining environmental parameters is essential, thus avoiding
down time due to equipment failures caused by equipment over heating. Where the building
HVAC is insufficient to maintain these parameters a standalone HVAC system should be
considered to maintain these environmental ranges for 24 hour, 7 days a week (24/7)
schedule.
• Where no dedicated HVAC system is required for plenum air return buildings, there should be a
minimum of two diffusers for fresh HVAC air intake, with a minimum of two air return vents,
vented door and a positive air flow maintained. Buildings without air return systems should
provide dean air 24/7. Additionally, rooms without dedicated HVAC systems should have a
continuous airflow 24/7.
•
14.1.3 Construction
• Closets vary in size depending on their function. However, minimum communications closet
size should never be less than specified in the applicable ANSI/TIA/E1A specifications. USCIS
typical closet minimum size should be no less than 80 square feet. whereas the recommended
size is calculated by the ANSI/TIA/EIA specifications.
• Door locks for all communications rooms will conform to local security requirements.
• Door must be a minimum 36 inches wide by 80 inches high. The door should swing out to
9/13/2007 34 USCIS Structured Cable Plant Standard
Version I 2
S
EFTA01089913
US Citittnship and Immigration Service.
facilitate equipment installation and provide maximum space utilization by allowing higher
density equipment designs and configurations without the concern of lost space due to door
travel.
• Floor should be rated to withstand 100 pounds per square foot and should be covered with
appropriate tile or linoleum. Carpets are not acceptable in communications closets.
• Each communications closet should have a minimum of 2 separate 120 Volt @20A circuits
installed for cable plant electronics. Preferred outlets are the National Electrical Manufacturers
Association (NEMA)-20 5 quad receptacles. Outlets should be installed at heights that adhere
to the building electrical codes, typically 18 inches above finished floor. Additional circuits
may be required as equipment density is increased.
• A certified electrical ground and buss shall be installed into each closet for communications
equipment grounding and be connected to a dedicated building ground that is compliant with
the ANSI //TIA/EIA 607.
• For the MDF, a pre-treated. fire-rated, plywood backboard (3/4 inches by 4 feet by 8 feet sheets)
shall be fastened properly to the wall for riser cable control, where required.
• MI cable shall be neady secured with Velcro and anchored every 3 feet on the backboard
• USCIS occupied floors that are contiguous, with stacked closets, should have a minimum of two
4-inch sleeves between closets for USCIS Data and Voice cables. Additional sleeves will be
required for the building voice riser system. Where USCIS data and voice cables must pass
through communications closets not controlled by USCIS or the US government, mechanical
protection must be provided. Thin wall ridged conduit will be sufficient for this requirement.
14.2 Conduits
Conduit installations shall comply with all ANSI/TIA/EIA-569-A specifications. Highlights of that
specification are as follows:
• Maximum fill factor of 40% per conduit shall be adhered to for new conduits. If possible.
installers shall avoid using those conduits that have exceeded the 40% fill factor.
• Pull-box shall be installed every 100 feet and / or every two 90-degree turns.
• All bends in the conduit must be made hydraulically to create smooth, sweeping turns.
• MI pull-boxes shall be sized to allow for the largest minimum bend radius for any of the cables
that are used.
• Where local codes mandate that rigid conduit must be installed from the distribution closet to the
114O, a minimum of one I -inch diameter conduit from wiring center to workstation 1140 is
required. This single, 1-inch conduit will support both voice and data grade cabling to the
workstation and requires a consolidated voice and data closet.
• In buildings which local codes do not mandate rigid conduit from the distribution closet to the
IMO, a minimum of one -inch diameter conduit from above ceiling grids to respective IMO
is recommended. These conduits are referred to as "ring and string" within the industry, and
typically provide a pathway for plenum cable installation into the outlet box. Although many
local codes do not require rigid conduits for low voltage wiring, USCIS Off recommends the
general contractor install these for each IMO.
• Open office space (e.g., systems furniture where two or more IMO's are fed by a single column
or feed) typically does not require conduit stubs or home run conduits. If conduits or stubs
are installed, then conduit sizing shall ensure fill factor does not exceed 40%.
• Minimum of two 4-inch diameter sleeves shall be provided for vertically stacked closets. In open
9/1342007 35 USCIS Structured Cable Plant Standard
Verson 1.2
Initials:
Lessor GM
EFTA01089914
US Township and Immipahon Services
plenum environments, where access to dosets are not blocked by building structures or
fixtures, and a clear pathway exists, conduit installation is not required to interconnect closets.
Exceptions will be made by the USCIS Project Manager
• Minimum of two 4-inch diameter conduits shall be provided in any building or campus
environment where cable is subject to damage or there is no clear pathway for installation.
These may be areas such as underground parking garages, outside cable routes, pathways
through office space not under USCIS control, or areas that prevent cable installation at future
dates, such as main building lobbies, under-floor pathways, etc.
• Minimum of two 4-inch diameter conduits between buildings in a campus environment.
15.0 DOCUMENTATION
Upon completion of die cable plant installation, a documentation package shall be completed
within 30 calendar days that shall include the following items:
• Letter of certification of the installing organization from the structured cable plant vendor.
• Completed Contractor Information Form.
• Detailed materials list.
• Cable plant test certification letter.
• Electronic Copper cable test results (soft) in Fluke Networks Linkware format (.flw). (Full plot
data).
• Electronic Fiber-optic cable test results (soft) in Fluke Networks Linkware format (.0w). (Full
plot data).
• Structured media warranty (system warranty) and warranty claim information document.
• As-built site drawings.
All of this information shall be provided in both hardcopy and electronic formats, except as
follows:
• Electronic Fiber test results (soft).
• Electronic Copper test results (soft).
15.1 Letter ofCertification
A letter of certification shall be supplied to the designated USCIS Program Manager from the
authorized project supervisor. A sample of the recommended letter of certification is included as
Appendix B of this document. A letter of certification shall be supplied to the designated USCIS
Program Manager from the authorized project supervisor. A sample of the recommended letter of
certification is included as Appendix B of this document. The letter of certification should be
submitted in electronic format using word Processing software compatible with Microsoft Word
2000 or lower.
15.2 Implementation Report
A brief implementation report shall be submitted as part of the completed documentation package.
This implementation report, at a minimum, should include the following information:
• Installing company name and address.
9/13/2007 36 USCIS Struciured Cable Plant Standard
Version 1.2
EFTA01089915
US Ca irenship and Immigration Services
• Contract number and Task or Delivery Order, if any.
• Beginning and ending dates of the installation project.
• Names of personnel assigned to the installation project.
• Installation summary, including deviations from die original task order.
• Responsible party names, address, and phone number.
The electronic version of this report shall be submitted using word Processing software compatible
with Microsoft Word 2000 or lower. A sample implementation report is provided as Appendix D
of this document.
15.3 Detailed Materials List
A detailed materials list shall be included as pan of the completed documentation package. At a
minimum, this list shall include all materials originally called for from the site survey report, actual
materials used for the installation project, and a column that shows the deviation between the two.
Any unusual deviations in required quantities should be explained in the implementation report, as
described previously.
The detailed materials list should be completed and submitted using spreadsheet software
compatible with Microsoft Excel 2000 or lower. A sample form to be used for this list is provided
as Appendix E of this document.
15.4 Cable Plant Test Certification Letter
In lieu of the responsible installation supervisor providing a signature on each primed cable test
result. a letter of certification from the installation supervisor may be included to verify that
installation personnel doing the testing have been properly trained in the use of the test equipment
and that the test results included have been reviewed and are an accurate reflection of the installed
cable plant.
The certification letter should be submitted In electronic format as a word Processing document
compatible with Microsoft Word 2000 or lower. A sample cable plant test certification letter is
included as Appendix F of this document.
15.5 Copper Cable Test Results
Test results for all cables shall be included in electronic format (Fluke Linkware format) within the
completed documentation package upon completion of the project. The cable test results shall be
provided in numeric order on a per closet basis for horizontal cables. All copper tie and backbone
cables shall be included as a sub-section and also numbered.
15.6 Fiber-optic backbone Cable Test Results
Test results for all cables shall be included in electronic fonnat (Fluke Linkware format)
within the completed documentation package upon completion of the project. Opposite
ends of each fiber strand tested should be included side by side or in direct sequential
order. The fiber optic test results shall be submitted in a closet-by-closet format.
9/13/2007 37 USCLS Structured Cable Plant Standard
Winton 1.2
Initials: 1 —U2--
Lessor Gov't
EFTA01089916
US Citizenship and Immigration Services
15.7 As-Built Site Drawings
Complete as-built site drawings of the cable plant shall be included as part of the completed
documentation package. At a minimum, the following information shall be included on the
drawing:
• Accurate, reasonable facsimile of the building floor plan
• Room and area numbers assigned for identification purposes
• Location and designation of all wiring closets
• Location and designation of all information outlets installed
• Routes for all cables, including horizontal, tie, and backbone
• Location of all vertical penetrations
• Location of horizontal penetrations through fire walls
• Any special service application notes
• Backbone and tie cable lengths between closets
These as-built site drawings shall be completed using computer-aided drawing software that
produces vector graphics data files, preferably AutoCAD version 2003 or lower.
9/13/2007 38 USCIS Structured Cable Plant Standard
Vaston 1.2
INbal t: P
Lessor Gov't
EFTA01089917
US Citinnship and Immigmtion Services
Attachment A Glossary
Pm Micrometer
AC Alternating Current
ACR Attenuation to crosstalk ratio
ANSI American National Standards Institute
AWG American Wire Gauge
CAT Category
CSA Canadian Standards Association
dB Decibel
DHS Department of Homeland Security
DO District Office
EF Entrance Facility
EIA Electronic Industries Association
ELFEXT Equal Level Far End Cross-talk
EMI Electromagnetic Interference
FCC Federal Communications Commission
FIPS Federal Information Processing Standard
GRI Group Refractive Index
HVAC Heating, Ventilation, and Air Conditioning
ID Identification
IDC Insertion Displacement Connector
IEEE Institute of Electrical and Electronics Engineers
Imo Information Management Outlet
ISO International Organization for Standardization
IT Information Technology
km Kilometers
LAN Local Area Network
Mbps Megabits per second
MC Main Cross-connect
MDF Main Distribution Frame
MHz Megahertz
NEBS National Electrical Bell Standards
NEC National Electrical Code
NEMA National Electrical Manufacturers Association
9/13/2007 39 USCIS Structured Cable Flom Standard
Version 1.2
Intl.*: A O4 Jdj .
Lessor e
EFTA01089918
1/S Cititenship and Immigration Services
NEXT Near End crosstalk
NFPA National Fire Protection Agency
ns Nanosecond
OC1O Office of the Chief Information Officer
OIT Office of information Technology
OFN Optical Fiber, not rated
OFNP Optical Fiber Plenum
OFNR Optical Fiber Riser
OTDR Optical Time Domain Rellectometer
PCB Printed Circuit Board
PS ACR Power sum attenuation to crosstalk ratio
PS ELFEXT Power Sum
PS NEXT Power sum near-end crosstalk
RFI Radio Frequency Interference
RJ Remote Jack
RWC Remote Wiring Closet
TIA Telecommunications Industries Association
TR Technical Reference
TSB Telecommunications Services Bulletin
UL Underwriter's Laboratory
USCIS U.S. Citizenship and Immigration Services
USOC Universal Service Order Code
UTP Unshielded Twisted Pair
WAN Wide Area Network
ACR Measurement of NEXT-Attenuation
Attenuation The decrease in magnitude of a wave as it travels through any transmitting
medium, such as a cable or circuitry. Attenuation is measured as a ratio or as the
logarithm of a ratio decibel.
CAT 6 A type of cable passing ANSI/TIA/EIA specifications, which allows data to be
transmitted at 100 MHz.
Conduit A pipe, usually metal, that runs either from floor to floor or along a floor or
ceiling to protect cables.
Cross-talk A type of interference caused by audio frequencies from one line being coupled
into adjacent lines. The term is loosely used also to include coupling at higher
frequencies.
Delay Skew The propagation delay difference between the slowest and fastest cable pair.
9/13/2007 40 USCIS Structured Cable Plant Standard
Version 1.2
re.
Indlab
EFTA01089919
US citinnstip and Immigration Scraccs
EIA Electronic Industries Association: the US national organization of electronic
manufacturers. It is responsible for the development and maintenance of
industry standards for the interface between data processing machines and data
communications equipment.
EMI "Noise" generated in copper conductors when electromagnetic fields induce
current. External signals that disrupt die data transmitted on the local area
network or electronic device being operated.
End -To -End A continuous connection, for example, from a workstation to a concentrator.
Connection
FC Connector A type of optical fiber connector identifiable by its round, screw-operated
locking nut. It is usually metal. Its ruggedness leads it to be widely used in test
equipment. (Source BICSI Telecommunications Dictionary)
FEXT Cross-talk measured at die opposite end from which die disturbing signal is
transmitted.
Frequency The number of times a periodic action occurs in a unit of time. The number of
cycles that an electrical current completes in one second, expressed in Hertz.
Frequency The range, measured in Hertz of a test signal.
Range
Hertz The unit of frequency, one cycle per second.
IEEE Institute of Electrical and Electronics Engineers: An international professional
society that issues its own standards and is a member of ANSI and ISO.
LAN A geographically limited communications network intended for the local
transport of data, video, and voice. Often referred to as a customer premises
network.
Loose Tube The fiber is contained in a plastic tube for protection. To give better
waterproofing protection to die fiber, die space between the rubes is sometimes
gel-filled. Typical applications are outside installations. One drawback of loose
buffer construction is a larger bending radius. Gel-filled cable requires the
installer to spend time cleaning and drying the individual cables, and cleaning up
the site afterwards.
Megabits A million bits per second: A unit of data transmission speed.
MDF The main distribution frame, where central networking components are located.
This refers to closets and large computer rooms and in most cases houses the
WAN equipment and circuits. These rooms are the core rooms in a building or
campus environment.
MTRJ The MT-RJ fiber optic couplers provide a complete system for premises
connectors applications. As the name suggests, the system was designed to bring many of the
benefits of the RJ-45 modular plug and jack system to fiber optics: small size,
lower costs, easier application, and easier use.
Nanosecond 9
One billionth of a second (10 seconds).
9/11/2007 USCIS Structured Cable Plant Standard
Version I 2
Ina ALL
Lessor
EFTA01089920
US Citizenship and Immigration Services
NEXT Crosstalk measured at the end from which the disturbing signal is transmitted.
Near End crosstalk is a measure of how much energy is coupled at the near end in
a pair that is adjacent to an energized pair, and FEXT is the same measure at the
far end from the transmitter. When all pairs are energized, as with Gigabit
Ethernet. NEXT and FEXT are generated by each disturbing pair and must be
power-summed to obtain a true measure of the coupled energy.
OFN, OFNP, Type of optical fiber cable construction, which stands for: general purpose,
OFNR plenum (P) or Riser (R)
Patch Panel A modular termination and connection point for horizontal distribution cabling.
Plenum A compartment or chamber to which one or more air ducts are connected and
that forms part of the air distribution system. (Source National Electric Code)
Protocol The means used to control die orderly exchange of information between stations
on a data link or on a communications network or system.
Propagation The amount of time that passes between when a signal is transmitted and when it
Delay is received at die opposite end of a cable or cabling.
PS NEXT Power sum near end crosstalk. Measurement
PVC Polyvinyl Chloride: A type of plastic material used to make cable jacketing.
Return Loss Return loss is a measure of the signal reflections occurring along a channel or
basic link and is related to various electrical mismatches along the cabling.
FU-45 Keyed An eight-conductor modular phone-style receptacle with a plastic tab on the side.
Connector This type of connector can only be inserted into a keyed jack.
RJ-45 Non- An eight-conductor modular phone-style receptacle without a plastic tab. This
Keyed type of connector can be inserted into either a keyed or non-keyed jack.
Connector
SC connectors Fiber connector that is duplexed into a single connector clip with both
transmit/receive fibers.
ST connectors Keyed, bayonet-style connector, very commonly used
TIA Telecommunications Industries Association: The US national organization of
telecommunications manufacturers. It is responsible for the development of data
processing machines and data communications equipment.
Tight Buffered Buffer layers of plastic and yarn material are applied over the fiber. Results in a
smaller cable diameter with a smaller bending radius. Typical applications are
patch cords and local area network connections. At least one mfr. Produces this
type of cable for inside/outside use.
UTP A cable with multiple pairs of twisted insulated copper conductors bound in a
single sheath. An unshielded twisted pair CAT6 cable usually contains four pairs
of wire in a single jacket.
WAN Wide Area Network: A network that uses common-carrier-provided lines, usually
to connect two or more LANs.
9/132007 42 USCIS Structured Cable Plant Standard
Version 1.2
In ti1a s 3J
Lessor G
EFTA01089921
US Cm/cm/up and Immigration Scrviccs
Attachment B Sample Letter ofCertification
TO THE PROGRAM INSTALLATION PARTNER
CERTIFICATION AGGREEMENT
'Solution Vended Certification Program
Structured Cabling Installation Partner Certification
"Installation Company"
"Installation Company" has met the Certification Partner selection criteria and has successfully completed
the program training. Therefore "Installation Company" is hereby certified as a Certification Program
Installation Partner, and as such is authorized by /Vendor] to design and install [Solutions Vendor]
Certified Systems, and to support the Certification Program 20-year Applications Assurance and an
extended limited component warranty.
"Invallation Company" has agreed top conform to all [vendor] specified and TIA/EIA compliant
installation practices as presented in the Program training program.
[Vendor] approved systems designed for the TIA/EIA-570 Category 6 channel perfonnance and registered
with [vendor] by a certified Certification Program Installation Partner are covered by the Certification
Program Applications Assurance and an extended limited component warranty.
Certification Number: Certification Date:
9/ 11/2007 43 USCIS Structured Cable Mont Standard
Version 1.2
Initials:
EFTA01089922
US Citizenship and Immigration Scry ices
Attachment CSample Contractor Infonnatn FO1771
CONTRACTOR INFORMATION
JOB NAME:
LOCATION:
DATE:
PROJECT: Cable Plant Installation
FIBER CON-TRACTOR
NAME:
PHONE:
ADDRESS:
CITY, STATE, ZIP:
CONTACT NAME:
COMPLETION DATE:
SCOPE OF WARRANTY RESPONSIBILITY: In accordance with Existing Contract
SUPPLIED MATERIALS: In accordance with Task Order XXX-xxx
COPPER CONTRACTOR
NAME:
PHONE:
ADDRESS:
CITY, STATE, ZIP:
CONTACT NAME:
COMPLETION DATE:
SCOPE OF WARRANTY RESPONSIBILITY: In accordance with Existing Contract
SUPPLIED MATERIALS: In accordance with Task Order XXX-xxx
9/13/2007 44 USCIS Structured Cable Plant Standard
Version 1.2
EFTA01089923
IN Citwerwhip and Immigration Nenices
Attachment D Sample Implementation Report
PROJECT IMPLEMENTATION REPORT SITE C
INTRODUCTION
"Company A" under sub-contract to "Company B", and working under Task Order Number XXX-
xxx, recently performed a local cable plant installation at "Site C". The project was begun on
Monday July 7. 2004. and the installation was completed on Wednesday, July 23. 2004.
PROJECT PERSONNEL
The following "Company A" personnel participated in the installation project at "Site C":
Mr. X Program Manager. Mr. Y Task Team Leader ,Mr. Z Senior Network Engineer
INSTALLATION SUMMARY
The network installation was completed in accordance with the Task Order, using the Site Survey
Report as the guide for project completion. In accordance with the design documentation, two
buildings at the headquarters site were cabled for a total of 52 dual cable drops. All drops were
installed through a self-suspended overhead cable routing system above the acoustic ceiling tiles in
the office areas and garage of Site C.
Two wiring closets, designated wiring closet HQ-0 I -A and HA-01-A, serve the workstation
connectivity needs for Site C. The main building cables are identified by labels starting with HQ-
01-A; the garage cable drops are identified by labels beginning with HA-01-A. All 45 copper cable
drops for closet HQ-0 I -A terminate on the patch panels in the equipment racks located in room
118, which also serves as the main computer room. The seven drops in the garage in wiring closet
HA-01-A terminate on the patch panels located on the equipment rack in room 105.
A six-stand multi-mode fiber-optic cable connects wiring closet HA-01-A in the garage to wiring
closet HQ-01-A in the main building.
There were no modifications made to the design documentation from the Site Survey Report. All
material was provided and installed in accordance with the materials listing in the report.
PROJECT DOCUMENTATION
Included within the As-built documentation package, both in hard copy and electronic format, is
the following information:
Item Electronic Format
Letter ofCertification word processing compatible with Microsoft Word for Windows (Version 2000), or lower
Implementation Report Word processing compatible wnh Microsoft Word for Windows (Version 2000), or lower
Contractor lnformauon Word processing compatible with Microsoft Word for Windows (Version 2000), or lower
Cable Slant Database Spreadsheet compatible with Microsoft Excel (Version 2000) or lower
Detailed Maim.). Listing Spreadsheet compatible with Microsoft Excel (Version 2000) or lower
Cable Mant Test Results ASCII Text File
Active Equipment Installation Log Spreadsheet compatible with Microsoft Excel (Version 2000) or lower
As-built Site Drawings CAD format compatible with AutoCAD Version 2000 or lower
Wiring Closet Deud Raster or Vector draw log compatible with Vino Professtonal (Version 5.0) or AutoCAD
Version 2000 or lower
CONCLUSION
The installation project was completed on Wednesday. July 23, 2004.
All materials and workmanship provided by Company A are fully warranted under the terms of die
existing contract between Company B and Company A.
Any questions concerning the project installation, documentation, and warranty may be addressed
to Mr. Y of "Company A". Mr. Y can be reached at (000) 555-0000.
/2007 45 IJSCIS Structured Cable Plant Standard
Version I.2
Initials: 1 &
EFTA01089924
US attrembro and Immigration SaVICe$
AttachmentESample DetailedMaterials List
Item Projected Actual
No. Description Quantity Quantity Variance
1 Wire Management Panel 6 6 0
2 48 Port Patch Panel 2 2 0
3 24 Port Patch Panel 4 4 0
4 Single Gang Faceplate, 6-plex CAT-6 25 2S 0
5 Workstation Blank Insert 50 50 0
6 Dual RJ-45 Jack, 568A, Keyed 25 25 0
7 CAT-6 Cable, 24-4/P. plenum, feet 15000 15000 0
8 Patch Cord, yellow, 14 feet 30 30 0
9 Patch Cord, yellow, 10 feet 70 70 0
10 Open Rack, self support, double sided I I 0
II Rack Mourn Power Outlet Strip 2 2 0
12 Cisco Catalyst 4006 Switch I 1 0
13 Cisco 1000 Base-X Switching Module I I 0
14 Cisco Supervisor II Engine Module 1 1 0
IS Cisco 48 Port 10/100 Base-T Module 3 2 0
16 19" Clear Vented Double Sided Rack I I 0
Tray
17 Panduit 0.9" x 1.5" Latching Duct, 6 8 8 0
foot lengths
18 Data Tab (Computer Icon) 100/PACK 2 2 0
19 Fiber-optic cable, Six-Strand, feet 600 300 300
20 Cisco Catalyst 2948G Switch 2 2 0
21 Cisco Catalyst 2980G Switch I 1 0
22 Box Eliminators 50 50 0
23 Surface Mount Box 14 14 0
24 Panduit 0.53"x I .01" Latching Duct, 6 14 14 0
foot lengths
25 Fiber Distribution Center 2 2 0
26 FDC Connector Panel, Preloaded w/ 6 2 2 0
ST
27 Dual Fiber Jumper Cable, ST to ST, 10 2 2 0
feet
13/2007 46 liSCIS Structured Cable Plant Standard
Vernon 1.2
Initials:
sor
EFTA01089925
US Cawenship and Inimigrat:on ScfYICCS
Attachment FSample Cable Test Certification Letter
[Use Corporate kuttliad]
Date: [Current date]
To: [Full name of individual to whom the letter is being sent]
Address: [of individual to whom Inter is addressed]
Re: USCIS Cable Plant Installation at "Site C"
Task Order No.: [300C-xia]
Dear [Mr.. Ms., or Dr. and last name]:
This letter is to certify that all able test results included for the above mentioned project has been
completed by "Company A" personnel who have been trained, and are competent in the use of,
the required cable testing equipment.
Please accept this letter as certification of the accuracy of the test results furnished in lieu of
individual signatures on each cable test result.
[Mr., Ms., or Dr. and name] [Tide]
WI 3/2007 07 IJSCIS Structured Cable Plant Standard
Version I.?
Initials
Lessor
EFTA01089926
US Orin hip and Immiwalion Services
Attachment G Sample Copper Cable Documentation
Sample Copper Cable Documentation
Cable ID: Test Summary:
Data / Tana. Operator: Mocor
Headroom 34:04ara Voraica: man (IN:
Taal Linn NVP. ROTOIQ EeN:
Cal* Typo: Man Adaptor
Rana AdaptOr.
Intro Map (15040) 12 3 4 567
PASS 1111 1 111
12345678
LarKIN UV. line 326 par 121 101 03 nKla fl uor* 01) Maar 9 AMY • &WWI
Prot/ Roby (ra). Lift 565 par 781 152 SO
Malay Skov (n4). Unit 50 'Pak 781 3
Rai/Santa (Came) IPA( 121 60 00 t/14 Is cutioutsice
ao
Anenumn (2) (Pak 78) 173
Frallorxy(6642) IP= 781 ICO IOISH
POOMIEflNO) angst 81.4) tore
uror eel 192k 701 240
Waco Casa Mahn Worst Cava VS. halo
•
PASS MAIN SR MMN SR
Worst Par 12-36 1236 36.45 36.45
NEXT (de) 05 5.5 0.4 7.0
Da 5 IC 5 943 910 CO
Fraq. iMs4
Lint rte) 422 422 30.3 30.0
WarmPar 12 12 36 45
PSNEXT (dB) 63 7.3 8.0 80 0
F790171041/ 19.0 19.6 04 0 93.6 Imaomof PAM
Unit (dg) 39.0 391 27.5 27.0
&FOCI
PASS MAIN SR MAN SA
Was; Par 12-45 1245
EISEXT (00)
Frut Ws)
70-36
170
1.1
30-215
17.6
1.3
182
84.6
181
84.5
Ir1PWRIIM
Unit QS) 56.4 55.5 nil 160 33
Wor0Pai as 45 45 45
PSELFI3(7 (dB) 181 18.3 10.1 18.3 0
FMCI. (M14 843 810 84.3 810 Neale 01810 loa
US (28) ISO 16.0 15.0 ISO
• AKA a lat 0 nner
WA MAIN SR MAN SR
Word Par 12-36 12-30 36.45 3545 w 00
ACR (dB) 34.1 34.7 33.0 31.3 01:111TIME 00
Flo0.0614 94.5 04.5 04.5 916
tO
tV/hoti tI 12 12 Y. 45
PSACR (a) 31.4 320 30.7 29.3 0 0•
Flog. (642) 1000 100.0 04.0 918 NiallatirCIAX ec 144qmomy 544 'Co
Uri* (03)
PASS MAIN SR MAN SR
• a a
a
Wool Par 12 45 12 45 NIMINal
St (69)
Fruit (1442)
7.6
250
7.1
70.5
7.0
506
7.1
785 41WETAIMO 30
LON (dB) 15.9 11.0 110 11.0
0 OWNSMN i01
9/13/2007 48 USCIS Structured Cable Plant Standard
Version 1.2
nittals:
Or Go
EFTA01089927
US Cilimnship and Immigration Services
Attachment H Sample Fiber-Optic Documentation
Sample Fiber Documentation
Cable ID: Test Summary:
Dan / Trio Opami or Moctitt.
Hat oo £dtvxa VORAYI: Mtn Stti.
Tots Lbrdt Remoteto
Cade Typo: Adaptor
ROMOte Adapter
= 1 4710
Number of Adapt," 2
Nuniter a Spbott 0
Path Typo: Matiltdo 625
Patch Lorttph It) 33
Path length.? I t). 33
Patch Loogth3 (I). 10
Propagation Delay (ns) 260
(-90 2th (10. Unit 6502.0 173.9 PA-SS
Direction A-e AR
Wavelength (ring 1300 050
Rota' PASS PASS
tat (c121 0.91 0.93
Lots Unit(®) 2.30 3.30
Loci Marcel (dB) 1.35 241
Rolorterto (dEbn) .17.49 -20.15
030212004 OS 532am (lAtthod131 (Mottrad 8)
Direction B-A BA
Wavgorgth (nm) 1300 630
Nutt PASS PASS
Wet (63) 0.94 0.04
1.044 UmIt (03) 2.30 3.35
Loco Margin (dB) 1.46 252
Clotentco(dEtn) -19.90 49117
0102.2004 0015.321M (Method B) (lAothod B)
Near End Adapter Eat 0111111
adixaticn Data 0227:2004 10141Sten
Far end Adapt, ST/ 9111112
Callbraticn Dz. 07127/2004 21:15in
9/13/2007 49 USCIS Structured Cable Plant Standard
fl im
k Version 1.2
In &
L SSOr Got
EFTA01089928
GENERAL CLAUSES
(Acquisition of Leasehold Interests In Real Property)
CATEGORY CLAUSE NO. 48 CFR REF. CLAUSE TITLE
DEFINITIONS 1 552.270-4 Definitions (Variation)
GENERAL 2 552.270-5 Subletting and Assignment
3 552.270-11 Successors Bound
4 552.270-23 Subordination. Nondisturbance and
Altomment
5 552.270-24 Statement of Lease
6 552 270-25 Substitution of Tenant Agency
7 552.270-26 No Waiver
8 552.270-27 Integrated Agreement
9 552.270.28 Mutuality of Obligation
PERFORMANCE 10 552.270.17 Delivery and Condition
11 552.270.18 Default in Delivery—Time Extensions
(Variation)
12 552.270-19 Progressive Occupancy
13 552.270-21 Effect of Acceptance and Occupancy
14 552.270-6 Maintenance of Builckng and Premises—
Right of Entry (Variation)
15 552.270-10 Failure in Performance
16 552.270-22 Default by Lessor During the Term
17 552.270-7 Fire and Casualty Damage
18 552.270-8 Compliance with Applicable Law
19 552.270-12 Alterations
20 552.270-29 Acceptance of Space (Variation)
INSPECTION 21 552.270-9 Inspection--Right of Entry
PAYMENT 22 52.204-7 Central Contractor Registration (Variation)
23 552.232-75 Prompt Payment
24 552.232-76 Electronic Funds Transfer Payment
(Variation)
25 552.232-70 Invoice Requirements (Variation)
26 52.232-23 Assignment of Claims
27 552.270-20 Payment (Variation)
STANDARDS OF CONDUCT 28 552.203.5 Covenant Against Contingent Fees
29 52.203-7 Anti-Kickback Procedures
30 52.223-6 Drug-Free Workplace
ADJUSTMENTS 31 552.203.70 Price Adjustment for Illegal or Improper
Activity
32 52.215-10 Price Reduction for Defective Cost or Pricing
Data
33 552.270-13 Proposals for Mustment
34 552.270-14 Changes (Variation)
AUDITS 35 552.215-70 Examination of Records by GSA
38 52.215-2 Audit and Records—Negotiation
DISPUTES 37 52.233-1 Disputes
_C itLL.L_
INITIALS: &
LESSOR NT GSA FORM 35178 PAGE 1 (REV 11105)
Lessor & Governmere
EFTA01089929
LABOR STANDARDS 38 51222-26 Equal Opportunity
39 52.222-24 Preaward On-Site Equal Opportunity
Compliance Evaluation
40 52.222-21 Prohibition of Segregated Facilities
41 52.222-35 Equal Opportunity for Special Disabled
Veteran, Veterans of the Vietnam Era, and
Other Eligible Veterans
42 52.222-36 Affirmative Action for Workers with
Disabilities
43 52.222-37 Employment Reports on Special Disabled
Veterans, Veterans of the Vietnam Era, and
Other Eligible Veterans
SUBCONTRACTING 44 52.209-6 Protecting the Governments Interest When
Subcontracting With Contractors Debarred,
Suspended, or Proposed for Debarment
45 52.215-12 Subcontractor Cost or Pricing Data
46 52.219-8 Utilization of Small Business Concerns
47 52.219-9 Small Business Subcontracting Plan
48 52.219-16 Liquidated Damages—Subcontracting Plan
The information collection requirements contained in this solicitationkontract that are not required by
regulation, have been approved by the Office of Management and Budget pursuant to the Paperwork
Reduction Act and assigned the OMB Control No. 30N-1 0183.
INITIALS.
LESSOR GOVERNMENT GSA FORM 35178 PAGE 2 (REV 11105)
lessor & Government
EFTA01089930
GENERAL CLAUSES
(Acquisition of Leasehold Interests in Real Properly)
1. 552.2704 DEFINITIONS (SEP 1999) (VARIATION)
The following terms and phrases (except as otherwise expressly provided or unless the context
otherwise requires) for all purposes of this lease shall have the respective meanings hereinafter
specified:
(a) "Commencement Date" means the first day of the term.
(b) "Contracr and "Contractor means "Lease" and "Lessor," respectively.
(c) "Contracting Officer means a person with the authority to enter into, administer, and/or
terminate contracts and make related determinations and findings. The term includes certain
authorized representatives of the Contracting Officer acting within the limits of their authority
as delegated by the Contracting Officer.
(d) "Delivery Date" means the date specified in or determined pursuant to the provisions of this
lease for delivery of the premises to the Government, improved in accordance with the
provisions of this lease and substantially complete, as such date may be modified In
accordance with the provisions of this lease.
(e) 'Delivery Time" means the number of days provided by this lease for delivery of the
premises to the Government, as such number may be modified in accordance with the
provisions of this lease.
(f) "Excusable Delays" mean delays arising without the fault or negligence of Lessor and
Lessor's subcontractors and suppliers at any tier, and shall include, without limitation:
(1) acts of God or of the public enemy,
(2) ads of the United States of Amenca in either its sovereign or contractual capacity.
(31 acts of another contractor in the performance of a contract with the Government.
(4 fires,
5 floods,
6 epidemics,
11' quarantine restrictions,
8 strikes,
(9 freight embargoes,
(10) unusually severe weather, or
(11) delays of subcontractors or suppliers at any tier arising from unforeseeable causes
beyond the control and without the fault or negligence of both the Lessor and any
such subcontractor or supplier.
(g) 'Lessormeans the sub-lessor if this lease is a sublease.
(h) "Lessor shall provide" means the Lessor shalt furnish and install at Lessors expense.
(i) "Notice" means written notice sent by certified or registered mail, Express Mail or
Comparable service, or delivered by hand. Notice shall be effective on the date delivery is
accepted or refused.
0) "Premises" means the space described on the Standard Form 2, U.S. Government Lease for
Real Property, of this lease.
(I) "Substantially complete" and "substantial completion" means that the work, the common and
other areas of the building, and all other things necessary for the Government's access to
the premises and occupancy, possession, use and enjoyment thereof, as provided in this
lease, have been completed or obtained, excepting only such minor matters as do not
interfere with or materially diminish such access, occupancy, possession, use or enjoyment.
(m) "Usable square feet' means the ANSI/BOMA Z65.1-1996 definition for 8OMA usable office
area, which means -The area where a tenant normally houses personnel and/or furniture, for
which a measurement is to be computed'
(n) 'Work" means all alterations, improvements, modifications, and other things required for the
ere
a pa on or continued occupancy of the premises by the Goverment as specified in this
r
INMALS
LESSOR GOVEI m rNT GSA FORM 35178 PAGE 3 (REV 11105)
Lessor 41 Government
EFTA01089931
2. 652.270-5 SUBLETTING AND ASSIGNMENT (SEP 1999)
The Government may sublet any part of the premises but shall not be relieved from any obligations
under this lease by reason of arty such subletting. The Government may at any time assign this
lease, and be relieved from all obligations to Lessor under this lease excepting only unpaid rent
and other liabilities, if any, that have accrued to the date of said assignment. Any assignment shall
be subject to prior written consent of Lessor, which shall not be unreasonably withheld.
3. 552.270-11 SUCCESSORS BOUND (SEP 1999)
This lease shall bind, and inure to the benefit of, the parties and their respective heirs, executors.
administrators. successors, and assigns.
4. 552.270-23 SUBORDINATION, NONDISTURBANCE AND ATTORNMENT (SEP 1999)
(a) Lessor warrants that it holds such title to or other interest In the premises and other property
as is necessary to the Government's access to the premises and ail use and enjoyment
thereof in accordance with the provisions of this lease. Government agrees, in consideration
of the warranties and conditions set forth in this clause, that this lease is subject and
subordinate to any and all recorded mortgages, deeds of trust and other liens now or
hereafter existing or imposed upon the premises, and to any renewal, modification or
extension thereof. It is the intention of the parties that this provision shall be self-operative
and that no further instrument shall be required to effect the present or subsequent
subordination of this lease. Government agrees, however, within twenty (20) business days
next following the Contracting Officer's receipt of a written demand, to execute such
instruments as Lessor may reasonably request to evidence further the subordination of this
lease to any existing or future mortgage, deed of trust or other security interest pertaining to
the premises, and to any water, sewer or access easement necessary or desirable to serve
the premises or adjoining property owned in whole or in part by Lessor if such easement
does not interfere with the full enjoyment of any right granted the Government under this
lease.
(b) No such subordination, to either existing or future mortgages, deeds of trust or other lien or
security instrument shall operate to affect adversely any nght of the Government under this
lease so long as the Government is not in default under this lease. Lessor will include in any
future mortgage, deed of trust or other security instrument to which this lease becomes
subordinate, or in a separate nondisturbance agreement. a provision to the foregoing effect.
Lessor warrants that the holders of all notes or other obligations secured by existing
mortgages, deeds of trust or other security instruments have consented to the provisions of
this clause, and agrees to provide true copies of all such consents to the Contracting Officer
promptly upon demand.
(c) In the event of any sale of the premises or any portion thereof by foreclosure of the lien of
any such mortgage. deed of trust or other security instrument, or the giving of a deed in lieu
of foreclosure, the Government will be deemed to have attomed to any purchaser,
purchasers, transferee or transferees of the premises or any portion thereof and its or their
successors and assigns, and any such purchasers and transferees will be deemed to have
assumed all obligations of the Lessor under this lease, so as to establish direct privity of
estate and contract between Government and such purchasers or transferees, with the
same force, effect and relative priority in time and right as if the lease had initially been
entered into between such purchasers or transferees and the Government, provided, thither,
that the Contracting Officer and such purchasers or transferees shall, with reasonable
promptness following any such sale or deed delivery in lieu of foreclosure, execute all such
revisions to this lease, or other writings, as shall be necessary to document the foregoing
relationship.
(d) None of the foregoing provisions may be deemed or construed to imply a waiver of the
Government's rights as a sovereign.
5. 552.270.24 STATEMENT OF LEASE (SEP 1999)
(a) The Contracting Officer will, within thirty (30) days next following the Contracting Officer's
receipt of a joint written request from Lessor and a prospective lender or purchaser of the
building, execute and deliver to Lessor a letter stating that the same Is issued subject to the
conditions stated in this clause and, if such is the case, that (1) the lease is in full force and
effect; (2) the date to which the rent and other charges have been paid in advance, if any;
a (3 whether any notice of default has been issued.
INI NAIR'
LESSOR GOVERNMENT GSA FORM 35178 PAGE 4 (REV 11/05)
Lessor & Government
EFTA01089932
(b) Letters issued pursuant to this clause are subject to the following conditions
(1) That they are based solely upon a reasonably diligent review of the Contracting
Officer's lease file as of the date of issuance;
(2) That the Government shall not be held liable because of any defect in or condition of
the premises or budding;
(3) Thal the Contracting Officer does not warrant or represent that the premises or
building comply with applicable Federal, State and local law; and
(4) That the Lessor, and each prospective lender and purchaser are deemed to have
constructive notice of such facts as would be ascertainable by reasonable
prepurchase and precommitment inspection of the Premises and Building and by
inquiry to appropriate Federal, State and local Government officials.
6. 552,270-25 SUBSTITUTION OF TENANT AGENCY (SEP 1999)
The Government may. al any lime and from time to time, substitute any Government agency or
agencies for the Government agency or agencies, if any, named in the lease.
7. 552.270-26 NO WAIVER (SEP1999)
No failure by either party to insist upon the strict performance of any provision of this lease or to
exercise any right or remedy consequent upon a breach thereof, and no acceptance of full or
partial rent or other performance by either party during the continuance of any such breach shall
constitute a waiver of any such breach of such provision.
8. 552.270.27 INTEGRATED AGREEMENT (SEP 1999)
This Lease, upon execution, contains the entire agreement of the parties and no prior written or
oral agreement, express or implied, shall be admissible to contradict the provisions of the Lease.
9. 552.270-28 MUTUALITY OF OBLIGATION (SEP 1999)
The obligations and covenants of the Lessor, and the Government's obligation to pay rent and
other Government obligations and covenants, arising under or related to this Lease, are
interdependent. The Government may, upon issuance of and delivery to Lessor of a final decision
asserting a claim against Lessor, set off such claim, in whole or in part, as against any payment or
payments then or thereafter due the Lessor under this lease. No setoff pursuant to this clause shall
constitute a breach by the Government of this lease.
10. 552.270-17 DELIVERY AND CONDITION (SEP 1999)
(a) Unless the Government elects to have the space occupied in increments, the space must be
delivered ready for occupancy as a complete unit. The Government reserves the right to
determine when the space is substantially complete.
(b) If the premises do not in every respect comply wth the provisions of this lease the
Contracting Officer may, in accordance with the Failure in Performance clause of this lease,
elect to reduce the rent payments.
11. 552.270.18 DEFAULT IN DELIVERY-TIME EXTENSIONS (SEP 1999) (VARIATION)
(a) With respect to Lessor's obligation to deliver the premises substantially complete by the
delivery date, time is of the essence. If the Lessor fails to work diligently to ensure its
substantial completion by the delivery date or fails to substantially complete the work by
such date, the Government may by notice to the Lessor terminate this lease. Such
termination is effective when received by Lessor. The Lessor and the Lessors sureties, if
any, are jointly and severally liable for any damages to the Government resulting from such
termination, as provided in this clause. The Government shall be entitled to the following
damages:
1) The Government's aggregate rent and estimated real estate tax and operating cost
adjustments for the firm term and all option terms of Its replacement lease or leases,
INITIALS
LESSOR GO MENT GSA FORM 35179 PAGE 5 (REV 11/05)
Lessor & Government
EFTA01089933
in excess of the aggregate rent and estimated real estate tax and operating cost
adjustments for the term. If the Government procures replacement premises for a
term (including all option terms) in excess of this term, the Lessor is not liable for
excess Government rent or adjustments during such excess lease term.
(2) All administrative and other costs the Government incurs in procuring a replacement
lease or leases.
(3) Other, additional relief provided for in this lease, at law, or in equity.
(b) Damages to which the Government is entitled to under this clause are due and payable thirty
(30) days following the date Lessor receives notice from the Contracting Officer specifying
such damages.
(c) Delivery by Lessor of less than the minimum ANSI/BOMA Office Area square footage
required by this lease shall in no event be construed as substantial completion, except as
the Contracting Officer permits.
(d) The Government shall not terminate this lease under this clause nor charge the Lessor with
damages under this clause, if (1) the delay in substantially completing the work arises from
excusable delays and (2) the Lessor within 10 days from the beginning of any such delay
(unless extended in writing by the Contracting Officer) provides notice to the Contracting
Officer of the causes of delay. The Contracting Officer shall ascertain the facts and the
extent of delay. If the facts warrant, the Contracting Officer shall extend the delivery date, to
the extent of such delay at no additional costs to the Government. A time extension is the
sole remedy of the Lessor.
12. 552.270-19 PROGRESSNE OCCUPANCY (SEP 1999)
The Government shaft have the right to elect to occupy the space in partial increments prior to
the
substantial completion of the entire leased premises, and the Lessor agrees to schedule its work
so as to deliver the space incrementally as elected by the Government. The Government shall
pay
rent commencing with the first business day following substantial completion of the entire leased
premise unless the Government has elected to occupy the leased premises incrementally. In case
of incremental occupancy, the Government shall pay rent pro rata upon the first business day
following substantial completion of each incremental unit. Rental payments shall become due
on
the first workday of the month following the month in which an increment of space is substantially
complete, except that should an increment of space be substantially completed after the fifteenth
day of the month, the payment due date will be the first workday of the second month following the
month in which it was substantially complete. The commencement date of the firm lease term will
be a composite determined from all rent commencement dates.
13. 552.270-21 EFFECT OF ACCEPTANCE AND OCCUPANCY (SEP 1999)
Neither the Government's acceptance of the premises for occupancy, nor the Government's
occupancy thereof, shall be construed as a waiver of any requirement of or right of the
Government under this Lease, or as otherwise prejudicing the Government with respect to
any
such requirement or right.
14. 552.2704 MAINTENANCE OF BUILDING AND PREMISES—RIGHT OF ENTRY (SEP 1999)
(VARIATION)
Except In case of damage arising out of the willful act or negligence of a Government employee,
Lessor shall maintain the premises, including the building, building systems, and all equipment,
fixtures, and appurtenances furnished by the Lessor under this lease, in good repair and condition
so that they are suitable in appearance and capable of supplying such heat, air conditioning, light,
ventilation, safety systems, access and other things to the premises, without reasonably
preventable or recurring disruption, as Is required for the Government's tress to, occupancy,
possession, use and enjoyment of the premises as provided in this lease. For the purpose of so
maIntaiNng the premises, the Lessor may at reasonable times enter the premises
approval of the authorized Govemment representative in charge. with the
15. 552.270-10 FAILURE IN PERFORMANCE (SEP 1999)
The covenant to pay rent and the covenant to provide any service, utility, maintenance, or repair
required r this lease are interdependent. In the event of any failure by the Lessor to provide
INITIALS
LESSOR MEM' GSA FORM 33178 PAGE 13 (REV 11)05)
Lessor & Government
EFTA01089934
any service, utility, maintenance, repair or replacement required under this lease the Government
may, by contract or otherwise, perform the requirement and deduct horn any payment or payments
under this lease, then or thereafter due, the resulting cost to the Government, including all
administrative costs If the Government elects to perform any such requirement, the Government
and each of Its contractors shall be entitled to access to any and all areas of the building, access to
which is necessary to perform any such requirement, and the I.essor shall afford and facilitate such
access. Alternatively, the Government may deduct from any payment under this lease, then or
thereafter due, an amount which reflects the reduced value of the contract requirement not
performed. No deduction from rent pursuant to this clause shall constitute a default by the
Government under this lease. These remedies are not exclusive and are in addition to any other
remedies which may be available under this lease or at law.
16. 552.270-22 DEFAULT BY LESSOR DURING THE TERM (SEP 1999)
(a) Each of the following shall constitute a default by Lessor under this lease:
(1) Failure to maintain, repair, operate or service the premises as and when specified in
this lease, or failure to perform any other requirement of this lease as and when
required provided any such failure shall remain uncured for a period of thirty (30) days
next following Lessor's receipt of notice thereof from the Contracting Officer or an
authorized representative.
(2) Repealed and unexcused failure by Lessor to comply with one or more requirements
of this lease shall constitute a default notwithstanding that one or all such failures
shall have been timely cured pursuant to this clause.
(b) If a default occurs, the Government may, by notice to Lessor, terminate this lease for default
and if so terminated, the Govemment shall be entitled to the damages specified in the
Default in Delivery-Time Extensions clause.
17. 552.270.7 FIRE AND CASUALTY DAMAGE (JUNE 2008)
If the entire premises are destroyed by fire or other casualty, this lease will immediately terminate.
In case of partial destruction or damage, so as to render the premises untenantable, as determined
by the Government, the Government may terminate the lease by giving written notice to the Lessor
within 15 calendar days after such determination. If so terminated, no rent will accrue to the
Lessor after such partial destruction or damage; and if not so terminated, the rent will be reduced
proportionately by supplemental agreement hereto effective from the date of such partial
destruction or damage. Nothing in this lease shall be construed as relieving Lessor from liability for
damage to or destruction of property of the United States of America caused by the willful or
negligent act or omission of Lessor.
18. 552.270-8 COMPLIANCE WITH APPLICABLE LAW (SEP 1999)
Lessor shall comply with all Federal, state and local laws applicable to the Lessor as owner or
Lessor, or both, of the building or premises, including, without limitation, laws applicable to the
construction, ownership, alteration or operation of both or either thereof, and will obtain all
necessary permits, licenses and similar items at Lessor's expense. The Government will comply
with all Federal, State and local laws applicable to and enforceable against it as a tenant under this
lease; provided that nothing in this lease shall be construed as a waiver of any sovereign immunity
of the Government. This lease shall be governed by Federal law.
19. 552.270-12 ALTERATIONS (SEP 1999)
The Government shall have the right during the existence of this lease to make alterations. attach
fixtures, and erect structures or signs in or upon the premises hereby leased, which fixtures,
additions or structures so placed in. on, upon, or attached to the said premises shall be and remain
the property of the Government and may be removed or otherwise disposed of by the Government.
If the lease contemplates that the Government is the sole occupant of the building, for purposes of
this clause, the leased premises include the land on which the building is sited and the building
itself. Otherwise, the Government shall have the right to tie into or make any physical connection
with any structure located on the property as is reasonably necessary for appropriate utilization of
the leased space.
iNMALS:
LESSOR GUYSMENT GSA FORM 35178 PAGE 7 (REV 11/05)
Lessor & Government
EFTA01089935
20. 552.270.29 ACCEPTANCE OF SPACE (SEP 1999) (VARIATION)
(a) VVhen the Lessor has completed all alterations, improvements, and repairs necessary to
meet the requirements of the lease, the Lessor shall notify the Contracting Officer. The
Contracting Officer or designated representative shall promptly inspect the space.
(b) The Government will accept the space and the lease term wilt begin after determining that
the space is substantially complete and contains the required ANSI/BOMA Office Area
square footage as indicated in the paragraph of this solicitation entitled -Amount and Type of
Space."
21. 552.270.9 INSPECTION-RIGHT OF ENTRY (SEP 1999)
(a) At any time and from time to time after receipt of an offer (until the same has been duly
withdrawn or rejected), after acceptance thereof and during the term, the agents, employees
and contractors of the Government may, upon reasonable prior notice to Offeror or Lessor,
enter upon the offered premises or the premises, and all other areas of the building access
to which is necessary to accomplish the purposes of entry, to determine the potential or
actual compliance by the Offeror or Lessor with the requirements of the solicitation or this
lease, which purposes shall include, but not be limited to:
(1) inspecting, sampling and analyzing of suspected asbestos-containing materials and
air monitoring for asbestos fibers;
(2) inspecting the heating, ventilation and air conditioning system, maintenance records,
and mechanical rooms for the offered premises or the premises;
(3) inspecting for any leaks, spills, or other potentially hazardous conditions which may
involve tenant exposure to hazardous or toxic substances; and
(4) inspecting for any current or past hazardous waste operations, to ensure that
appropriate mitigative actions were taken to alleviate any environmentally unsound
activities in accordance with Federal, State and local law.
(b) Nothing in this clause shall be construed to create a Government duty to inspect for toxic
materials or to impose a higher standard of care on the Government than on other lessees.
The purpose of this clause is to promote the ease with which the Government may inspect
the building. Nothing in this clause shall act to relieve the Lessor of any duty to Inspect or
liability which might arise as a result of Lessor's failure to inspect for or correct a hazardous
condition.
22. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) (VARIATION)
(a) Definitions. As used in this clause—
' Central Contractor Registration (CCR) database' means the primary Government
repository for Contractor information required for the conduct of business with the
Government.
'Data Universal Numbering System (DUNS) number means the 9-digit number assigned by
Dun and Bradstreet. Inc. (D&B) to identify unique business entities.
' Data Universal Numbering System +4 (DUNS+4) number' means the DUNS number
assigned by D&B plus a 4-character suffix that may be assigned by a business concern.
(D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be a • ned
at the discretion of the business concern to establish additional CCR records for identifying
alternative Electronic Funds Transfer (EFT) accounts for the same parent concern.
'Offeror means the owner of the property offered, not an individual or agent representing
the owner.
'Registered in the CCR database' means that—
(1) The Contractor has entered all mandatory information, including the DUNS number or
the DUNS+4 number, into the CCR database; and
(2) The Government has validated ail mandatory data fields and has marked the record
'Active.'
(b) (1k By submission of an offer, the Offeror acknowledges the requirement that a
spective Ryan Jee must be registered with D&B and in the CCR database prior to
INMALS
I ESSOR GO ENT GSA FORM 35178 PAGE 13 (REV 11/05)
Lessor & Govemment
EFTA01089936
award, dunng performance, and through final payment of any contract resulting from
this solicitation.
(2) The Offeror shall enter in the appropriate block, on the GSA Form 3518, entitled
Representations and Certifications. the legal entity's name and address, followed by
the DUNS or DUNS +4 number that identifies the Offeror's name and address exactly
as stated in the offer. The DUNS number will be used by the Contracting Officer to
verify that the Offeror is registered in the CCR database.
(C) If the Offeror does not have a DUNS number, it should contact Dun and Bradstreet directly
to obtain one.
(1) An Offeror may obtain a DUNS number—
(i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-
5711 or via the Internet at httrithwaN.dnticorn: or
(t) If located outside the United States, by contacting the local Dun and Bradstreet
office.
(2) The Offeror should be prepared to provide the following information:
(i) Company legal business.
(ii) Tradestyle, doing business, or other name by which your entity is commonly
recognized.
(iii) Company Physical Street Address, City. Slate. and ZIP Code.
(iv) Company Mailing Address, City. Slate and ZIP Code (if separate from
physical).
(v Company Telephone Number.
(vi Date the company was started.
(vii Number of employees at your location.
(viii Chief executive officer/key manager.
(ix Line of business (industry).
(x Company Headquarters name and address (reporting relationship within your
entity).
(d) If the Offeror does not become registered in the CCR database in the time prescribed by the
Contracting Officer, the Contracting Officer will proceed to award to the next otherwise
successful registered Offeror.
(e) Processing time, which normally takes 48 hours, should be taken into consideration when
registering. Offerors who are riot registered should consider applying for registration
immediately upon receipt of this solicitation.
(0 The Contractor is responsible for the accuracy and completeness of the data within the CCR
database, and for any 'ability resulting from the Government's reliance on inaccurate or
incomplete data. To remain registered in the CCR database atter the initial registration, the
Contractor is required to review and update on an annual basis from the date of initial
registration or subsequent updates its information in the CCR database to ensure it is
current, accurate and complete. Updating information in the CCR does not alter. the terms
and conditions of this contract and is not a substitute for a property executed contractual
document.
(9) (1) V) If a Contractor has legally changed its business name, -doing business as'
name, or division name (whichever is shown on the contract), or has
transferred the assets used in performing the contract, the Contractor shall
comply with the requirements of Subpart 42.12 of the Federal Acquisition
Regulations (FAR) and provide the responsible Contracting Officer a fully
revised and initialed/signed GSA Form 3518, entitled Representations and
Certifications, along with written notification of its intention to (A) change the
name in the CCR database: and (B) provide the Contracting Officer with
sufficient documentation to verify and confirm the legally changed name or
change in ownership.
00 If the Contractor fails to comply with the requirements of paragraph (9)(1)(i) of
this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this
clause, and, in the absence of a pi wryly executed novation or change-of-name
agreement, the CCR information that shows the Contractor to be other than the
Contractor indicated in the contract will be considered to be incorrect
information within the meaning of the -Suspension of Payment' paragraph of
the electronic funds transfer (EFT) clause of this contract.
INITIALS. •
LESSOR GOVERNMENT GSA FORM 35176 PAGE 9 (REV 11/05)
Lessor 8 Government
EFTA01089937
(2) The Contractor shall not change the name or address for EFT payments or manual
payments, as appropriate, in the CCR record to reflect an assignee for the purpose of
assignment of claims. Assignees shall be separately registered in the CCR database.
Information provided to the Contractor's CCR record that indicates payments.
including those made by EFT, to an ultimate recipient other than that Contractor will
be considered to be incorrect information.
(h) Offerors and Contractors may obtain information on registration and annual confirmation
requirements via the internet at ht1DMAVW.CCIXISN or by calling 1.888-227.2423. or
269-961-5757.
23. 552.232-75 PROMPT PAYMENT (SEP 1999)
The Government will make payments under the terms and conditions specified in this clause.
Payment shall be considered as being made on the day a check is dated or an electronic funds
transfer is made. All days referred to in this clause are calendar days, unless otherwise specified.
(a) Payment due dale.
(1) Rental payments. Rent shall be paid monthly in arrears and will be due on the first
workday of each month, and only as provided for by the lease.
(i) When the date for commencement of rent falls on the 15^ day of the month or
earlier, the initial monthly rental payment under this contract shall become due
on the first workday of the month following the month in which the
commencement of the rent is effective.
(ii) When the date for commencement of rent falls after the 151" day of the month,
the initial monthly rental payment under this contract shall become due on the
first workday of the second month following the month in which the
commencement of the rent is effective.
(2) Other payments. The due date for making payments other than rent shall be the later
of the following two events:
(i) The 30" day after the designated billing office has received a proper invoice
from thg Contractor.
(ii) The 30 day after Government acceptance of the work or service. However, if
the designated billing office fails to annotate the invoice with the actual date of
receipt, the invoice payment due date shall be deemed to be the 30 day after
the Contractor's invoice is dated, provided a proper invoice is received and
there is no disagreement over quantity, quality, or Contractor compliance with
contract requirements.
(b) Invoice and inspection requirements forpayments other than rent
(1) The Contractor shall prepare and submit an invoice to the designated billing office
after completion of the work. A proper invoice shall include the following items:
0 Name and address of the Contractor.
(ii Invoice date.
(iii Lease number.
(N) Governments order number or other authorization.
(v) Description, price, and quantity of work or services delivered.
(vi) Name and address of Contractor official to whom payment is to be sent (must
be the same as that in the remittance address in the lease or the order).
(vii) Name (where practicable), title, phone number, and mailing address of person
to be notified in the event of a defective invoice.
(2) The Government will inspect and determine the acceptability of the work performed or
services delivered within 7 days after the receipt of a proper invoice or notification of
completion of the work or services unless a different period is specified at the time the
order is placed. If actual acceptance occurs later, for the purpose of determining the
payment due date and calculation of interest, acceptance will be deemed to occur on
the last day of the 7-day inspection period. If the work or service is rejected for failure
to conform to the technical reqtirements of the contract, the 7 days will be counted
beginning with receipt of a new invoice or notification. In either case the Contractor is
not entitled to any payment or interest unless actual acceptance by the Government
urs.
'
M
-
-
Pl(11ALS
LESSOR GOVER ENT GSA FORM 351nil PAGE 10 (REV 11/05)
Lessor 8 Government
EFTA01089938
(c) Interest Penalty.
(1) An interest penalty shall be paid automatically by the Government, without request
from the Contractor, if payment is not made by the due date.
(2) The interest penalty shall be at the rate established by the Secretary of the Treasury
under Section 12 of the Contract Disputes Act of 1978 (41 U.S C. 611) that is in effect
on the day after the due date. This rate is referred to as the "Renegotiation Board
Interest Rate." and it is published in the Federal Register semiannually on or about
January 1 and July 1. The Interest penalty shall accrue daily on the payment amount
approved by the Government and be compounded in 30-day increments inclusive
from the first day after the due date through the payment date.
(3) Interest penalties will not continue to accrue after the filing of a claim for such
penalties under the clause at 52.233.1, Disputes, or for more than 1 year. Interest
penalties of less than $1.00 need not be paid.
(4) Interest penalties are not required on payment delays due to disagreement between
the Government and Contractor over the payment amount or other issues involving
contract compliance Of on amounts temporarily withheld or retained in accordance
with the terms of the contract. Claims involving disputes, and any interest that may be
payable, will be resolved in accordance with the clause at 52.233-1. Disputes.
24. 552.232.76 ELECTRONIC FUNDS TRANSFER PAYMENT (MAR 2000) (VARIATION)
(a) The Government wilt make payments under this lease by electronic funds transfer (EFT)
The Lessor must, no later than 30 days before the first payment:
(1) Designate a financial institution for receipt of EFT payments.
(2) Submit this designation to the Contracting Officer or other Government official, as
directed.
(b) The Lessor must provide the following information:
(1) The Amencan Bankers Association 9-digit identifying number for Automated Clearing
House (ACH) transfers of the financing institution receiving payment if the institution
has access to the Federal Reserve Communications System.
(2) Number of account to which funds are to be deposited.
(3) Type of depositor account ("C" for checking, "S" for savings).
(4) If the Lessor is a new enrollee to the EFT system, the Lessor must complete and
submit Form SF 3881, ACH Vendor/Miscellaneous Payment Enrollment Form, before
payment can be processed.
(c) If the Lessor, during the performance of this contract, elects to designate a different financial
institution for the receipt of any payment, the appropriate Government official must receive
notice of such change and the required information specified above no later than 30 days
before the date such change is to become effective.
(d) The documents furnishing the information required in this clause must be dated and contain
the:
(1) Signature, title, and telephone number of the Lessor or the Lessor's authorized
representative.
(2) Lessor's name.
(3) Lease number.
(e) Lessor's failure to properly designate a financial institution or to provide appropriate payee
bank account information may delay payments of amounts othenrese properly due.
LESSOR GOVELNT GSA FORM 35178 PAGE 11 (REV 11/05)
Lessor 8 Government
EFTA01089939
25. 552.232-70 INVOICE REQUIREMENTS (SEP 1999) (VARIATION)
(This clause is applicable to payments other than rent.)
(a) Invoices shall be submitted in an original only, unless otherwise specified, to the designated
bitting office specified in this contract or order.
(b) Invoices must include the Accounting Control Transaction (ACT) number provided below or
on the order.
ACT Number (to be supplied on individual orders)
(c) If information or documentation in addition to that required by the Prompt Payment clause of
this contract is required in connection with an invoice for a particular order, the order will
indicate what information or documentation must be submitted.
26. 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986)
(Applicable to leases over $2,500.)
(a) The Contractor, under the Assignment of Claims Act, as amended, 31 U.S.C. 3727,
41 U.S.C. 15 (hereafter referred to as "the Act"), may assign its rights to be paid amounts
due or to become due as a result of the performance of this contract to a bank, trust
company, or other financing institution, inducing any Federal lending agency. The assignee
under such an assignment may thereafter further assign or reassign its right under the
original assignment to any type of financing Institution described in the preceding sentence.
•
(b) Any assignment or reassignment authorized under the Act and this clause shall cover all
unpaid amounts payable under this contract, and shaft not be made to more than one party,
except that an assignment or reassignment may be made to one party as agent or trustee
for two or more parties participating in the financing of this contract.
(c) The Contractor shall not furnish or disclose to any assignee under this contract any
classified document (including this contract) or information related to work under this
contract until the Contracting Officer authorizes such action In writing.
27. 552.270-20 PAYMENT (SEP 1999) (VARIATION)
(a) When space is offered and accepted, the ANSIIBOMA Office Area square footage delivered
will be confirmed by.
(1) the Government's measurement of plans submitted by the successful Offeror as
approved by the Government, and an inspection of the space to verify that the
delivered space Is in conformance with such plans or
(2) a mutual on-site measurement of the space, if the Contracting Officer determines that
it is necessary.
•
(b) Payment will not be made for space which is in excess of the amount of ANSUBOMA Office
Area square footage stated in the lease.
(c) If it is determined that the amount of ANSUBOMA Office Area square footage actually
delivered Is less than the amount agreed to in the lease, the lease will be modified to reflect
the amount of Usable space delivered and the annual rental will be adjusted as follows:
Usable square feet not delivered multiplied by the ANSIIBOMA Office Area square foot
(USF) rate equals the reduction in annual rent. The rate per USE is determined by dividing
the total annual rental by the Usable square footage set forth in the lease.
USF Not Delivered X Rate per USF = Reduction in Annual Rent.
28. 552.203-5 COVENANT AGAINST CONTINGENT FEES (FEB 1990)
(Applicable to leases over $100,000.)
(a) The Contractor warrants that no person or agency has been employed or retained to solicit
or obtain this contract upon an agreement or understanding for a contingent fee, except a
e employee or agency. For breach or violation of this warranty, the Government
e the right nul this contract without liability or, in its discretion, to deduct from
INITIALS
LESSOR GOVERNMENT GSA FORM 35178 PAGE 12 (REV 11/05)
Lessor & Government
EFTA01089940
the contract price or consideration, or otherwise recover the full amount of the contingent
fee
(b) "Bona ride agency." as used in this clause, means an established commercial or selling
agency (including licensed real estate agents or brokers), maintained by a Contractor for the
purpose of securing business, that neither exerts nor proposes to exert improper influence to
solicit or obtain Government contracts nor holds itself out as being able to obtain any
Government contract or contracts through improper influence.
"Bona fide employee," as used in this clause, means a person, employed by a Contractor
and subject to the Contractors supervision and control as to time, place, and manner of
performance, who neither exerts nor proposes to exert improper influence to solicit or obtain
Government contracts nor holds out as being able to obtain any Government contract or
contracts through improper influence.
"Contingent fee," as used in this clause, means any commission, percentage, brokerage, or
other fee that is contingent upon the success that a person or concern has in securing a
Government contract.
"Improper influence," as used in this clause, means any influence that induces or tends to
induce a Government employee or officer to give consideration or to act regarding a
Government contract on any basis other than the merits of the matter.
29. 52.203.7 ANTI-KICKBACK PROCEDURES (JUL 1995)
(Applicable to leases over $100,000 average net annual rental, including option periods.)
(a) Definitions.
"Kickback," as used in this clause, means any money, fee, commission, credit, gift, gratuity,
thing of value, or compensation of any kind which is provided, directly or indirectly, to any
prime Contractor, prime Contractor employee, subcontractor, or subcontractor employee for
the purpose of improperly obtaining or rewarding favorable treatment in connection with a
prime contract or in connection with a subcontract relating to a prime contract
"Person,' as used in this clause, means a corporation, partnership, business association of
any kind, trust, joint-stock company, or individual.
"Prime contract," as used in this clause, means a contract or contractual action entered into
by the United States for the purpose of obtaining supplies. materials, equipment, or services
of any kind.
"Prime Contractor," as used in this clause, means a person who has entered into a prime
contract with the United States.
"Prime Contractor employee," as used in this clause, means any officer, partner, employee.
or agent of a prime Contractor.
"Subcontract." as used in this clause, means a contract or contractual action entered into by
a prime Contractor or subcontractor for the purpose of obtaining supplies, materials,
equipment, or services of any kind under a prime contract.
"Subcontractor," as used in this clause, (1) means any person, other than the prime
Contractor, who offers to furnish or furnishes any supplies, materials, equipment, or services
of any kind under a prime contract or a subcontract entered into in connection with such
prime contract, and (2) includes any person who offers to furnish or furnishes general
supplies to the prime Contractor or a higher tier subcontractor.
"Subcontractor employee; as used in this clause, means any officer, partner, employee, or
agent of a subcontractor.
(b) The Anti-Kickback Act of 1986 (41 U.S.C. 51-58) (the Act), prohibits any person from—
(1) Providing or attempting to provide or offering to provide any kickback:
(2) Soliciting, accepting, or attempting to accept any kickback; or
)n Including, directly or indirectly, the amount of any kickback in the contract price
INITIALS:
I ESSOR GO RMMENT GSA FORM 35178 PAGE 13 (REV 11/05)
Lessor 8 Government
EFTA01089941
charged by a prime Contractor to the United Slates or in the contract price charged by
a subcontractor to a prime Contractor or higher tier subcontractor.
(c) (1) The Contractor shall have in place and follow reasonable procedures designed to
prevent and detect possible violations described in paragraph (b) of this clause in its
own operations and direct business relationships.
(2) When the Contractor has reasonable grounds to believe that a violation described in
paragraph (b) of this clause may have occurred, the Contractor shall promptly report
in writing the possible violation. Such reports shall be made to the inspector general of
the contracting agency, the head of the contracting agency if the agency does not
have an inspector general, or the Department of Justice.
(3) The Contractor shalt cooperate fully with any Federal agency investigating a possible
violation described in paragraph (b) of this clause.
(4) The Contracting Officer may (i) offset the amount of the kickback against any monies
owed by the United Slates under the prime contract and/or (ii) direct that the Prime
Contractor withhold from sums owed a subcontractor under the prime contract, the
amount of the kickback. The Contracting Officer may order that monies withheld
under subdivision (cX4)(ii) of this clause be paid over to the Government unless the
Government has already offset those monies under subdivision (c)(4)(i) of this clause.
In either case, the Prime Contractor shall notify the Contracting Officer when the
monies are withheld.
(5) The Contractor agrees to incorporate the substance of this clause, including
paragraph (c)(5) but excepting paragraph (c)(1). in all subcontracts under this contract
which exceed $100,000.
30. 52.223-6 DRUG-FREE WORKPLACE (MAY 2001)
(a) Definitions. As used in this clause—
"Controlled substance" means a controlled substance in schedules I through V of section
202 of the Controlled Substances Act (21 U.S.C. 812) and as further defined in regulation at
21 CFR 1308.11 - 1308.15.
"Conviction" means a finding of guilt (including a plea of nob contendere) or imposition of
sentence, or both, by any judicial body charged with the responsibility to determine violations
of the Federal or State criminal drug statutes.
"Criminal drug statute" means a Federal or non-Federal criminal statute involving the
manufacture, distribution, dispensing, possession, or use of any controlled substance.
"Drug-free workplace" means the site(s) for the performance of work done by the Contractor
in connection with a specific contract where employees of the Contractor are prohibited from
engaging in the unlawful manufacture, distribution, dispensing, possession, or use of a
controlled substance.
"Employee' means an employee of a Contractor directly engaged in the performance of
work under a Govemment contract. "Directly engaged is defined to include all direct cost
employees and any other Contractor employee who has other than a minimal impact or
involvement in contract performance.
"Individual" means an Offeror/Contractor that has no more than one employee including the
Offeror/Contractor.
(b) The Contractor, if other than an individual, shall—within 30 days after award (unless a
longer period is agreed to in writing for contracts of 30 days or more performance duration),
or as soon as possible for contracts of less than 30 days performance duration—
(1) Publish a statement notifying its employees that the unlawful manufacture.
distribution, dispensing, possession, or use of a controlled substance is prohibited in
the Contractor's workplace and specifying the actions that will be taken against
employees for violations of such prohibition;
INITIALS
LESSOR GO RNMEICIT GSA FORM 35178 PAGE 14 (REV 11/35)
Lessor & Government
EFTA01089942
(2) Establish an ongoing drug-free awareness program to inform such employees
about—
(i) The dangers of drug abuse in the workplace;
(Ii) The Contractor's policy of maintaining a drug-free workplace:
(ii) Any available drug counseling, rehabilitation, and employee assistance
programs; and
(iv) The penalties that may be imposed upon employees for drug abuse violations
occurring in the workplace;
(3) Provide all employees engaged in performance of the contract with a copy of the
statement required by paragraph (b)(1) of this clause;
(4) Notify such employees in writing in the statement required by paragraph (b)(1) of this
clause that, as a condition of continued employment on this contract, the employee
will—
@ Abide by the terms of the statement; and
(i) Notify the employer in writing of the employee's conviction under a criminal
drug statute for a violation occurring in the workplace no later than 5 days alter
such conviction;
(5) Notify the Contracting Officer in writing within 10 days after receiving notice under
subdivision (b)(4)(ii) of this clause, from an employee or otherwise receiving actual
notice of such conviction. The notice shall include the position title of the employee;
(6) Within 30 days after receiving notice under subdivision (b)(4Xii) of this clause of a
conviction, take one of the following actions with respect to any employee who is
convicted of a drug abuse violation occurring in the workplace:
(i) Taking appropriate personnel action against such employee, up to and
including termination; or
(ii) Require such employee to satisfactorily participate in a drug abuse assistance
or rehabiktation program approved for such purposes by a Federal, State, or
local health, law enforcement, or other appropriate agency; and
(7) Make a good faith effort to maintain a drug-free workplace through implementation of
paragraphs (b)(1) through (b)(6) of this clause.
(c) The Contractor, if an individual, agrees by award of the contract or acceptance of a
purchase order, not to engage in the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance while performing this contract.
(d) In addition to other remedies available to the Government, the Contractor's failure to comply
with the requirements of paragraph (b) or (c) of this clause may, pursuant to FAR 23.506.
render the Contractor subject to suspension of contract payments, termination of the
contract or default, and suspension or debarment.
31. 552.201-70 PRICE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP 1999)
(Applicable to leases over 5100,000.)
(a) If the head of the contracting activity (HCA) or his or her designee determines that there was
a violation of subsection 27(a) of the Office of Federal Procurement Policy Act, as amended
(41 U.S.C. 423), as implemented in the Federal Acquisition Regulation, the Government, at
its election. may—
(1) Reduce the monthly rental under this lease by 5 percent of the amount of the rental
for each month of the remaining term of the lease, including any option periods, and
recover 5 percent of the rental already paid;
(2) Reduce payments for alterations not included in monthly rental payments by 5 percent
of the amount of the alterations agreement; or
(3) Reduce the payments for violations by a Lessor's subcontractor by an amount not to
exceed the amount of profit or fee reflected in the subcontract at the time the
subcontract was placed.
(b) Prior to making a determination as set forth above the HCA or designee shall provide to the
Lessor a written notice of the action being considered and the basis therefor. The Lessor
ve a period determined by the agency head or designee, but not less than
LESSOR GOVF.RRMENT GSA FORM 35178 PAGE 15 (REV 11/05)
Lessor & Government
EFTA01089943
30 calendar days after receipt of such notice, to submit in person, in writing, or through a
representative. information and argument in opposition to the proposed reduction. The
agency head or designee may. upon good cause shown, determine to deduct less than the
above amounts from payments.
(c) The rights and remedies of the Government specified herein are not exclusive, and are in
addition to any other rights and remedies provided by law or under this lease.
32. 52.215-10 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (OCT 1997)
(Applicable when cost or pricing data are required for work or services over $500,000.)
(a) If any price, including profit or fee, negotiated in connection with This contract, or any cost
reimbursable under this contract, was increased by any significant amount because—
(1) The Contractor or a subcontractor furnished cost or pricing data that were not
complete, accurate, and current as certified in its Certificate of Current Cost or Pricing
Data:
(2) A subcontractor or prospective subcontractor furnished the Contractor cost or pricing
data that were not complete, accurate, and current as certified in the Contractors
Certificate of Current Cost or Pricing Data; or
(3) Any of these parties furnished data of any description that were not accurate, the
price or cost shall be reduced accordingly and the contract shall be modified to reflect
the reduction.
(b) Any reduction in the contract price under paragraph (a) of this clause due to defective data
from a prospective subcontractor that was not subsequently awarded the subcontract shall
be limited to the amount, plus applicable overhead and profit markup, by which—
(1) The actual subcontract or
(2) The actual cost to the Contractor, if there was no subcontract, was less than the
prospective subcontract cost estimate submitted by the Contractor, provided, that the
actual subcontract price was not itself affected by defective cost or pricing data.
(C) (1) If the Contracting Officer determines under paragraph (a) of this clause that a price or
cost reduction should be made, the Contractor agrees not to raise the following
matters as a defense:
(i) The Contractor or subcontractor was a sole source supplier or otherwise was in
a superior bargaining position and thus the price of the contract would not have
been modified even if accurate, complete, and current cost or pricing data had
been submitted.
(ii) The Contracting Officer should have known that the cost or pricing data in issue
were defective even though the Contractor or subcontractor lock no affirmative
action to bring the character of the data to the attention of the Contracting
Officer.
(it) The contract was based on an agreement about the total cost of the contract
and there was no agreement about the cost of each item procured under the
contract
(iv) The Contractor or subcontractor did not submit a Certificate of Current Cost or
Pricing Data.
(2) (i) Except as prohibited by subdivision (c)(2)(ii) of this clause, an offset in an
amount determined appropriate by the Contracting Officer based upon the facts
shall be allowed against the amount of a contract price reduction if—
(A) The Contractor certifies to the Contracting Officer that, to the best of the
Contractors knowledge and belief, the Contractor is entitled to the offset
in the amount requested; and
(8) The Contractor proves that the cost or pricing data were available before
the 'as of date specified on its Certificate of Current Cost or Pricing
Data, and that the data were not submitted before such date.
(ii) An offset shall not be allowed if—
(A) The understated data were known by the Contractor to be understated
before the 'as of' date specified on its Certificate of Current Cost or
Pricing Data; or
(B) The Government proves that the facts demonstrate that the contract
price would not have increased in the amount to be offset even if the
LESSOR
, GOVERNMENT GSA FORM 35178 PAGE 16 (REV 11105)
Lessor &Government
EFTA01089944
available data had been submitted before the "as or date specified on its
Certificate of Current Cost or Pncing Data.
(d) If any reduction in the contract price under this clause reduces the price of items for which
payment was made prior to the date of the modification reflecting the price reduction, the
Contractor shall be liable to and shall pay the United Stales at the time such overpayment is
repaid—
(1) Simple interest on the amount of such overpayment to be computed from the date(0)
of overpayment to the Contractor to the date the Government is repaid by the
Contractor al the applicable underpayment rate effective for each quarter prescribed
by the Secretary of the Treasury under 26 U.S.C. 6621(a)(2): and
(2) A penally equal to the amount of the overpayment, if the Contractor or subcontractor
knowingly submitted cost or pricing data that were incomplete, inaccurate, or
noncurrent.
33. 552.270.13 PROPOSALS FOR ADJUSTMENT (SEP 1999)
(a) The Contracting Officer may, from time to lime during the term of this lease, require changes
to be made in the work or services to be performed and in the terms or conditions of this
lease. Such changes wit be required under the Changes clause.
(b) If the Contracting Officer makes a change within the general scope of the lease, the Lessor
shall submit, in a timely manner, an itemized cost proposal for the work to be accomplished
or services to be performed when the cost exceeds $100,000. The proposal, including all
subcontractor work, will contain at least the following detail—
(1) Material quantities and unit costs;
(2) Labor costs (identified with specific item or material to be placed or operation to be
performed;
(3) Equipment costs:
(4) Worker's compensation and public liability insurance;
(5) Overhead;
(6) Profit; and
(7) Employment taxes under FICA and FUTA.
(c) The following Federal Acquisition Regulation (FAR) provisions also apply to all proposals
exceeding $500,000 in cost—
(1) The Lessor shall provide cost or pricing data including subcontractor cost or pricing
data (48 CFR 15.403-4) and
(2) The Lessor's representative, all Contractors, and subcontractors whose portion of the
work exceeds 5500,000 must sign and return the "Certificate of Current Cost or
Pricing Data" (48 CFR 15.406-2).
(d) Lessors shall also refer to 48 CFR Part 31, Contract Cost Principles, for information on
which costs are allowable, reasonable, and allocable in Government work.
34, 552.270-14 CHANGES (SEP 1999) (VARIATION)
(a) The Contracting Officer may at any time, by written order, make changes within the general
scope of this lease in any one or more of the following:
(1) Specifications (including drawings and designs);
(2) Work or services;
(3) Facilities or space layout; or
INITIALS.
LESSOR GOVERNMENT GSA FORM 75178 PAGE 17 (REV 11/05)
Lessor & Government
EFTA01089945
(4) Amount of space, provided the Lessor consents to the change.
(b) If any such change muses an increase or decrease in Lessors cost of or the time required
for performance under this lease, whether or not changed by the order, the Contracting
Officer shall modify this lease to provide for one or more of the following:
(1) A modification of the delivery date;
(2) An equitable adjustment in the rental rate;
(3) A lump sum equitable adjustment; or
(4) An equitable adjustment of the annual operating costs per ANSI/BOMA Office Area
square foot specified in this lease.
(c) The Lessor shall assert its right to an adjustment under this clause within 30 days from the
date of receipt of the change order and shall submit a proposal for adjustment. Failure to
agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in
this clause shall excuse the Lessor from proceeding with the change as directed.
(d) Absent such written change order, the Government shall not be liable to Lessor under this
clause.
35. 552.215-70 EXAMINATION OF RECORDS BY GSA (FEB 1996)
The Contractor agrees that the Administrator of General Services or any duly authorized
representative shall, until the expiration of 3 years after final payment under this contract, or of the
time periods for the particular records specified in Subpart 4.7 of the Federal Acquisition
Regulation (48 CFR 4.7), whichever expires earlier, have access to and the right to examine any
books, documents, papers, and records of the Contractor involving transactions related to this
contract or compliance with any clauses thereunder. The Contractor further agrees to include in all
its subcontracts hereunder a provision to the effect that the subcontractor agrees that the
Administrator of General Services or any duly authorized representatives shall, until the expiration
of 3 years after final payment under the subcontract, or of the time periods for the particular
records specified in Subpart 4.7 of the Federal Acquisition Regulation (48 CFR 4.7), whichever
expires earlier, have access to and the right to examine any books, documents, papers, and
records of such subcontractor involving transactions related to the subcontract or compliance with
any clauses thereunder. The term "subcontract.' as used in this clause excludes (a) purchase
orders not exceeding 5100,000 and (b) subcontracts or purchase orders for public utility services at
rates established for uniform appticability to the general public.
36. 52.215-2 AUDIT AND RECORDS—NEGOTIATION (JUN 1999)
(a) As used in this clause, 'records' includes books, documents, accounting procedures and
practices, and other data, regardless of type and regardless of whether such items are in
written form, in the form of computer data, or in any other form.
(b) Examination of costs. If this is a cost-reimbursement, incentive, time-and-materials, labor-
hour. or price redeterminabte contract, or any combination of these, the Contractor shall
maintain and the Contracting Officer, or an authorized representative of the Contracting
Officer, shall have the right to examine and audit al records and other evidence sufficient to
reflect properly all costs claimed to have been incurred or anticipated to be incurred directly
or indirectly in performance of this contract. This right of examination shall include inspection
at all reasonable times of the Contractor's plants, or pats of them, engaged in performing
the contract
(c) Cost or pricing data. If the Contractor has been required to submit cost or pricing data in
connection with any pricing action relating to this contract, the Contracting Officer, or an
authorized representative of the Contracting Officer, in order to evaluate the accuracy,
completeness, and currency of the cost or pricing data, shat have the right to examine and
audit all of the Contractors records, inducing computations and projections, related to—
(1) The proposal for the contract, subcontract, or modification;
(2) The discussions conducted on the proposal(s), inckiding those related to negobatng;
ricing of the contract, subcontract, or modification; or
LESSOR GOVERNMENT GSA FORM 35178 PAGE 18 (REV 11/05)
Lessor & Government
EFTA01089946
(4) Performance of the contract, subcontract or modification.
(d) Comptroller General
(1) The Comptroller General of the United States, or an authorized representative, shall
have access to and the right to examine any of the Contractor's directly pertinent
records involving transactions related to this contract or a subcontract hereunder.
(2) This paragraph may not be construed to require the Contractor or subcontractor to
create or maintain any record that the Contractor or subcontractor does not maintain
in the ordinary course of business or pursuant to a provision of law.
(e) Reports. If the Contractor is required to furnish cost, funding, or performance reports, the
Contrading Officer or an authorized representative of the Contracting Officer shall have the
right to examine and audit the supporting records and materials, for the purpose of
evaluating—
(1) The effectiveness of the Contractor's policies and procedures to produce data
compatible with the objectives of these reports; and
(2) The data reported.
(I) Availability. The Contractor shall make available at its office at all reasonable limes the
records, materials, arid other evidence described in paragraphs (a), (b), (c), (d), and (e) of
this clause, for examination, audit, or reproduction, until 3 years after final payment under
this contract or for any shorter period specified in Subpart 4.7, Contractor Records
Retention, of the Federal Acquisition Regulation (FAR), or for any longer period required by
statute or by other clauses of this contract. In addition—
(1) If this contract is completely or partially terminated, the Contractor shall make
available the records relating to the work terminated until 3 years after any resulting
final termination settlement; and
(2) The Contractor shall make available records relating to appeals under the Disputes
clause or to litigation or the settlement of claims arising under or relating to this
contract until such appeals, litigation, or claims are finally resolved.
(9) The Contractor shall insert a clause containing all the terms of this clause, including this
paragraph (9), in all subcontracts under this contract that exceed the simplified acquisition
threshold, and—
(1) That are cost-reimbursement, Incentive, time-and-materials, 'abortion, or price-
redeterminable type or any combination of these;
(2) For which cost or pricing data are required; or
(3) That require the subcontractor to furnish reports as discussed in paragraph (e) of this
clause.
The clause may be altered only as necessary to identify property the contracting parties and
the Contracting Officer under the Government prime contract.
37. 52.233-1 DISPUTES (JUL 2002)
(a) This contract is subject to the Contract Disputes Act of 1978, as amended
(41 U.S.C. 601.613).
(b) Except as provided in the Act, all disputes arising under or relating to this contract shall be
resolved under this clause.
(c) "Claim," as used in this clause, means a written demand or written assertion by one of the
contracting parties seeking, as a matter of tight, the payment of money in a sum certain, the
adjustment or interpretation of contract terms, or other relief arising under or relating to this
contract. However, a written demand or written assertion by the Contractor seeking the
p ment of money exceeding 5100,000 is not a claim under the Act until certified. A
c r, invoice, routine request for payment that is not in dispute when submitted
INITIALS:
LESSOR ENT GSA FORM 35178 PAGE 19 (REV 11105)
Lessor & Government
EFTA01089947
is not a claim under the Act. The submission may be converted to a claim wider the Act, by
complying with the submission and certification requirements of this clause. if it is disputed
either as to liability or amount or is not acted upon in a reasonable time.
(d) (I) A claim by the Contractor shall be made in writing and, unless otherwise stated in this
contract, submitted within 6 years alter accrual of the claim to the Contracting Officer
for a written decision. A claim by the Government against the Contractor shall be
subject to a written decision by the Contracting Officer.
(2) (i) The Contractor shall provide the certification specified in paragraph (d)(2)(iii) of
this clause when submitting any claim exceeding 5100,000.
(ii) The certification requirement does not apply to issues in controversy that have
not been submitted as all or part of a claim.
(ii) The certification shall state as follows: "I certify that the dairn is made in good
faith; that the supporting data are accurate and complete to the best of my
knowledge and belief; that the amount requested accurately reflects the
contract adjustment for which the Contractor believes the Government is liable;
and that I am duly authorized to certify the claim on behalf of the Contractor."
(3) The certification may be executed by any person duly authorized to bend the
Contractor with respect to the claim.
For Contractor claims of $100,000 or less, the Contracting Officer must, if requested in
writing by the Contractor, render a decision within 60 days of the request. For Contractor-
certified claims over 5100.000. the Contracting Officer must, within 60 days, decide the claim
or notify the Contractor of the date by which the decision will be made.
The Contracting Officer's decision shall be final unless the Contractor appeals or files a suit
as provided in the Act.
If the claim by the Contractor is submitted to the Contracting Officer or a claim by the
Government is presented to the Contractor, the parties, by mutual consent, may agree to
use alternative dispute resolution (ADR). If the Contractor refuses an offer for ADR, the
Contractor shall inform the Contracting Officer, in writing, of the Contractor's specific
reasons for rejecting the offer.
(h) The Government shall pay interest on the amount found due and unpaid from (1) the date
that the Contracting Officer receives the claim (certified, if required); or (2) the date that
payment otherwise would be due, if that date is later, until the date of payment. Wth regard
to claims having defective certifications, as defined in FAR 33.201, interest shall be paid
from the date that the Contracting Officer initially receives the claim. Simple interest on
claims shall be paid al the rate, fixed by the Secretary of the Treasury as provided in the Act,
which is applicable to the period during which the Contracting Officer receives the claim and
then at the rate applicable for each 6-month period as fixed by the Treasury Secretary during
the pendency of the claim.
(i) The Contractor shalt proceed diligently with performance of this contract, pending final
resolution of any request for relief, claim, appeal, or action arising under the contract, and
comply with any decision of the Contracting Officer.
38. 52.222-26 EQUAL OPPORTUNITY (APR 2002)
(Applicable to leases over 510.000.)
(a) Definition. "United States," as used in this clause, means the 50 States, the District of
Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S.
Virgin Islands, and Wake Island.
(b) If, during any 12-month period (including the 12 months preceding the award of this
contract), the Contractor has been or is awarded nonexernpt Federal contracts and/or
subcontracts that have an a regate value in excess of $10,000, the Contractor shall
comply with paragraphs (b)(1)through (b)(11) of this clause, except for work performed
outside the United States by employees who were not recruited within the United States.
Upon request, the Contractor shall provide information necessary to determine the
applicability of this clause.
1) The Contractor shall not discriminate against any employee or applicant for
employment because of race, color, religion, sex, or national origin. However, it shall
INMALS:
LESSOR GO0LRNr.IENT GSA FORM 35178 PAGE 20 (REV 11/05)
tenor 8 Govemrnen1
EFTA01089948
not be a violation of this clause for the Contractor to extend a publicly announced
preference in employment lo Indians living on or near an Indian reservation. in
connection with employment opportunities on or near an Indian reservation, as
permitted by 41 CFR 60-1 5
(2) The Contractor shall take affirmative action to ensure that applicants are employed,
and that employees are treated during employment, without regard to their race, color,
refi lon, sex, or national origin This shall include, but not be limited to—
0 Employment;
(Ii) Upgrading;
Oil) Demotion;
(rv) Transfer;
(v) Recruitment or recruitment advertising;
(vi) Layoff or termination;
(vi) Rates of pay or other forms of compensation; and
(viii) Selection for training, including apprenticeship.
The Contractor shall post in conspicuous places avaNable to employees and
applicants for employment the notices to be provided by the Contracting Officer that
explain this clause.
The Contractor shall, in ad solicitations or advertisements for employees placed by or
on behalf of the Contractor, state that all qualified applicants will receive consideration
for employment without regard to race, color, religion, sex, or national origin.
The Contractor shall send, to each labor union or representative of workers with
which it has a collective bargaining agreement or other contract or understanding, the
notice to be provided by the Contracting Officer advising the labor union or workers'
representative of the Contractors commitments under this clause, and post copies of
the notice in conspicuous places available to employees and applicants for
employment.
The Contractor shall comply with Executive Order 11246. as amended, and the rules,
regulations, and orders of the Secretary of Labor.
The Contractor shall furnish to the contracting agency ad information required by
Executive Order 11246. as amended, and by the rules, regulations, and orders of the
Secretary of Labor. The Contractor shall also file Standard Form 100, (EEO-1), or any
successor form, as prescribed in 41 CFR part 60-1. Unless the Contractor has filed
within the 12 months preceding the date of contract award, the Contractor shall, within
30 days after contract award, apply to either the regional Office of Federal Contract
Compliance Programs (OFCCP) or the local office of the Equal Employment
Opportunity Commission for the necessary forms.
(8) The Contractor shall permit access to its premises, during normal business hours, by
the contracting agency or the OFCCP for the purpose of conducting on-site
compliance evaluations and complaint investigations. The Contractor shall permit the
Government to inspect and copy any books, accounts, records (including
computerized records). and other material that may be relevant to the matter under
investigation and pertinent to compliance with Executive Order 11246, as amended,
and rules and regulations that implement the Executive Order.
(9) If the OFCCP determines that the Contractor is not in compliance with this clause or
any role. regulation, or order of the Secretary of Labor, this contract may be canceled,
terminated, or suspended in whole or in part and the Contractor may be declared
ineligible for further Government contracts, under the procedures authorized in
Executive Order 11246, as amended. In addition, sanctions may be imposed and
remedies invoked against the Contractor as provided in Executive Order 11246, as
amended; in the rules, regulations, and orders of the Secretary of Labor: or as
otherwise provided by law.
(10) The Contractor shall include the terms and conditions of paragraphs (b)(1) through
(11) of this clause in every subcontract or purchase order that is not exempted by the
rules, regulations, or orders of the Secretary of Labor issued under Executive Order
11246. as amended, so that these terms and conditions will be binding upon each
subcontractor or vendor.
he Contractor d take such action with respect to any subcontract or purchase
IRITIAI S
LESSOR GO MENT GSA FORM 35178 PAGE 21 (REV 111)5)
Lessor & Government
EFTA01089949
order as the Contracting Officer may direct as a means of enforcing these terms and
conditions, including sanctions for noncompliance, provided, that if the Contractor
becomes involved in, or is threatened with, litigation with a subcontractor or vendor as
a result of any direction, the Contractor may request the United States to enter into
the litigation to protect the interests of the United States
(c) Notwithstanding any other clause in this contract, disputes relative to this clause will be
governed by the procedures in 41 CFR 60-1.1.
39. 52.222-24 PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION
(FEB 1999)
(Applicable to leases over $10,000,000.)
If a contract in the amount of $10 million or more will result Irom this solicitation, the prospective
Contractor and its known first-tier subcontractors with anticipated subcontracts of $10 million or
more shall be subject to a preaward compliance evaluation by the Office of Federal Contract
Compliance Programs (OFCCP), unless, within the preceding 24 months, OFCCP has conducted
an evaluation and found the prospective Contractor and subcontractors to be in compliance with
Executive Order 11246.
40. 52.222-21 PROHIBITION OF SEGREGATED FACIUTIES (FEB 1999)
(Applicable to leases over $10,000.)
(a) "Segregated facilities," as used in this clause, means any waiting rooms. work areas, rest
rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and
other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing facilities provided for employees, that are segregated by
explicit directive or are in fact segregated on the basis of race, color, religion, sex, or
national origin because of written or oral policies or employee custom. The term does not
include separate or single-user rest rooms or necessary dressing or sleeping areas provided
to assure privacy between the sexes.
(b) The Contractor agrees that it does not and will not maintain or provide for its employees any
segregated facilities at any of its establishments, and that it does not and will not permit its
employees to perform their services at any location under its control where segregated
facilities are maintained. The Contractor agrees that a breach of this clause is a violation of
the Equal Opportunity clause in this contract.
(c) The Contractor shall include this clause in every subcontract and purchase order that is
subject to the Equal Opportunity clause of this contract.
41. 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF
THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001)
(Applicable to leases over $25,000.)
(a) Definitions. As used in this clause--
'Ad employment openings" means all positions except executive and top management,
those positions that will be filled from within the Contractor's organization, and positions
lasting 3 days or less. This term Includes full-time employment, temporary employment of
more than 3 days duration, and part-time employment.
"Executive and top management" means any employee—
(1) Whose primary duty consists of the management of the enterprise in which the
individual is employed or of a customarily recognized department or subdivision
thereof,
(2) Who customarily and regularly directs the work of two or more other employees;
(3) Who has the authority to hire or fire other employees or whose suggestions and
recommendations as to the hiring or firing and as to the advancement and promotion
or any other change of status of other employees will be given particular weight;
Who customarily and regularly exercises discretionary powers; and
LESSOR GOVERNMENT GSA FORM 35178 PAGE 22 (REV IV(1S)
Lessor s Government
EFTA01089950
(5) Who does not devote more than 20 percent or, in the case of an employee of a retail
or service establishment, who does not devote more than 40 percent of total hours of
work in the work week to activities that are not directly and closely related to the
performance of the work desa bed in paragraphs (1) tvough (4) of this definition.
This paragraph (5) does not apply in the case of an employee who is in sole charge of
an establishment or a physically separated branch establishment, or who owns at
least a 20 percent interest in the enterprise in which the individual is employed
"Other eligible veteran" means any other veteran who served on active duty during a war or
in a campaign or expedition for which a campaign badge has been authorized.
"Positions that will be filled from within the Contractor's organization" means employment
openings for which the Contractor will give no consideration to persons outside the
Contractors organization (including any affiliates, subsidiaries, and parent companies) and
Includes any openings the Contractor proposes to fill from regularly established "recall" lists.
The exception does not apply to a particular opening once an employer decides to consider
applicants outside of its organization.
"Qualified special disabled veteran" means a special disabled veteran who satisfies the
requisite skill, expenence. education, and other job-related requirements of the employment
position such veteran holds or desires, and who, with or without reasonable accommodation,
can perform the essential functions of such position.
"Special disabled veteran" means—
(1) A veteran who is entitled to compensation (or who but for the receipt of military retired
pay would be entitled to compensation) under laws administered by the Department of
Veterans Affairs for a disability-
0 Rated at 30 percent or more; or
(ii) Rated at 10 or 20 percent in the case of a veteran who has been determined
under 38 U.S.C. 3106 to have a serious employment handicap (i.e., a
significant impairment of the veteran's ability to prepare for, obtain, or retain
employment consistent with the veteran's abilities, aptitudes, and interests); or
(2) A person who was discharged or released from active duty because of a
service-connected disability.
'Veteran of the Vietnam era" means a person who—
(1) Served on active duty for a period of more than 180 days and was discharged or
released from active duty with other than a dishonorable discharge, if any part of such
active duty occurred—
(i) In the Republic of Vietnam between February 28, 1961. and May 7, 1975; or
(ii) Between August 5, 1964, and May 7, 1975, in all other cases; or
(2) Was discharged or released from active duty for a service-connected disability if any
part of the active duty was performed—
() In the Republic of Vietnam between February 28, 1961, and May 7, 1975; or
(ii) Between August 5, 1964, and May 7, 1975, in all other cases.
(b) General.
(1) The Contractor shall not discriminate against the individual because the individual is a
special disabled veteran, a veteran of the Vietnam era, or other eligible veteran,
regarding any position for which the employee or applicant for employment is
qualified. The Contractor shall take affirmative action to employ, advance in
employment, and otherwise treat qualified special disabled veterans, veterans of the
Vietnam era. and other eligible veterans without discrimination based upon their
disability or veterans' status in all employment practices such as—
() Recruibnent, advertising, and lob application procedures;
(ii) Hiring, upgrading, promotion, award of tenure, demotion, transfer, layoff,
termination, right of retum from layoff and rehiring;
Rate of pay or any other form of compensation and changes in compensation;
Job assignments, job classifications, organizational structures, position
descriptions. lines of progression, and seniority lists;
Leaves of absence, sick leave, or any other leave;
Fringe benefits available by virtue of employment, whether or not administered
by the Contractor.
Selection and financial support for training, including apprenticeship, and on-
the-job training under 38 U.S.C. 3887. professional meetings, conferences, and
IFirriALS:
LESSOR GO MEN7 GSA FORM 35178 PAGE 23 (REV 11/05)
Lessor & Government
EFTA01089951
other related activities, and selection for leaves of absence to pursue training.
(viii) Activities sponsored by the Contractor including social or recreational
programs; and
(ix) Any other term, condition, or privilege of employment.
(2) The Contractor shall comply with the rules, regulations, and relevant orders of the
Secretary of Labor Issued under the Vietnam Era Veterans Readjustment Assistance
Act of 1972 (the Act), as amended (38 U.S.C. 4211 and 4212).
(c) Listing openings.
(1) The Contractor shall Immediately list all employment openings that exist at the time of
the execution of this contract and those which occur during the performance of this
contract. including those not generated by this contract, and including those occurring
at an establishment of the Contractor other than the one where the contract is being
performed, but excluding those of independently operated corporate affiliates, at an
appropriate local public employment service office of the State wherein the opening
occurs. Listing employment openings with the U.S. Department of Labor's America's
Job Bank shall satisfy the requirement to list Jobs with the local employment service
office.
(2) The Contractor shall make the listing of employment openings with the local
employment service office at least concurrently with using any other recruitment
source or effort and shall involve the normal obligations of placing a bona fide Job
order, including accepting referrals of veterans and nonveterans. This listing of
employment openings does not require hiring any particular job applicant or hiring
from any particular group of job applicants and is not intended to relieve the
Contractor from any requirements of Executive orders or regulations concerning
nondiscrimination in employment.
(3) Whenever the Contractor becomes contractually bound to the listing terms of this
clause, it shall advise the Slate public employment agency in each State where it has
establishments of the name and location of each hiring location in the Stale. As long
as the Contractor is contractually bound to these terms and has so advised the State
agency. it need not advise the State agency of subsequent contracts. The Contractor
may advise the State agency when it is no longer bound by this contract clause.
(d) Applicability. This clause does not apply to the listing of employment openings that occur
and are filled outside the 50 States, the District of Columbia, the Commonwealth of Puerto
Rico, the Commonwealth of the Northern Mariana Islands, American Samoa, Guam, the
Virgin Islands of the United States, and Wake Island.
(e) Postings.
(1) The Contractor shall post employment notices in conspicuous places that are
available to employees and applicants for employment.
(2) The employment notices shall—
® State the rights of applicants and employees as well as the Contractor's
obligation under the law to take affirmative action to employ and advance in
employment qualified employees and applicants who are special disabled
veterans, veterans of the Vietnam era, and other eligible veterans; and
(ii) Be in a form prescribed by the Deputy Assistant Secretary for Federal Contract
Compliance Programs, Department of Labor (Deputy Assistant Secretary of
Labor), and provided by or through the Contracting Officer.
(3) The Contractor shall ensure that applicants or employees who are special disabled
veterans are informed of the contents of the notice (e.g., the Contractor may have the
notice read to a visually disabled veteran, or may lower the posted notice so that it
can be read by a person in a wheelchair).
(4) The Contractor shall notify each labor union or representative of workers with which it
has a collective bargaining agreement, or other contract understanding, that the
Contractor is bound by the terms of the Act and is committed to take affirmative action
to employ, and advance in employment, qualified special disabled veterans, veterans
of the Vietnam era, and other eligible veterans.
ininALS: .12L_
LESSOR FtNMENT GSA FORM 35171PAGE 24 (REV 11/05)
Lessor & Government
EFTA01089952
a
(f) Noncompliance. If the Contractor does not comply with the requirements of this clause, the
Government may take appropriate actions under the rules. regulations, and relevant orders
of the Secretary of Labor issued pursuant to the Ad.
(g) Subcontracts. The Contractor shall insert the terms of this clause in all subcontracts or
purchase orders of $25.000 or more unless exempted by rules, regulations, or orders of the
Secretary of Labor. The Contractor shall act as specified by the Deputy Assistant Secretary
of Labor to enforce the terms, including action for noncompliance.
42. 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998)
(Applicable to leases over $10,000.)
(a) General.
(1) Regarding any position for which the employee or applicant for employment is
qualified. the Contractor shall not discriminate against any employee or applicant
because of physical or mental disability. The Contractor agrees to take affirmative
action to employ, advance in employment and otherwise treat qualified individuals
with chsabififies without discrimination based upon their physical or mental disability in
all employment practices such as-
0) Recruitment, advertising, and Job application procedures;
00 Hiring, upgrading, promotion, award of tenure, demotion, transfer, layoff.
termination, right of return from layoff, and rehiring;
Oh) Rates of pay or any other form of compensation and changes in compensation;
(iv) Job assignments, job classifications, organizational structures, position
descriptions, lines of progression. and seniority lists;
(v) Leaves of absence, sick leave, or any other leave;
(vi) Fringe benefits available by virtue of employment, whether or not administered
by the Contractor,
(vii) Selection and financial support for training, including apprenticeships,
professional meetings, conferences, and other related activities, and selection
for leaves of absence to pursue training;
(viii) Activities sponsored by the Contractor, including social or recreational
programs; and
(ix) Any other term. condition, or privilege of employment.
(2) The Contractor agrees to comply with the rules, regulations, and relevant orders of
the Secretary of Labor (Secretary) issued under the Rehabilitation Act of 1973 (29
U.S.C. 793)(he Act), as amended.
(b) Postings.
(1) The Contractor agrees to post employment notices stating—
(i) the Contractor's obligation under the law to lake affirmative action to employ
and advance in employment qualified individuals with disabilities and
(ii) the rights of applicants and employees.
(2) These notices shall be posted in conspicuous places that are available to employees
and applicants for employment. The Contractor shall ensure that applicants and
employees with disabilities are informed of the contents of the notice (e.g., the
Contractor may have the notice read to a visually disabled individual, or may lower the
posted notice so that it might be read by a person in a wheelchair). The notices shall
be in a form prescribed by the Deputy Assistant Secretary for Federal Contract
Compliance of the U.S. Department of Labor (Deputy Assistant Secretary) and shall
be provided by or through the Contracting Officer.
(3) The Contractor shad notify each labor union or representative of workers with which it
has a collective bargaining agreement or other contract understanding, that the
Contractor is bound by the terms of Section 503 of the Ad and is committed to take
affirmative action to employ, and advance in employment, qualified individuals with
physical or mental disabilities.
(c) Noncompliance. If the Contractor does not comply with the requirements of this clause,
appropriate actions may be taken under the rules, regulations, and relevant orders of the
Secretary issued pursuant to the Act.
INITIALS
LESSOR SENT •
GSA
FORM
15178
PAGE
25(REV
11105)
Lessor_ B Government
EFTA01089953
(d) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or
purchase order h excess of $10,000 unless exempted by rules, regulations, or orders of the
Secretary. The Contractor shall act as specified by the Deputy Assistant Secretary to
enforce the terms, including action for noncompliance.
43. 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF
THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001)
(Applicable to leases over $25,000.)
(a) Unless the Contractor is a State or local government agency, the Contractor shall report at
least annually, as required by the Secretary of Labor, on—
(1) The number of special disabled veterans, the number of veterans of the Vietnam era,
and other eligible veterans in the workforce of the Contractor by job category and
hiring location; and
(2) the total number of new employees hired during the period covered try the report,
and of the total, the number of special disabled veterans, the number of veterans of
the Vietnam era, and the number of other eligible veterans; and
(3) The maximum number and the minimum number of employees of the Contractor
during the period covered by the report.
(b) The Contractor shall report the above items by completing the Form VETS-100, entitled
'Federal Contractor Veterans' Employment Report (VETS-100 Report)."
(c) The Contractor shall submit VETS-100 Reports no later than September 30 of each year
beginning September 30, 1988
(d) The employment activity report required by paragraph (a)(2) of this clause shall reflect total
hires during the most recent 12-month period as of the ending date selected for the
employment profile report required by paragraph (a)(1) of this clause. Contractors may
select an ending date—
(1) As of the end of any pay period between July 1 and August 31 of the year the report is
due; or
(2) As of December 31. if the Contractor has prior written approval from the Equal
Employment Opportunity Commission to do so for purposes of submitting the
Employer Information Report EEO.1 (Standard Form 100).
(e) The Contractor shall base the count of veterans reported according to paragraph (a) of this
clause on voluntary disclosure. Each Contractor subject to the reporting requirements at
38 U.S.C. 4212 shall invite all special disabled veterans, veterans of the Vietnam era, and
other eligible veterans who wish to benefit under the affirmative action program at 38 U.S.C.
4212 to identify themselves to the Contractor. The invitation shall state that—
(1) The information is voluntarily provided;
(2) The information will be kept confidential;
(3) Disclosure or refusal to provide the Information call not subject the applicant or
employee to any atherseffeatmektit end
(4) The information will be used only in accordance with the regulations promulgated
under 38 U.S.C. 4212.
(f) The Contractor shall insert the terms of this clause in all subcontracts or purchase orders of
$25,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor.
INITIALS
LESSOR GOVERNMENT GSA FORM 3517R PAGE 26 (REV 11/05(
Lessor & Government
EFTA01089954
44. 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING
WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR
DEBARMENT (JAN 2005)
(Applicable to leases over $25,000 )
(a) The Government suspends or debars Contractors to protect the Government's interests.
The Contractor shall not enter into any subcontract in excess of $25,000 with a Contractor
Malls debarred, suspended, or proposed for debarment unless there is a compelling reason
to do so.
(b) The Contractor shall require each proposed first-tier subcontractor, whose subcontract will
exceed 525.000. to disclose to the Contractor, in writing, whether as of the lime of award of
the subcontract, the subcontractor, or its principals, is or is not debarred, suspended, or
proposed for debarment by the Federal Government
(c) A corporate officer or a designee of the Contractor shall notify the Contracting Officer, in
writing, before entering into a subcontract with a party that is debarred, suspended, or
proposed for debarment (see FAR 9.404 for information on the Excluded Parties List
System). The notice must include the following:
(1) The name of the subcontractor.
(2) The Contractor's knowledge of the reasons for the subcontractor being in the
Excluded Parties List System.
(3) The compelling reason(s) (or doing business with the subcontractor notwithstanding
its inclusion in the Excluded Parties List System.
(4) The systems and procedures the Contractor has established to ensure that it is fully
protecting the Government's interests when dealing with such subcontractor in view of
the specific basis for the party's debarment, suspension, or proposed debarment.
45. 52.215-12 SUBCONTRACTOR COST OR PRICING DATA (OCT 1997)
(Applicable when the clause at FAR 52.215-10 is applicable.)
(a) Before awarding any subcontract expected to exceed the threshold for submission of cost or
pricing data at FAR 15.403-4, on the dale of agreement on price or the date of award,
whichever is later, or before pricing any subcontract modification involving a pricing
adjustment expected to exceed the threshold for submission of cost or pricing data at FAR
15.403-4, the Contractor shall require the subcontractor to submit cost or pricing data
(actually or by specific identification in writing), unless an exception under FAR 15.403-1
applies.
(b) The Contractor shall require the subcontractor to certify in substantially the form prescribed
in FAR 15.406-2 that, to the best of its knowledge and belief, the data submitted under
paragraph (a) of this clause were accurate, complete, and current as of the date of
agreement on the negotiated price of the subcontract or subcontract modification.
(c) In each subcontract that exceeds the threshold for submission of cost or pricing data at
FAR 15.403-4, when entered into, the Contractor shall insert either—
(1) The substance of this clause, including this paragraph (c), if paragraph (a) of this
clause requires submission of cost or pacing data for the subcontract or
(2) The substance of the clause at FAR 52.215-13. Subcontractor Cost or Pricing Data—
Modifications.
46. 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004)
(Applicable to leases over $100.000 average net annual rental, including option penods.)
(a) It is the policy of the United States that small business concerns, veteran-owned small
business concerns, service-disabled veteran-owned small business concerns, HUBZone
small business concerns, small disadvantaged business concerns, and women-owned small
business concerns shall have the mammum practicable opportunity to participate in
°ming contracts let by any Federal agency, including contracts and subcontracts for
stems, assembkps, components, and related services for major systems. It is further
INITIALS
LESSOR GOVERNMENT GSA FORM 35178 PAGE 27 (REV 11(05)
Lessor_ & Government
EFTA01089955
the policy of the United States that its prime contractors establish procedures to ensure the
timely payment of amounts due pursuant to the terms of their subcontracts with small
business concerns, veteran-owned small business concerns, service-disabled veteran-
owned small business concerns, HUBZone small business concerns, small disadvantaged
business concerns, and women-owned small business concerns.
(b) The Contractor hereby agrees to carry out this policy in the awarding of subcontracts to the
fullest extent consistent with efficient contract performance. The Contractor higher agrees to
cooperate In any studies or surveys as may be conducted by the United States Small
Business Administration or the awarding agency of the United States as may be necessary
to determine the extent of the Contractor's compliance with this clause.
(c) Definitions. As used in this contract—
"HUBZone small business concern" means a small business concern that appears on the
List of Qualified HUBZone Small Business Concerns maintained by the Small Business
Administration.
'Service-disabled veteran-owned small business concern'—
(1) Means a small business concern—
(i) Not less than 51 percent of which is owned by one or more service-disabled
veterans or. in the case of any publicly owned business, not less than 51
percent of the stock of which is owned by one or more service-disabled
veterans; and
(in The management and daily business operations of which are controlled by one
or more service-disabled veterans or, in the case of a service-disabled veteran
with permanent and severe disability, the spouse or permanent caregiver of
such veteran.
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2). with a
disability that is service-connected, as defined in 38 U.S.C. 101(16).
'Small business concern' means a small business as defined pursuant to Section 3 of the
Small Business Act and relevant regulations promulgated pursuant thereto.
'Small disadvantaged business concern' means a small business concern that represents,
as part of its offer that—
(1) II has received certification as a small disadvantaged business concern consistent
with 13 CFR part 124, Subpart B;
(2) No material change in disadvantaged ownership and control has occurred since its
certification;
(3) Where the concern is owned by one or more individuals, the net worth of each
individual upon whom the certification is based does not exceed $750,000 after taking
into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and
(4) It is identified, on the date of its representation, as a certified small disadvantaged
business in the database maintained by the Small Business Administration (PRO-
Net).
"Veteran-owned small business concern" means a small business concern—
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at
38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than
51 percent of the stock of which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or
more veterans.
'Women-owned small business concern" means a small business concern—
(1) That Is at least 51 percent owned by one or more women, or, in the case of any
publicly owned business, at least 51 percent of the stock of which is owned by one or
more women; and
IMPALE:
GOVERNMENT GSA FORM 35178 PAGE 28 (REV 11/05)
Lessor & Government
EFTA01089956
(2) Whose management and daily business operations are controlled by one or more
women
(d) Contractors acting in good faith may rely on written representations by their subcontractors
regarding their status as a small business concern, a veteran-owned small business
concern, a service-disabled veteran-owned small business concern, a HUBZone small
business concern, a small disadvantaged business concern, or a women-owned small
business concern.
47. 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JUL 2005)
(Applicable to leases over 5500,000.)
(a) This clause does not apply to small business concerns
(b) Definitions. As used in this clause—
"Commercial kern" means a product or service that satisfies the definition of commercial
item in section 2.101 of the Federal Acquisition Regulation.
"Commercial plan" means a subcontracting plan (including goals) that covers the Offeror's
fiscal year and that applies to the entire production of commercial items sold by either the
entire company or a portion thereof (e.g., division, plant, or product line).
'Individual contract plan" means a subcontracting plan that covers the entire contract period
(including option periods), applies to a specific contract, and has goals that are based on the
Offeror's planned subcontracting in support of the specific contract, except that indirect costs
incurred for common or joint purposes may be allocated on a prorated basis to the contract.
"Master plan" means a subcontracting plan that contains all the required elements of an
individual contract plan, except goals, and may be incorporated into individual contract
plans, provided the master plan has been approved.
"Subcontract" means any agreement (other than one involving an employer-employee
relationship) entered into by a Federal Government prime Contractor or subcontractor
calling for supplies or services required for performance of the contract or subcontract.
(c) The Offeror, upon request by the Contracting Officer, shall submit and negotiate a
subcontracting plan, where applicable, that separately addresses subcontracting with small
business, veteran-owned small business, service-disabled veteran-owned small business,
HUBZone small business concerns, small disadvantaged business, and women-owned
small business concerns. If the Offeror is submitting an individual contract plan, the plan
must separately address subcontracting with small business, veteran-owned small business.
service-disabled veteran-owned small business, HUBZone small business, small
disadvantaged business, and women-owned small business concerns, with a separate part
for the basic contract and separate parts for each option (if any). The plan shall be included
in and made a part of the resultant contract. The subcontracting plan shall be negotiated
within the time specified by the Contracting Officer. Failure to submit and negotiate the
subcontracting plan shall make the Offeror ineligible for award of a contract.
(d) The Offeror's subcontracting plan shall include the following:
(1) Goals, expressed in terms of percentages of total planned subcontracting dollars, for
the use of small business, veteran-owned small business, service-disabled veteran-
owned small business. HUBZone small business, small disadvantaged business, and
women.owned small business concerns as subcontractors. The Offeror shad include
all subcontracts that contribute to contract performance, and may include a
proportionate share of products and services that are normally allocated as indirect
costs.
(2) A statement of—
(i) Total dollars planned to be subcontracted for an individual contract plan; or the
Offeror's total projected sales, expressed in dollars, and the total value of
projected subcontracts to support the sales for a commercial plan;
fatal dollars planned to be subcontracted to small business concerns;
( ii Total dollars planned to be subcontracted to veteran-owned small business
concerns;
(iv) Total doll rs planned to be subcontracted to service-disabled veteran-owned
InALS
I ESSOR G MENT GSA FORM 35178 PAGE 29 (REV 11(05)
Lessor & Government
EFTA01089957
smal business;
(v) Total dollars planned to be subcontracted to HUBZone small business
concerns;
(vi) Total dollars planned to be subcontracted to small disadvantaged business
concerns; and
(vii) Total dollars planned to be subcontracted to women-owned small business
concerns.
(3) A description of the principal types of supplies and services to be subcontracted, and
an identification of the types planned for subcontracting to—
(i) Small business concerns;
(Ii) Veteran-owned small business concerns;
(Hi) Service-disabled veteran-owned small business concerns;
(iv) HUBZone small business concerns;
(v) Small disadvantaged business concerns; and
(vi) Women-owned small business concerns.
(4) A description of the method used to develop the subcontracting goals in paragraph
(d)(1) of this clause.
(5) A description of the method used to identify potential sources for solicitation purposes
(e g., existing company source lists, the Procurement Marketing and Access Network
(PRO-Net) of the Small Business Administration (SBA). veterans service
organizations, the National Minority Purchasing Council Vendor Information Service,
the Research and Information Division of the Minority Business Development Agency
in the Department of Commerce, or small, HUBZone, small disadvantaged, and
women-owned small business trade associations). A firm may rely on the information
contained in PRO-Net as an accurate representation of a concern's size and
ownership characteristics for the purposes of maintaining a small, veteran-owned
small, service-disabled veteran-owned small, HUBZone small, small disadvantaged.
and women-owned small business source list. Use of PRO-Net as its source list does
not relieve a firm of its responsibilities (e.g., outreach, assistance, counseling, or
publicizing subcontracting opportunities) in this clause.
(6) A statement as to whether or not the Offeror included indirect costs in establishing
subcontracting goals, and a description of the method used to determine the
kinate share of indirect costs to be incurred with—
)i( Small business concerns;
(ii) Veteran-owned small business concerns;
Oh) Service-disabled veteran-owned small business concerns;
(iv) HUBZone small business concerns;
(v) Small disadvantaged business concerns; and •
(vi) Women-owned small business concerns.
(7) The name of the individual employed by the Offeror who will administer the Offerors
subcontracting program, and a description of the duties of the individual.
(8) A description of the efforts the Offeror will make to assure that small business,
veteran-owned smal business, service-disabled veteran-awned small business.
HUBZone small business, small disadvantaged business, and women-owned small
business concerns have an equitable opportunity to compete for subcontracts.
(9) Assurances that the Offeror will include the clause of this contract entitled "Utilization
of Small Business Concerns" in all subcontracts that otter further subcontracting
opportunities, and that the Offeror will require all subcontractors (except small
business concerns) that receive subcontracts in excess of 9500,000 ($1,000,000 for
construction of any public facility) to adopt a subcontracting plan that complies with
the requirements of this clause.
(10) Assurances that the Offeror will—
(i) Cooperate in any studies or surveys as may be required;
(Ii) Submit periodic reports so that the Government can determine the extent of
compliance by the Offeror with the subcontracting plan;
(iii) Submit Standard Form (SF) 294, Subcontracting Report for Individual
Contracts, and/or SF 295, Summary Subcontract Report, in accordance with
paragraph (i) of this clause. The reports shall provide information on
subcontract awards to small business concerns, veteran-owned small business
concerns, pervice-disabled veteran-owned small business concerns, HUBZone
INITIALS
ESSOR GOVEANRIENT GSA FORM 35178 PAGE 30 (REV 11/05)
Lessor & Government
EFTA01089958
small business concerns, small disadvantaged business concerns, women-
owned small business conceals, and Historically Black Colleges and
Universities and Minority Institutions. Reporting shat be in accordance with the
instructions on the forms or as provided in agency regulations.
(iv) Ensure that its subcontractors agree to submit SF 294 and SF 295.
(11) A description of the types of records that will be maintained concerning procedures
that have been adopted to comply with the requirements and goals in the plan,
including establishing source lists; and a description of the Offeror s efforts to locate
small business, veteran-owned small business, service-disabled veteran-owned small
business, HUBZone small business, small disadvantaged business, and women-
owned small business concerns and award subcontracts to them. The records shall
include at least the following (on a plant-wide or company-wide basis, unless
otherwise indicated):
(i) Source lists (e.g., PRO-Net), guides, and other data that identify small
business, veteran-owned small business, service-disabled veteran-owned
small business, HUBZone small business, small disadvantaged business, and
women-owned small business concerns.
(ii) Organizations contacted in an attempt to locate sources that are small
business, veteran-owned small business, service-disabled veteran-owned
small business, HUBZone small business, small disadvantaged business, or
women-owned small business concerns.
(iii) Records on each subcontract solicitation resulting in an award of more than
$100,000, indicating—
(A) Whether small business concerns were solicited and, if not, why not;
(8) Whether veteran-owned small business concerns were solicited and, if
not, why not;
(C) Whether service-disabled veteran-owned small business concerns were
solicited and, if not, why not:
(D) Whether HUBZone small business concerns were solicited and, il not,
why not:
(E) Whether small disadvantaged business concerns were solicited and, if
not, why not;
(F) Whether women-owned small business concerns were solicited and, if
not, why not; and
(G) If applicable, the reason award was not made to a small business
concern.
(iv) Records of any outreach efforts to contact—
(A) Trade associations:
(B) Business development organizations;
(C) Conferences and trade fairs to locate small. HUBZone small, small
disadvantaged, and women-owned small business sources; and
(0) Veterans service organizations.
(v) Records of internal guidance and encouragement provided to buyers through—
(A) Workshops, seminars, training, etc.; and
(8) Monitoring performance to evaluate compliance with the program's
requirements.
(vi) On a contract-by-contract basis, records to support award data submitted by
the Offeror to the Government, including the name, address, and business size
of each subcontractor. Contractors having commercial plans need not comply
with this requirement.
(e) In order to effectively implement this plan to the extent consistent with efficient contract
performance, the Contractor shall perform the following functions:
(1) Assist small business, veteran-owned small business, service-disabled veteran-
owned small business, HUBZone small business, small disadvantaged business, and
women-owned small business concerns by arranging solicitations, time for the
preparation of bids, quantities, specifications, and delivery schedules so as to
facilitate the participation by such concerns. Where the Contractor's lists of potential
small business, veteran-owned small business, service-disabled veteran-owned small
business, HUBZone small business, small disadvantaged business, and women-
owned small business subcontractors are excessively long, reasonable effort shall be
made to give all such small business concerns an opportunity to compete over a
period of time.
2) Provide adequate and timely consideration of the potentialities of small business,
veteran-owned, small business, service-disabled veteran-owned small business,
IN fTIALS a
LESSOR GOVERNMENT GSA FORM 35178 PAGE 31 (REV 11/05)
Lessor Government
EFTA01089959
HUBZone small business, small disadvantaged business, and women-owned small
business concerns in all "make-or-buy" decisions.
(3) Counsel and discuss subcontracting opportunities with representatives of small
business, veteran owned small business, service-disabled veteran-owned small
business, HUBZone small business, small disadvantaged business, and women-
owned small business firms.
(4) Confirm that a subcontractor representing itself as a HUBZone small business
concern is identified as a certified HUBZone small business concern by accessing the
Central Contractor Registration (CCR) database or by contacting SBA.
(5) Provide notice to subcontractors concerning penalties and remedies for
misrepresentations of business status as small, veteran-owned small business.
HUBZone small, small disadvantaged, or women-owned small business for the
purpose of obtaining a subcontract that is to be included as part or all of a goal
contained in the Contractor's subcontracting plan.
(I) A master plan on a plant or division•wide basis that contains all the elements required by
paragraph (d) of this clause, except goals, may be incorporatedby reference as a part of the
subcontracting plan required of the Offeror by this clause; provided—
(1) The master plan has been approved;
(2) The Offeror ensures that the master plan is updated as necessary and provides
copies of the approved master plan, including evidence of its approval, to the
Contracting Officer; and
(3) Goals and any deviations from the master plan deemed necessary by the Contracting
Officer to satisfy the requirements of this contract are set forth in the individual
subcontracting plan.
(g) A commercial plan is the preferred type of subcontracting plan for contractors furnishing
commercial items. The commercial plan shall relate to the Offerors planned subcontracting
generally, for both commercial and Government business, rather than solely to the
Government contract. Commercial plans aro also preferred for subcontractors that provide
commercial items under a prime contract, whether or not the prime contractor is supplying a
commercial item.
(h) Prior compliance of the Offeror with other such subcontracting plans under previous
contracts will be considered by the Contracting Officer in determining the responsibility of
the Offeror for award of the contract.
(i) The failure of the Contractor or subcontractor to comply in good faith with—
(1) The clause of this contract entitled "Utilization Of Small Business Concerns"; or
(2) An approved plan required by this clause, shall be a material breach of the contract.
0) The Contractor shall submit the following reports:
(1) Standard Form 294, Subcontracting Report for Individual Contracts. This report shall
be submitted to the Contracting Officer semiannually and at contract completion. The
report covers subcontract award data related to this contract. This report is not
required for commercial plans.
(2) Standard Fonn 295, Summary Subcontract Report. This report encompasses all of
the contracts with the awarding agency. It must be submitted semi-annually for
contracts with the Department of Defense and annually for contracts with civilian
agencies. If the reporting activity is covered by a commercial plan, the reporting
activity must report annually all subcontract awards under that plan. All reports
submitted at the close of each fiscal year (both individual and commercial plans) shall
include a breakout, in the Contractors format, of subcontract awards, in whole dollars,
to small disadvantaged business concerns by North American Industry Classification
System (NAICS) Industry Subsector. For a commercial plan, the Contractor may
obtain from each of its subcontractors a predominant NAICS Industry Subsector and
report all awards to that subcontractor under its predominant NAICS Industry
Subsector.
INITIALS ---
LESSOR GOVERNMENT GSA FORM 35178 PAGE 32 (REV 11/05)
Lessor 8 Government
EFTA01089960
48. 52.219.16 LIQUIDATED DAMAGES—SUBCONTRACTING PLAN (JAN 1999)
(Applicable to leases over $500,000.)
(a) Failure to make a good faith effort to cvmply with the subcontracting plan, as used in this
clause, means a willful or intentional failure to perform in accordance with the requirements
of the subcontracting plan approved under the clause in this contract entitled -Small
Business Subcontracting Plan, or willful or intentional action to frustrate the plan.
(b) Performance shall be measured by applying the percentage goals to the total actual
subcontracting dollars or, if a commercial plan is involved, to the pro rata share of actual
subcontracting dollars attributable to Government contracts covered by the commercial plan.
lf, at contract completion or, in the case of a commercial plan, at the close of the fiscal year
for which the plan is applicable, the Contractor has failed to meet its subcontracting goals
and the Contracting Officer decides in accordance with paragraph (c) of this clause that the
Contractor failed to make a good faith effort to comply with its subcontracting plan,
established in accordance with the clause in this contract entitled "Small Business
Subcontracting Plan; the Contractor shall pay the Government liquidated damages in an
amount stated. The amount of probable damages attributable to the Contractor's failure to
comply shall be an amount equal to the actual dollar amount by which the Contractor failed
to achieve each subcontract goal.
(c ) Before the Contracting Officer makes a final decision that the Contractor hasfaited to make
such good faith effort, the Contracting Officer shall give the Contractor written notice
specifying the failure and permitting the Contractor to demonstrate what good faith efforts
have been made and to discuss the matter. Failure to respond to the notice may be taken as
an admission that no valid explanation exists. If, after consideration of all the pertinent data,
the Contracting Officer finds that the Contractor failed to make a good faith effort to comply
with the subcontracting plan, the Contracting Officer shall issue a final decision to that effect
and require that the Contractor pay the Government liquidated damages as provided in
paragraph (b) of this clause.
(d) With respect to commercial plans, the Contracting Officer who approved the plan will
perform the functions of the Contracting Officer under this clause on behalf of all agencies
with contracts covered by the commercial plan.
(e) The Contractor shall have the right of appeal, under the clause in this contract entitled,
Disputes, from any final decision of the Contracting Officer.
Liquidated damages shall be in addition to any other remedies that the Government may
have.
INITIALS:
LESSOR GOV f:YMENT GSA FORM 35178 PAGE 33 (REV 11105)
Lessor ti Government
EFTA01089961
REPRESENTATIONS AND CERTIFICATIONS Solicitation Number Dated
(Acquisition of Leasehold Interests in Real Property) #9V12017 3/23/11
Complete appropriate boxes, sign the form, and attach to offer.
The Offeror makes the following Representations and Certifications. NOTE: The 'Offeror,' as used on
this form, is the owner of the property offered, not an individual or agent representing the owner.
1. 52.219-1 - SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004)
(a) (1) The North American Industry Classification System (NAICS) code for this acquisition Is
531190.
(2) The small business size standard is $19.0 Million in annual average gross revenue of the
concern for the last 3 fiscal years.
(3) The small business size standard for a concern which submits an offer in Its own name,
other than on a construction or service contract, but which proposes to furnish a product
which it did not Itself manufacture, is 500 employees.
(b) Representations.
(1) The Offeror represents as part of its offer that it [X) is, [ ] is not a small business
concern.
(2) [Complete only if the Offeror represented itself as a small business concern In paragraph
b 1) of this provision.] The Offeror represents, for general statistical purposes, that It
( is, [X] is not, a small disadvantaged business concern as defined in 13 CFR
4.1002.
(3) (Complete only if the Offeror represented itself as a small business concern in paragraph
(b)(1) of this provision.] The Offeror represents as part of its offer that it [ ] is, pq Is not a
women-owned small business concern.
(4) (Complete only if the Offeror represented itself as a small business concern In paragraph
(b)(1) of this provision.] The Offeror represents as part of its offer that it [ ] is, [X] is not a
veteran-owned small business concern.
(5) (Complete only if the Offeror represented itself as a veteran-owned small business
concern in paragraph (b)(4) of this provision.] The Offeror represents as part of Its offer
that it [ ] is. [ ] is not a service-disabled veteran-owned small business concern.
(6) (Complete only if the Offeror represented itself as a small business concern in paragraph
(b)(1)of this provision.] The Offeror represents, as part of Its offer, that—
(i) It [ ] is, [X] is not a HUBZone small business concern listed, on the date of this
representation, on the List of Qualified HUBZone Small Business Concerns
maintained by the Small Business Administration, and no material change in
ownership and control, principal office, or HUBZone employee percentage has
occurred since k was certified by the Small Business Administration in accordance
with 13 CFR part 126; and
(ii) It [ ] is, Pc] is not a joint venture that complies with the requirements of 13 CFR
part 126, and the representation in paragraph (bX6Xi) of this provision is accurate
for the HUBZone small business concern or concerns that are participating in the
joint venture. [The Offeror shall enter the name or names of the HUBZone small
business concern or concerns that are participating in the joint
venture: .J Each HUBZone small business concern
participating in the joint venture shall submit a separate signed copy of the
HUBZone representation.
&
RNMENT GSA FORM 3518 PAGE 1(REV 1/07)
Lessor & Government
EFTA01089962
(c) Definitions. As used in this provision—
"Service-disabled veteran-owned small business concern"—
(1) Means a small business concern—
(i) Not less than 51 percent of Mitch is owned by one or more service-disabled
veterans or, in the case of any publicly owned business, not less than 51 percent
of the stock of which Is owned by one or more service-dIsabled veterans; and
(N) The management and daily business operations of which we controlled by one or
more service-disabled veterans or, in the case of a veteran with permanent and
severe disability, the spouse or permanent caregiver of such veteran.
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a
disability that is service-connected, as defined in 38 U.S.C. 101(18).
"Small business concern' means a concern, including its affiliates, that Is Independently
owned and operated, not dominant in the field of operation in which It is bidding on
Government contracts, and qualified as a small business under the criteria In 13 CFR part
121 and the size standard in paragraph (a) of this provision.
'Veteran-owned small business concern" means a small business concern—
(1) Not less than 51 percent of which Is owned by one or more veterans (as defined at
38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51
percent of the stock of which Is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more
veterans.
Women-owned small business concern" means a small business concern—
(1) That is at least 51 percent owned by one or more women; or. in the case of any publicly
owned business, at least 51 percent of the stock of which Is owned by one or more
women; and
(2) Whose management and daily business operations are controlled by one or more
women.
(d) Notice.
(1) if this solicitation is for supplies and has been set aside, in whole or in part, for small
business concerns, then the clause in this solicitation providing notice of the set-aside
contains restrictions on the source of the end items to be furnished.
(2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small,
HUBZone small, small disadvantaged, or women-ovmed small business concern in order
to obtain a contract to be awarded under the preference programs established pursuant
to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal
law that specifically references section 8(d) for a definition of program eligkility, shall-
(I Be punished by impoWion of fine, imprisonment, or both;
(ii Be subject to administrative remedies, including suspension and debarment and
(ill Be ineligible for participation in programs conducted under the authority of the Act.
2. 52.204-6 - WOMEN-OWNED BUSINESS (OTHER THAN SMALL BUSINESS) (MAY 1999)
(a) Definition. 'Women-owned business concern,' as used in this provision, means a concern
which is at least 51 percent owned by one or more women; or in the case of any publicly
owned business, at least 51 percent of its stock is owned by one or more women; and whose
management and daily business operations are controlled by one or more women
(b) Representation. [Compete only if the Offeror is a women-owned business concern and has
not represented itself as a small business concern in paragraph (b)(1) of FAR 52.219-1,
Small Business Program Representations, of this solicitation.] The Offeror represents that It
[ is a women-owned business concern.
INITIALS: P / & eit l
L SSOR GO RNMENT GSA FORM 3518 PAGE 2 (REV trot)
Lessor 8 Government
EFTA01089963
3. 52.222-22 - PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999)
(Applicable to leases over $10,000.)
The Offeror represents that —
(a) It [ ] has, [X] has not participated in a previous contract or subcontract subject to the Equal
Opportunity clause of this solicitation;
(b) It ] has. [X] has not filed all required compliance reports; and
(c) Representations indicating submission of required compliance reports, signed by proposed
subcontractors, will be obtained before subcontract awards. (Approved by OMB under
Control Number 1215-0072.)
4. 52.222-25 - AFFIRMATIVE ACTION COMPLIANCE (APR 1984)
(Applicable to leases over $10,000 and which include the clause at FAR 52.222-26, Equal
Opportunity.)
The Offeror represents that—
(a) It [ ] has developed and has on fde, I has not developed and does not have on file, at each
establishment affirmative action programs required by the rules and regulations of the
Secretary of Labor (41 CFR 80-1 and 60-2), or
(b) It X] has not previously had contracts subject to the written affirmative action programs
requirement of the rules and regulations of the Secretary of Labor. (Approved by OMB under
Control Number 1215-0072.)
5. 52.203-02 - CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985)
(Applicable to leases over $100,000 average net annual rental, including option periods.)
(a) The Offeror certifies that—
(1) The prices in this offer have been arrived at Independently, without, for the purpose of
restricting competition, any consultation, communication, or agreement with any other
Offeror or competitor relating to (i) those prices, (II) the intention to submit an offer, or (NI)
the methods or factors used to culate the prices offered;
(2) The prices in this offer have not been and MI not be knowingly disclosed by the Offeror,
directly or indirectly, to any other Offeror or competitor before bid opening (in the case of
a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless
otherwise required bylaw, and
(3) No attempt has been made or coif be made by the Offeror to induce any other concern to
submit or not to submit an offer for the purpose of restricting competition.
(b) Each signature on the offer Is considered to be a certification by the signatory that the
signatory—
(1) Is the person In the Offeror's organization responsible for determining the prices being
offered in this bid or proposal, and that the signatory has not participated and wiN not
participate In any action contrary to subparagraphs (aX1) through (a)(3) above; or
(2) (i) Has been authorized, in writing, to act as agent for the following principals in
certifying that those principals have not participated, and MI not participate in any
action contrary to subparagraphs (aX1) through (aX3) above Vin A.
r cover Insert
oll name of persot) in the Offeror's organization responsible for determining the
prices offered in this bid or proposal, and the title of his or her position in the
Offeror's organization);
SOR GOVERNMENT GSA FORM 3518 PAGE 3 (REV 1/07)
Lessor & Government
EFTA01089964
(ii) As an authorized agent, does certify that the principals named in subdivision
(bX2)(i) above have not participated, and will not participate, in any action contrary
to subparagraphs (aX1) through (a)(3) above; and
(ii) As an agent, has not personally participated, and will not participate, in action
contrary to subparagraphs (aX1) through (aX3) above.
(c) If the Offeror deletes or modifies subparagraph (a)(2) above, the Offeror must furnish with its
offer a signed statement setting forth In detail the circumstances of the disclosure.
ff. 52.203-11 • CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE
CERTAIN FEDERAL TRANSACTIONS (SEP 2005)
(Applicable to leases over $100,000.)
(a) The definitions and prohibitions contained In the clause, at FAR 52.203-12, Limitation on
Payments to Influence Certain Federal Transactions, included in this solicitation, are hereby
incorporated by reference in paragraph (b) of this certification.
(b) The Offeror, by signing its offer, hereby certifies to the best of his or her knowledge and
belief that on or after December 23, 1989, —
(1) No Federal appropriated funds have been paid or wil be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of
Congress on his or her behalf in connection with the awarding of a contract;
(2) If any funds other than Federal appropriated funds (including profit or fee received under
a covered Federal transaction) have been paid, or wit be paid, to any person for
intuencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of
Congress on his or her behalf in connection with this solicitation, the Offeror shall
complete and submit, with its offer, OMB standard form LLL, Disclosure of Lobbying
Activities, to the Contracting Officer; and
(3) He or she will include the language of this certification in all subcontract awards at any
tier and require that all recipients of subcontract awards in excess of $100,000 shall
certify and disclose accordingly.
(c) Submission of this certification and disclosure is a prerequisite for making or entering Into
this contract Imposed by section 1352, title 31, United States Code. Any person who makes
an expenditure prohibited under this provision or who falls to file or amend the disclosure
form to be filed or amended by this provision, shall be subject to a clvil penalty of not less
than $10,000, and not more than $100,000, for each such failure.
7. 52.209-5 - CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED
DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (DEC 2001)
(Applicable to leases over $100,000 average net annual rental, including option periods.)
(a) (1) The Offeror certifies, to the best of its knowledge and belief, that—
() The Offeror and/or any of Its Principals—
(A) Are [ I are not pq presently debarred, suspended, proposed for
debarment, or declared ineligible for the award of contracts by any
Federal agency;
(B) Have [ ] have not [X], within a three-year period preceding this offer,
been convicted of or had a civil judgment rendered against them for:
commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, state, or local)
contract or subcontract; violation of Federal or state antitrust statutes
relating to the submission of offers; or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false
statements, tax evasion, or receiving stolen properly: and
INRIALS:
LE OR G0V RNMENT GSA FORM 3518 PAGE 4 (REV 1/07)
Lessor & Government
EFTA01089965
(C) Are [ are not [X] presently indicted for, or otherwise criminally or civilly
charged by a governmental entity with, commission of any of the offenses
enumerated in paragraph (a)(1X0(8) of this provision.
(ii) The Offeror has [ 1 has not [X], within a three-year period preceding this offer,
had one or more contracts terminated for default by any Federal agency.
(2) 'Principals,' for the purposes of this certification, means officers; directors; owners;
partners; and, persons having primary management or supervisory responsibilities within
a business entity (e.g., general manager; plant manager; head of a subsidiary, division,
or business segment, and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States
and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker
Subject to Prosecution Under Section 1001, Title 18, United States Code.
(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time
prior to contract award, the Offeror learns that its certification was erroneous when submitted
or has become erroneous by reason of changed circumstances.
(c) A certification that any of the items in paragraph (a) of this provision exists will not
necessarily result in withholding of an award under this solicitation. However, the certification
will be considered in connection with a determination of the Offeror's responsibility. Failure of
the Offeror to furnish a certification or provide such additional Information as requested by
the Contracting Officer may render the Offeror nonresponsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render, In good faith, the certification required by paragraph (a) of this
provision. The knowledge and information of an Offeror is not required to exceedthat which
is normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon
which reliance was placed when making award. If it is later determined that the Offeror
knowingly rendered an erroneous certification, In addition to other remedies available to the
Government, the Contracting Officer may terminate the contract resulting from this
solicitation for default.
8. 52.204-3 - TAXPAYER IDENTIFICATION (OCT 1998)
(a) Definitions.
"Common parent,' as used in this provision, means that corporate entity that owns or
controls an affiliated group of corporations that files its Federal income tax returns on a
consolidated basis, and of which the Offeror is a member.
"Taxpayer Identification Number (TIN)," as used in this provision, means the number
required by the Internal Revenue Service (IRS) to be used by the Offeror in reporting income
tax and other returns. The TIN may be either a Social Security Number or an Employer
Identification Number.
(b) All Offerors must submit the information required In paragraphs (d) through (f) of this
provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d),
reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations
issued by the IRS. If the resulting contract is subject to the payment reporting requirements
described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the Offeror
to furnish the information may result in a 31 percent reduction of payments otherwise due
under the contract.
(c) The TIN may be used by the Government to collect and report on any delinquent amounts
arising out of the Offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the
resulting contract is subject to the payment reporting requirements described in FAR 4.904,
the TIN provided hereunder may be matched with IRS records to verify the accuracy of the
Offeror's TIN.
INITIALS
LESSOR GOVERNMENT GSA FORM 3518 PAGE 5 (REV 1/07)
Lessor & Government
EFTA01089966
(d) Taxpayer Identification Number (TIN).
TIN: 203100496
TIN has been applied for.
11 TIN is not required because:
Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not
have income effectively connected with the conduct of a trade or business in the
United States and does not have an office or place of business or a fiscal paying agent
in the United States;
11 Offeror is an agency or instrumentality of a foreign government;
Offeror is an agency or instrumentality of the Federal government;
(e) Type of organization.
11
Sole proprietorship: Government entity (Federal, State, or local):
Partnership; Foreign government;
Corporate entity (not tax-exempt); international organization per 26 CFR 1.6O49-4;
Corporate entity (tax-exempt); (XI Other LLC
(f) Common Parent.
I Offeror Is not owned or controlled by a common parent as defined In paragraph (a) of
this provision.
] Name and TIN of common parent:
Name xxxxxxxxx
TIN fffffkiNtiff=affit
9. 52.204-8 — Data Universal Numbering System (DUNS) Number (OCT 2003)
(a) The Offeror shall enter, in the block with Its name and address on the cover page of its offer,
the annotation "DUNS" or MUNS+4" followed by the DUNS number or "DUNS+4* that
Identifies the Offerors name and address exactly as stated in the offer. The DUNS number is
a nine-digit number assigned by Dun and Bradstreet. Inc. The DUNS*4 is the DUNS number
plus a 4-character suffix that may be assigned at the discretion of the Offeror to establish
additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts
(see Subpart 32.11) for the same parent concern.
(b) If the Offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to
obtain one.
(1) An Offeror may obtain a DUNS number—
(i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-
5711 or via the Internet at httgfiwww.dnb,com; or
(ii) If located outside the United States, by contacting the local Dun and Bradstreet
office.
(2) The Offeror should be prepared to provide the following information:
(0 Company legal business name.
0i) Tradestyte, doing business, or other name by which your entity is commonly
recognized.
(Ili Company physical street address, city, state and zip code.
(iv Company marling address, city, state and zip code (if separate from physical).
• (v Company telephone number,
(vi Date the company was started.
(vii Number of employees at your location
(viii Chief executive offla,rikey manager.
(or Line of business (Industry).
(x Company Headquarters name and address (reporting relationship within your
l ] •
LESSOR GOVERNMENT GSA FORM 3519 PAGE 9 (REV 1/07)
Lessor d Government
EFTA01089967
10. DUNS NUMBER (JUN 2004)
Notwithstanding the above instructions, in addition to inserting the DUNS Number on the
page, the Offeror shall also provide its DUNS Number as part of this submission: offer cover
DUNS #
11. CENTRAL CONTRACTOR REGISTRATION (JAN 2007)
The Central Contractor Registration (CCR) System is a centrally located, searchable
database
which assists in the development, maintenance, and provision of sources for future procurement
The Offeror must be registered in the CCR prior to lease award. The Offeror s.
shall register via the
Internet al http://www.ccr.00v. To remain active, the Offeror/Lessor is required to update or renew
its registration annually.
[X] Registration Active and Copy Attached
I Will Activate Registration and Submit Copy to the Government Prior to Award
OFFEROR OR NAME, ADDRESS (INCLUDING ZIP CODE) TELEPHONE NUMBER
AUTHORIZED
REPRESENTATIVE NAME Vin & Toni Hoover Property Management, LLC (813)963-5555
STREET 13775 N. Nebraska Ave
CITY, STATE, ZIP Tampa, FL 33613
3/23/11
gnature Date
/
INITIALS. 6
GO RNMENT GSA FORM 1518 PAGE 7 (REV 1/07)
Lessor & Government
EFTA01089968
February 23, 2011
Amendment Number 1
to SFO# 9VI2017
dated 12/29/2010
for U.S. Customs and Immigrations Services
in St. Thomas, USVI
The purpose of this Amendment to Lease/SFO# 9VI2017 is to modify language contained within the
body of the SFO.
Paragraph 1.4 is deleted in its entirety and replaced with the following:
1.4 OFFER DUE DATE (AUG 2008)
Offers are due by 4:00 p.m. EDT, Friday, April 1, 2011 and shall remain open until lease
award.
All respondents to this Solicitation for Offers to lease shall acknowledge receipt of this Amendment by
signature on one copy in the space provided below. The acknowledged copy of this Amendment
must be received by 4:00 p.m. EDT on Friday, April 1, 2011. You may fax this Amendment to Ms.
Shannon C. Mohler of the CBRE Real Estate Services, Inc. at (703) 852-6210. A hard copy of the
Amendment must be mailed to the following (can be included with submitted offer):
Shannon C. Mohler I Transaction Specialist
GSA - National Broker Contract
CBRE Real Estate Services, Inc.
RECEIPT OF AMENDMENT NO. 1
IS HEREBY ACKNOWLEGED:
EFTA01089969
04/27/2012
Amendment Number 2
to SFO No. 9VI2017
dated 12/29/2010
for U.S. Customs and Immigration Services
in St. Thomas, USVI
The purpose of this amendment to SFO# 9VI2017 is to modify language contained
within the body of the SFO.
SFO Paragraph 1.3 is hereby deleted in its entirety and replaced with the following:
1.3 LEASE TERM (SEP 2000)
The lease term is for ten (10) years full, ten (10) years firm. GSA may terminate this
lease in whole or in part after the tenth (10th) year on ninety (90) days' written notice to
the Lessor. All the terms and conditions contained herein shall prevail throughout the
term of the lease.
END OF CHANGES
All respondents to this Request for Lease Proposal shall acknowledge receipt of this
amendment by signature on one copy in the space provided below. The acknowledged
copy of this amendment must be received by 5:00 p.m. EST on Friday, May 11, 2012.
A hard copy of the amendment must be mailed to the following (can be included
with submitted offer):
Shannon C. Mohler I Transaction Specialist
GSA - National Broker Contract
CBRE. Inc
R€CEIPT OF AMENDMENT NO. 2
IS EREBY ACKNOWLEGED:
( O
O EROR SIGNATURE:
DATE:
EFTA01089970
11/13/2012
Amendment Number 3
to SFO No. 9VI2017
dated 12/29/2010
for U.S. Customs and Immigration Services
in St Thomas, USVI
The purpose of this amendment to SFO# 9VI2017 is to modify language contained within the body of the SFO.
SFO Paragraph 1.1 is hereby deleted in its entirety and replaced with the following:
1.1 AMOUNT AND TYPE OF SPACE (AUG 2008)
A. The General Services Administration (GSA) is interested in leasing approximately 13,685 rentable square
feet
of space. The rentable space shall yield a minimum of 11,900 ANSI/BOMA Office Area (ABOA) square feet to
a maximum of 11,900 ANSI/BOMA Office Area square feet, available for use by tenant for personnel,
furnishings, and equipment. Refer to the "Measurement of Space" paragraph in the UTILITIES, SERVICES
AND LEASE ADMINISTRATION section of this Solicitation for Offers (SFO).
B. The Government requires four (4) reserved, on-site parking spaces, under rent. for Government vehicles.
These spaces shall be lit in accordance with the Security Section in this Solicitation. The cost of this parking
shall be included as part of the rental consideration. Additionally, thirty-seven (37) parking spaces shall be
commercially available within 660 walkable linear feet from the entrance of the offered space. Satisfactory
public transportation (bus and/or light rail) must be available within 1,500 walkable linear feet of the offered
space.
C. The offer shall 1) be for space located in a quality building of sound and substantial construction as described
in this SFO, 2) have a potential for efficient layout, 3) be within the ABOA square footage range to be
considered, and 4) be in compliance with all of the Government's minimum requirements set forth herein.
D. The design of the space offered shall be conducive to efficient layout and good utilization as determined by
the Government. To demonstrate potential for efficient layout, the Offeror may be requested to provide a test
fit layout at the Offeror's expense when the space offered contains certain features like:
1. Narrow column spacing;
2. Atriums, light wells, or other areas interrupting contiguous spaces;
3. Extremely long, narrow runs of space;
4. Irregular space configurations; or
5. Other unusual building features.
6. The Government will advise the Offeror if the test fit layout demonstrates that the Government's
requirement cannot be accommodated within the space offered. The Offeror will have the option of
increasing the ANSI/BOMA Office Area square footage offered, provided that it does not exceed the
maximum ANSI/BOMA Office Area square footage in this SFO. If the Offeror is already providing the
maximum ANSI/BOMA Office Area square footage and cannot house the Govemment's space
requirements efficiently, then the Government will advise the Offeror that the offer is unacceptable.
E. Unless otherwise noted, all references in this SFO to square feet shall mean ANSI/BOMA Office Area square
feet (ABOA). The terms ANSI/BOMA Office Area (ABOA) and usable square feet (usf) are used
interchangeably throughout this SFO and its attachments.
F. Approximately one hundred (100) square feet of the ANSI/BOMA Office Area space required above will be
used for the operation of a vending facility(ies) by the blind under the provisions of the Randolph-Sheppard
Act (United States Code 20 USC 107 et. seq.). The Government will control the number, kind, and locations
EFTA01089971
of vending facilities and will control and receive income from all automatic vending machines. The Lessor
is
required to provide necessary utilities and to make related alterations. The cost of the improvements will be
negotiated, and payment will be made by the Government either on a lump sum basis or a rental increase.
The Government will not compete with other facilities having exclusive rights in the building. The Offeror shall
advise the Government if such rights exist. During the term of the lease, the Lessor may not establish any
vending facilities within the leased space that will compete with the Randolph-Sheppard vending facilities.
END OF CHANGES
All respondents to this Request for Lease Proposal shall acknowledge receipt of this amendment by signature
on one
copy in the space provided below. The acknowledged copy of this amendment must be received by 5:00 p.m. EST
on
Friday, November 30, 2012. A hard copy of the amendment must be mailed to the following (can be included
with
submitted offer):
Shannon C. Mohler I Transaction Specialist
GSA - National Broker Contract
CARE Inc
RECEIPT OF AMENDMENT NO. 3
IS HEREBY ACKNOWLEGED:
OFFE!ROR'S N
FER7 SIG TORE:
DATE: 1
‘id4/ 3
EFTA01089972
12/20/12
Amendment Number (4)
To SFO No. 9VI2017
Dated 12/29/2010
for U.S. Customs and Immigration Services
in St. Thomas, USVI
The purpose of this amendment to SFO# 9VI2017 is to modify language contained within the body of the SFO.
SFO Paragraph 1.1 is hereby deleted in its entirety and replaced with the following:
1.1 AMOUNT AND TYPE OF SPACE (AUG 2008)
A. The General Services Administration (GSA) is interested in leasing approximately 13,668 rentable square feet
of space. The rentable space shall yield a minimum of 11,885 ANSI/BOMA Office Area (ABOA) square feet to
a maximum of 11,885 ANSI/BOMA Office Area square feet, available for use by tenant for personnel,
furnishings, and equipment. Refer to the "Measurement of Space" paragraph in the UTILITIES, SERVICES
AND LEASE ADMINISTRATION section of this Solicitation for Offers (SFO).
B. The Government requires four (4) reserved, on-site parking spaces, under rent, for Government vehicles.
These spaces shall be lit in accordance with the Security Section in this Solicitation. The cost of this parking
shall be included as part of the rental consideration. Additionally, thirty-seven (37) parking spaces shall be
commercially available within 660 walk able linear feet from the entrance of the offered space. Satisfactory
public transportation (bus and/or light rail) must be available within 1,500 walk able linear feet of the offered
space.
C. The offer shall 1) be for space located in a quality building of sound and substantial construction as described
in this SFO, 2) have a potential for efficient layout, 3) be within the ABOA square footage range to be
considered, and 4) be in compliance with all of the Government's minimum requirements set forth herein.
D. The design of the space offered shall be conducive to efficient layout and good utilization as determined by the
Government. To demonstrate potential for efficient layout the Offeror may be requested to provide a test fit
layout at the Offeror's expense when the space offered contains certain features like:
1. Narrow column spacing:
2. Atriums, light wells, or other areas interrupting contiguous spaces:
3. Extremely long, narrow runs of space;
4. Irregular space configurations; or
5. Other unusual building features.
6. The Government will advise the Offeror if the test fit layout demonstrates that the Government's
requirement cannot be accommodated within the space offered. The Offeror will have the option of
increasing the ANSI/BOMA Office Area square footage offered, provided that it does not exceed the
maximum ANSI/BOMA Office Area square footage in this SFO. If the Offeror is already providing the
maximum ANSI/BOMA Office Area square footage and cannot house the Government's space
requirements efficiently, then the Government will advise the Offeror that the offer is unacceptable.
E. Unless otherwise noted all references in this SFO to square feet shall mean ANSI/BOMA Office Area square
feet (ABOA). The terms ANSI/BOMA Office Area (ABOA) and usable square feet (usf) are used
interchangeably throughout this SFO and its attachments.
F. Approximately one hundred (100) square feet of the ANSI/BOMA Office Area space required above will be used
for the operation of a vending facility(ies) by the blind under the provisions of the Randolph-Sheppard Act
(United States Code 20 USC 107 et. seq.). The Government will control the number, kind, and locations
EFTA01089973
of vending facilities and will control and receive income from all automatic vending machines. The Lessor is
required to provide necessary utilities and to make related afterations. The cost of the improvements will be
negotiated, and payment will be made by the Government either on a lump sum basis or a rental increase.
The Government will not compete with other facilities having exclusive rights in the building. The Offeror shall
advise the Government if such rights exist. During the term of the lease, the Lessor may not establish any
vending facilities within the leased space that will compete with the Randolph-Sheppard vending facilities.
SFO Paragraph 1.2 is hereby amended as follows:
1.2 UNIQUE REQUIREMENTS (AUG 2008)
The SFO is hereby amended to also include the maximum rental rate CAP established by the Government for a rate of
$49.81/ per rentable square feet.
The offered building and/or location must have the following features:
A. If two (2) floors are proposed, they must accommodate 8.425 ANSI/BOMA usable office space (all operations
and public contact, including ASC) on one floor and 3,953 ANSI/BOMA usable office space (administration,
support and special purpose) on the other floor.
a. The public entrance cannot be located within three hundred (300) walk able linear feet of the property line of K-
12 schools and law enforcement agencies.
c. A design test fit to determine if the Agencys Space Requirements can be met within the existing space or in
the to-be constructed space offered and shall be submitted with the Initial Proposal.
0. The building must include a loading dock or acceptable alternative for receipt or pick-up of pallet-sized loads.
The dock area and adjacent truck loading area can be the same grade as the offered space.
E. Column spacing must be a minimum of 24' x 24'.
F. Site plans showing all access points; building entrances and exits; and anticipated location of security devices must be
provided at fifty-percent (50%) completion of the construction drawings in accordance with SFO paragraph 5.11.C. At
this time, the successful Offeror will also provide detailed specifications on the anticipated security systems for
Government review and approval.
G See attached USCIS Special Requirements. If information in the USCIS Special Requirements conflicts with the SFO,
the USCIS Special Requirements supersedes the SFO.
H. The tenant space must meet the requirements of LEEDO-CI (Leadership in Energy and Environmental Design for
Commercial Interiors) Certified level at a minimum. The successful Lessor, at the Lessors expense, shall obtain
certification from the U.S. Green Building Council (USGBC) within 9 months of project occupancy. For requirements
to achieve certification, Lessor must refer to latest version at the time of submittal of the LEEDS-CI Reference Guide
at h :/ .0 bc.o EED/Cl. At completion of LEEDS documentation and receipt of final certification, the
eror must provi e t e overnment two electronic copies on compact disks of all documentation submitted to
USGBC. Acceptable file format is Adobe PDF copied to disk from the LEEDS-Online workspace and templates. In
addition, the Offeror will provide the Government viewing access to the LEEDS-Online workspace during design and
through the term of the lease.
Prior to the end of the first 9 months of occupancy, if the Lessor fails to achieve LEEDS certification, the Government may
assist the Lessor in implementing a corrective action program to achieve LEEDS certification and deduct its costs (including
administrative costs) from the rent.
END OF CHANGES
-94
EFTA01089974
All respondents to this Request for Lease Proposal shall acknowledge receipt of this amendment by signature on one
copy in the space provided below. The acknowledged copy of this amendment must be received by 3:30 p.m. EST on
Friday December 21, 2012. A hard copy of the amendment must be mailed to the following (can be included with
submitted offer):
Carmen Hernandez
General Services Administration
Federal Building & US Courthouse 150 C. Chardon Ave. Rm-359
Hato Rey, Puerto Rico 00918-1746
Shannon C. Mahler Transaction Specialist
GSA - National Broker Contract
CRRF Inc
RECEIPT OF AMENDMENT NO. 4
IS HEREBY ACKNOVVLEGED:
OFFEROR'S NAME:
OFFEROR'S SIGNKRJR
DATE - 1,-; 7/ 3
EFTA01089975
LEASE NO. GS-028-19196
EXHIBIT A - LEGAL DESCRIPTION OF PREMISES
'1:I: C 1 I
Legal Description Ir Cffer
19F Remainder Estate Smith Bay, Nos. 1, 2 and 3
East End Quarter
St. Thomas Virgin Islands
PWD #: D97832-T006
ey Plewmark US. Citizenship
Knightz Frant and Immigration
Services
SKIN 9V12017 Initial Offer
EFTA01089976
EFTA01089977
Floor Plans — 2nd Floor SFOtt 9V12O17
Revised Offer
8
I
0
U.S. Citizenship
Newmark and Immigration
Se o KAre Frani' Services
EFTA01089978
0
NORTH ELEVATION
SCALE ' =
LI S. Cl tizenship
s
an
ercljces
mmIgration
SFON9VI2017
Initial Offer
EFTA01089979
SFO119V12017
Building Elevation - South Initial Offer
I
rm, SOUTH ELEVATION
SCALE . 1IF = V-0"
.* s U.S. Citizenship
:2 ,1<',„"r":„I-Ir!rkanr, . and Immigration
l Services
.
Initial Offer
EFTA01089980
Building Elevation - East SFOSI 9VI2017
Initial Offer
I
EAST ELEVATION
\--) SCALE : 1/8" = 1'-0"
1:1 NewtIrgglag`ank U.S. Citizenship
and Immigration
Services
sron 9VI2017
Initial Offer
EFTA01089981
Building Elevation - West
3 WEST ELEVATION
CI SCALE : 1/8" = 11-0"
U.S. Citizenship
ZS (1.1rgiTtahkank and Immigration
Services
SFOU9VQ017 Initial Offer
Appendix G:Seismic Safety in Leasing
GS Attachment 2 Seismic Offer Forms
SEISMIC FORM C
BUILDING RETROFIT OR NEW CONSTRUCTION
PREAWARD COMMITMENT
PART 1
PREAWARD COMMITMENT TO RETROFIT BUILDING:
Date
This affirms that shall serve as the engineer in charge of the seismic retrofit
. The retrofit must be designed to meet the Basic
of the building located at
c RehablitatIon of Existing Buildings.
Safety Objective, es set forth in ASCEISEI 41 Seismi
paragraph in the Request for Lease
In accordance %vitt the requirements of this Standard and the seismic to satisfy all of the Basic Safety
the building
Proposals (RLP), our offer includes a commitment to retrofit
a Tier 1 report with all supporting documents, a
Objecthre requirements of ASCEJSEI 41. The offer includes
tbns, and a schedule for the seismic retrofit.
narrative explalring the process. scope of renova
Documentation shall be provided before award that demonstrates the seismic retrofit will meet the seismic
standards and be completed within the time frame required.
PART 2
BUILDING:
PREAWARD COMMITMENT TO CONSTRUCT A NEW
1/2/3-D/3
Date:
This affirms that --Tafti- —(09/9 will str rye as the engineer in charge of the structural design
for design must be the 2.1:0 D.-edition
of the beading located at sr,-rib MAD ((Sta. The criteria
,
of the _Mt— building code.
d a quality assurance plan that included
In accordance with the requirements of this code, we prepare e and also periodic observation by our
elemen ts of the structur
requirements for testing and Inspecting critical
d by the inspection agency and contractor
staff. We reviewed special Inspection and testing reports prepare
to the extent permitt ed by this level of construction surveillance, it is my
submittals. On the basis of this, and
in conformance with the requirements of the above
opinion that the Building was designed and constructed
code.
The building has the following characteristics:
Bulking Height: Approx. Area:
Building Type:
BL1SLUE6S &cod 13 S — 31 ' I 11,7 K ifr
Year of Design Code: Year of Construction:
Building Design Code: .3D
Z0/2 —
G-19
PBS Leasing Desk Guide
mos so ionrafted fr18/2012
EFTA01089982