request for qualifications...pro forma contract information sheet 6.4. pro forma contract release...

83
REQUEST FOR QUALIFICATIONS For the Project Titled: MILITARY CONSULTANT –Installation Energy and Water Plans (IEWPs) SBC Project No.: 361/000-01-2020 RFQ CONTENTS SECTIONS: 1. INTRODUCTION 2. RFQ SCHEDULE OF EVENTS 3. RESPONSE REQUIREMENTS 4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS 5. PROCUREMENT PROCESS & CONTRACT AWARD ATTACHMENTS: 6.1. STATEMENT OF CERTIFICATIONS AND ASSURANCES 6.2. TECHNICAL RESPONSE & EVALUATION GUIDE SECTION A – MANDATORY REQUIREMENTS SECTION B – GENERAL QUALIFICATIONS & EXPERIENCE SECTION C – TECHNICAL QUALIFICATIONS, EXPERIENCE, & APPROACH 6.3. PRO FORMA CONTRACT INFORMATION SHEET 6.4. PRO FORMA CONTRACT Release Date: May 14, 2020

Upload: others

Post on 09-Jun-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

REQUEST FOR QUALIFICATIONS

For the Project Titled:

MILITARY CONSULTANT –Installation

Energy and Water Plans (IEWPs)

SBC Project No.: 361/000-01-2020

RFQ CONTENTS

SECTIONS:

1. INTRODUCTION

2. RFQ SCHEDULE OF EVENTS

3. RESPONSE REQUIREMENTS

4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS

5. PROCUREMENT PROCESS & CONTRACT AWARD

ATTACHMENTS:

6.1. STATEMENT OF CERTIFICATIONS AND ASSURANCES

6.2. TECHNICAL RESPONSE & EVALUATION GUIDE

SECTION A – MANDATORY REQUIREMENTS

SECTION B – GENERAL QUALIFICATIONS & EXPERIENCE

SECTION C – TECHNICAL QUALIFICATIONS, EXPERIENCE, & APPROACH

6.3. PRO FORMA CONTRACT INFORMATION SHEET

6.4. PRO FORMA CONTRACT

Release Date: May 14, 2020

SBC Project No.: 361/000-01-2020

Page 2 of 26

1. INTRODUCTION

1.1. State of Procurement Purpose

The State of Tennessee Real Estate Asset Management (“STREAM”), an agency of the State of

Tennessee, on behalf of the Department of Military, hereinafter referred to as “the State,” has issued

this Request for Qualifications (“RFQ”) to define the State’s minimum service requirements, solicit

responses, detail response requirements, and, outline the State’s process for evaluating responses

and selecting an Installation Energy and Water Plan (IEWP) Consultant.

Through this RFQ, the State seeks to contract for the requested services and to give ALL qualified

businesses, including those that are owned by minorities, women, Tennessee service-disabled

veterans, and small business enterprises, opportunity to do business with the State as contractors

and subcontractors.

1.2. Statement of Procurement Purpose

1.2.1 The State is seeking to engage Consultants interested in providing professional services

including engineering and analysis for the development of IEWPs. The State is required to

provide three separate plans, one for each of the Volunteer Training Sites (VTS) located in

Catoosa, GA and Milan, TN, and one plan for all other Sites and Facilities located in TN. The

IEWPs will document the installation requirements, risks, opportunities, projects, funding

strategy, and performance metrics. The IEWPs will provide a roadmap for supporting

TNARNG facilities in achieving increased security, resilience, readiness, and mission

assurance. The selected Consultant will access existing data sources and perform integrated

assessments to characterize the baseline conditions and risks with regards to energy and

water security. The Consultant will define projects TNARNG can use to actively pursue capital

investments for infrastructure improvements to increase the energy and water security and

resilience and security of facilities. This includes furnishing all materials, supplies, travel,

labor and supervision necessary to accomplish IEWP tasks associated with the preparation

of IEWPs. The State intends to enter into an agreement that will deliver consulting services

enabling IEWP completion having the highest possible quality within the available funding

and within the required schedule. Qualifications Statements in response to this RFQ shall be

submitted in accordance with the requirements provided herein.

1.2.2 Responding firms should have expertise in, and have individuals on staff, who demonstrate

substantial experience and knowledge with Department of the Army Guidance for IEWP,

dated 26 July 2018 and Army Directive 2017-07 (Installation Energy and Water Security Policy)

dated 23 Feb 2017, in completed IEWPs, and demonstrate understanding of Unified Facilities

Criteria (UFC) 2-100-01, Installation Master Planning, dated 12 May 2012.

1.3. Pro Forma Contract

Pro Forma Contract (attached as RFQ Attachment 6.4.) and contract attachments detail the State’s

requirements.

The Pro Forma Contract substantially represents the contract document that the successful

Respondents must sign.

SBC Project No.: 361/000-01-2020

Page 3 of 26

1.4. Nondiscrimination

No person shall be excluded from participation in, be denied benefits of, or be otherwise subjected

to discrimination in the performance of a contract pursuant to this solicitation or in the employment

practices of the Vendor on the grounds of handicap or disability, age, race, color, religion (subject to

Tennessee Code Annotated, Sections 4-21-401 and 405), sex, national origin, or any other classification

protected by federal, Tennessee state constitutional, or statutory law. The Vendor pursuant to this

solicitation shall post in conspicuous places, available to all employees and applicants, notices of

nondiscrimination.

1.5. RFQ Communications

1.5.1. The State has assigned the following RFQ identification number that shall be referenced in all

communications regarding this RFQ:

SBC PROJECT No. 361/000-01-2020

1.5.2. Unauthorized contact about this RFQ with employees or officials of the State of

Tennessee, except as detailed below, may result in disqualification from consideration

under this procurement process.

1.5.2.1. Any entity or individual responding or intending to respond to this RFQ

(“Respondent”) shall direct communications concerning this RFQ to the following

person designated as the Solicitation Coordinator:

Tammy Robbins, Solicitation Coordinator

Department of General Services

Central Procurement Office, 3rd Floor

William R. Snodgrass Tennessee Tower

312 Rosa L. Parks Avenue

Nashville, TN 37243

Phone: (615) 924-7028

Email: [email protected]

1.5.2.2. Notwithstanding the foregoing, prospective Respondents may alternatively contact:

a. Staff of the Governor’s Office of Diversity Business Enterprise for assistance

available to minority-owned, woman-owned, Tennessee service-disabled

veteran owned, and small businesses as well as general, public information

relating to this RFQ (visitwww.tn.gov/businessopp/ for contact information);

and:

b. The DGS Safety and Compliance Manger, Daphne Hall, who is the individual

designated by the State to coordinate compliance with the nondiscrimination

requirements of the State of Tennessee, Title VI of the Civil Rights Act of

1964, the Americans with Disabilities Act of 1990, and associated federal

regulations.

SBC Project No.: 361/000-01-2020

Page 4 of 26

1.5.3. Only the State’s official, written responses and communications with Respondents are

binding with regard to this RFQ. Oral communications between a State official and one or

more Respondents are unofficial and non-binding.

1.5.4. Potential Respondents shall ensure that the State receives all written questions and

comments, including questions and requests for clarification, no later than the Written

Questions & Comments Deadline detailed in the RFQ Section 2, Schedule of Events.

1.5.5. Respondents shall assume the risk of the method of dispatching any communication or

response to the State. The State assumes no responsibility for delays or delivery failures

resulting from the Respondent’s method of dispatch. Actual or digital “postmarking” of a

communication or response to the State by a specified deadline is not a substitute for the

State’s actual receipt of a communication or response.

1.5.6. The State will convey all official responses and communications related to this RFQ to the

prospective Respondents from whom the State has received a Notice of Intent to Respond

(refer to RFQ Section 1.8.).

1.5.7. The State reserves the right to determine, at its sole discretion, the method of conveying

official, written responses and communications related to this RFQ. Such written

communications may be transmitted by mail, hand-delivery, facsimile, electronic mail,

Internet posting, or any other means deemed reasonable by the State. For internet posting,

please refer to the following website:

https://www.tn.gov/generalservices/real-estate-/redirect-stream/contractors/requests-for-

qualification--rfqs-.html

1.5.8. The State reserves the right to determine, at its sole discretion, the appropriateness and

adequacy of responses to written comments, questions, and requests related to this RFQ.

The State’s official, written responses will constitute an amendment of this RFQ.

1.5.9. Any data or factual information provided by the State (in this RFQ, an RFQ amendment, or

any other communication relating to this RFQ) is for informational purposes only. The State

will make reasonable efforts to ensure the accuracy of such data or information; however, it

is the Respondent’s obligation to independently verify any data or information provided by

the State. The State expressly disclaims the accuracy or adequacy of any information or data

that it provides to prospective Respondents.

1.6. Assistance to Respondents with a Handicap or Disability

Prospective Respondents with a handicap or disability may receive accommodation relating to the

communication of this RFQ and participating in the RFQ process. Prospective Respondents may

contact the Solicitation Coordinator to request such reasonable accommodation no later than the

Disability Accommodation Request Deadline detailed in the RFQ Section 2, Schedule of Events.

SBC Project No.: 361/000-01-2020

Page 5 of 26

1.7. Respondent Required Review & Waiver of Objections

1.7.1. Each prospective Respondent shall carefully review this RFQ, including but not limited to,

attachments, amendments, questions, comments, defects, objections, or any other matter

requiring clarification or correction (collectively called “Questions and Comments”).

1.7.2. Any prospective Respondent having Questions and Comments concerning this RFQ shall

provide them in writing to the State no later than the written Questions & Comments

Deadline detailed in the RFQ Section 2, Schedule of Events.

1.7.3. Protests based on any objection to the RFQ shall be considered waived and invalid if the

objection has not been brought to the attention of the State, in writing, by the Written

Questions & Comments Deadline.

1.8. Notice of Intent to Respond

Before the Notice of Intent to Respond Deadline detailed in RFQ Section 2, Schedule of Events,

potential Respondents should submit to the Solicitation Coordinator a Notice of Intent to Respond in

the form of a simple e-mail or other written communication. Such notice should include the

following information:

▪ the business or individual’s name (as appropriate);

▪ a contact person’s name and title; and,

▪ the contact person’s mailing address, telephone number, facsimile number, and e-mail

address.

A Notice of Intent to Respond creates no obligation and is not a prerequisite for making a

proposal; however, it is necessary to ensure receipt of any RFQ amendments or other notices

and communications relating to this RFQ.

1.9. Response Deadline

A Respondent shall ensure that the State receives a response no later than the Response Deadline

time and date detailed in the RFQ Section 2, Schedule of Events. A response shall respond, as

required, to this RFQ (including its attachments) as may be amended. The State will not accept late

responses, and a Respondent’s failure to submit a response before the Response Deadline will

result in disqualification of the response. It is the responsibility of the Respondent to ascertain any

additional security requirements with respect to packaging and delivery to the State of Tennessee.

Respondents should be mindful of any potential delays due to security screening procedures,

weather, or other filing delays whether foreseeable or unforeseeable.

SBC Project No.: 361/000-01-2020

Page 6 of 26

2. RFQ SCHEDULE OF EVENTS

2.1. The following RFQ Schedule of Events represents the State’s best estimate for this RFQ.

EVENT

TIME

(central time

zone)

DATE

(all dates are State business

days)

1. RFQ Issued May 14, 2020

2. Disability Accommodation Request Deadline May 18, 2020

3. Notice of Intent to Respond Deadline May 20, 2020

4. Written “Questions & Comments” Deadline 2 PM May 26, 2020

5. State Response to Written “Questions &

Comments”

May 29, 2020

6. Response Deadline 2 PM June 3, 2020

7. State Completion of Technical Submittal

Evaluations

June 10, 2020

8. State Issues Notice of Intent to Award and RFQ

Files Opened for inspection

June 11, 2020

9. Executive Subcommittee (ESC) of the State

Building Commission Approval Sought

June 22, 2020

10. Anticipated Contract Signature Deadline July 23, 2020

2.2. The State reserves the right, at its sole discretion, to adjust the RFQ Schedule of Events as it

deems necessary. Any adjustment of the Schedule of Events shall constitute an RFQ amendment,

and the State will communicate such to potential Respondents from whom the State has received a

Notice of Intent to Respond (refer to RFQ Section 1.8.).

SBC Project No.: 361/000-01-2020

Page 7 of 26

3. RESPONSE REQUIREMENTS

3.1. Response Contents: A response to this RFQ should address the following:

3.1.1. Phase I

Mandatory Requirements: RFQ Attachment 6.2, Section A, details the mandatory technical,

functional, and experience requirements that shall be demonstrated in the response to

this RFQ in order to be moved on to Phase II of the Technical Response evaluation. A

Respondent shall duplicate and use RFQ Attachment 6.2, Section A as a guide to organize

responses for the Mandatory Requirements of the RFQ response. The Respondent should

insert the page location of their response in the indicated first column of the RFQ

Attachment 6.2, Section A. RFQ Attachment 6.2, Section A, is the State’s sole means to

evaluate as to whether or not a Respondent meets mandatory qualifications (Phase I).

3.1.2. Phase II

General Qualifications & Experience: RFQ Attachment 6.2, Section B is included in the

State’s evaluation of Phase II of the Technical Response Evaluation, and it details general

information and qualifications that shall be demonstrated in the response to this RFQ. A

Respondent shall duplicate and use RFQ Attachment 6.2, Section B as a guide to organize

responses for this portion of the RFQ response. The Respondent should insert the page

location of their response in the indicated first column of the RFQ Attachment 6.2, Section

B. The response should be economically prepared, with emphasis on completeness and

clarity. A response, as well as any reference material presented, shall be written in English

and shall be written on standard 8 ½” x 11” pages (although oversize exhibits are

permissible). All response pages shall be numbered. All information shall be incorporated

into a response to a specific requirement and clearly referenced. Any information not

meeting these criteria will be deemed extraneous and will not contribute to evaluations.

Technical Qualifications, Experience & Approach: RFQ Attachment 6.2, Section C is also

included in the State’s evaluation of Phase II of the Technical Response Evaluation and it

details technical qualifications, experience, and approach items that shall be demonstrated

in the response to this RFQ. A Respondent shall duplicate and use RFQ Attachment 6.2,

Section C as a guide to organize responses for this portion of the RFQ response. The

Respondent should reference the page location of their response in the indicated first

column of the RFQ Attachment 6.2, Section C. A response, as well as any reference

material presented, shall be written in English and shall be written on standard 8 ½” x 11”

pages (although oversize exhibits are permissible). All response pages shall be numbered.

Any information not meeting these criteria will be deemed extraneous and will not

contribute to evaluations.

3.2. Non-Responsive:

The State may determine a response to be non-responsive and reject it if:

a. The Respondent fails to organize and properly reference the Proposal as required by the

RFQ and RFQ Attachment 6.2., or;

b. The Respondent document does not appropriately respond to, address, or meet all of the

requirements and proposal items detailed in RFQ Attachment 6.2.

SBC Project No.: 361/000-01-2020

Page 8 of 26

3.3. Response Delivery

A Respondent shall ensure that the State receives a Response to this RFQ no later than the

Response Deadline time and dates detailed in the RFQ Section 2, Schedule of Events. All responses

shall be EMAILED to:

Tammy Robbins, RFQ Coordinator

Department of General Services

Email: [email protected]

3.4. Response Format

3.4.1. A Respondent shall ensure that the original response meets all form and content

requirements detailed within this RFQ.

3.4.2. A Respondent shall submit a response as specified below:

3.4.2.1. Email the response to the RFQ Coordinator (email address is provided in RFQ Section

3.3. above). The subject line of the email should be:

Email Submission - “RFQ SBC 361/000-01-2020 IEWP RESPONSE”

A Respondent is responsible for ensuring that the response is received before the

Response Deadline time and date detailed in the Section 2, RFQ Schedule. The State

will not accept late responses, and a Respondent’s failure to submit a response

before the deadline will result in disqualification of the response.

3.5. The Response shall include the completed Pro Forma Contract Information Sheet (attached as RFQ

Attachment 6.3.).

3.6. Response & Respondent Prohibitions: A response to this RFQ should not:

3.6.1. A Respondent shall not restrict the rights of the State or otherwise qualify offer to deliver

services as required by this RFQ. The State, at its sole discretion, may determine the

proposal to be a non-responsive counteroffer and reject it.

3.6.2. A Respondent shall not propose alternate services (i.e., offer services different from those

requested and required by this RFQ). The State may consider a proposal of alternate

services to be non-responsive and reject it.

3.6.3. A Respondent shall not provide, for consideration in this RFQ process or subsequent

contract negotiations, incorrect information that the Respondent knew or should have

known was materially incorrect. If the State determines that a Respondent has provided

such incorrect information, the State may deem the Respondent’s proposal non-

responsive and reject it.

SBC Project No.: 361/000-01-2020

Page 9 of 26

3.6.4. A Respondent shall not submit more than one Proposal in response to this RFQ. If a

Respondent submits more than one Proposal, the State may deem all of the proposals

non-responsive and reject them.

3.6.5. A Respondent shall not be (and the State will not award a contract to):

a. an individual who is, or within the past six months has been, an employee of the

State of Tennessee or who is a volunteer member of a State board or commission

that votes for, lets out, overlooks, or any manner superintends the services being

procured in this RFQ;

b. a company, corporation, or any other contracting entity in which an ownership of

two percent (2%) or more is held by an individual who is, or within the past six

months has been, an employee of the State of Tennessee (this will not apply either

to financial interests that have been placed into a “blind trust” arrangement

pursuant to which the employee does not have knowledge of the retention or

disposition of such interests or to the ownership of publicly traded stocks or bonds

where such ownership constitutes less than 2% of the total outstanding amount of

the stocks or bonds of the issuing entity);

c. a company, corporation, or any other contracting entity which employs an

individual who is, or within the past six months has been, an employee of the State

of Tennessee in a position that would allow the direct or indirect use or disclosure

of information, which was obtained through or in connection with his or her

employment and not made available to the general public, for the purpose of

furthering the private interest or personal profit of any person; or,

d. any individual, company, or other entity involved in assisting the State in the

development, formulation, or drafting of this RFQ or its scope of services (such

person or entity being deemed by the State as having information that would

afford an unfair advantage over other Respondents).

For the purposes of applying the requirements of this RFQ subsection 3.5.5., the State will

deem an individual to be an employee of the State of Tennessee until such time as all

compensation for salary, termination pay, and annual leave has been paid, but the term

“employee of the State of Tennessee” shall not include individuals performing volunteer

services for the State of Tennessee.

3.7. Conflict of Interest

3.7.1. This RFQ is also subject to Tennessee Code Annotated, Section 12-4-101.

3.7.2. This RFQ is also subject to State Building Commission Policy and Procedure 12.02, and the

duties and obligations of the State are subject to Policy 12.02.

SBC Project No.: 361/000-01-2020

Page 10 of 26

3.8. Response Errors & Revisions

A Respondent is responsible for any and all errors or omissions in its response to this RFQ. A

Respondent will not be allowed to alter or revise its response after the Response Deadline time and

date as detailed in RFQ Section 2, Schedule of Events, unless such is formally requested in writing by

the State (e.g., through a request for clarification, etc.).

3.9. Response Withdrawal

A Respondent may withdraw a response at any time before the Response Deadline time and date as

detailed in RFQ Section 2, Schedule of Events, by submitting a written signed request by an

authorized representative of the Respondent. After withdrawing a response, a Respondent may

submit another Response at any time before the Response Deadline time and date as detailed in

RFQ Section 2, Schedule of Events.

3.10. Response Preparation Costs

The State will not pay any costs associated with the preparation, submittal, or presentation of any

response. Each Respondent is solely responsible for the costs it incurs in responding to this RFQ.

SBC Project No.: 361/000-01-2020

Page 11 of 26

4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS

4.1. RFQ Amendment

The State reserves the right to amend this RFQ at any time, provided that it is amended in writing.

However, prior to any such amendment, the State will consider whether it would negatively impact

the ability of potential Respondents to meet the deadlines and revise the RFQ Schedule of Events if

deemed appropriate. If an RFQ amendment is issued, the State will convey it to potential

Respondents who submitted a Notice of Intent to Respond (refer to RFQ Section 1.8.). A Respondent

shall respond, as required, to the final RFQ (including its attachments) as may be amended.

4.2. RFQ Cancellation

The State reserves the right, at its sole discretion, to cancel the RFQ or to cancel and reissue this RFQ

in accordance with applicable laws and regulations.

4.3. State Right of Rejection

4.3.1. Subject to applicable laws and regulations, the State reserves the right to reject, at its sole

discretion, any and all responses.

4.3.2. The State may deem as non-responsive and reject any response that does not comply with

all terms, conditions, and performance requirements of this RFQ. Notwithstanding the

foregoing, the State reserves the right to waive, at its sole discretion, minor variances from

full compliance with this RFQ. If the State waives variances in a response, such waiver shall

not modify the RFQ requirements or excuse the Respondent from full compliance, and the

State may hold any Contractor to strict compliance with this RFQ.

4.4. Assignment & Subcontracting

4.4.1. The Respondent may not transfer, or assign or enter into a subcontract for any of the

services provided under the Contract awarded as a result of this RFQ without prior written

approval of the State. The State reserves the right to refuse approval, at its sole discretion,

of any subcontract, transfer, or assignment.

4.4.2. Subcontractors identified within a response to this RFQ will be deemed as approved by the

State unless the State expressly disapproves one or more of the proposed subcontractors

prior to signing the Contract.

4.4.3. The Respondent may also use subconsultants/experts on a case-by-case basis to

accomplish specific task orders and work orders requested by the State. Use of such

subcontractors shall be pre-approved by the State during negotiations for each individual

task orders and work orders. Such subcontractors are not required to be disclosed by the

Respondent in its response to this RFQ.

4.4.4. After contract award, a Respondent may only substitute an approved subcontractor at the

discretion of the State and with the State’s prior, written approval.

4.4.5. Notwithstanding any State approval relating to subcontracts, the Contractor who is

awarded a contract pursuant to this RFQ will be the prime contractor and will be

responsible for all work under the Contract.

SBC Project No.: 361/000-01-2020

Page 12 of 26

4.5. Insurance

The State will require the apparent successful Respondent to provide proof of insurance coverage as

required by the Pro Forma Contract (attached as RFQ Attachment 6.4.). Failure to provide evidence of

such insurance coverage is a material breach and grounds for termination of the contract

negotiations. Any insurance required by the State shall be in form and substance acceptable to the

State.

4.6. Professional Licensure and Department of Revenue Registration

4.6.1. Before the response to this RFQ is submitted, the apparent successful Respondent (and

Respondent employees and subcontractors, as applicable), shall hold all necessary,

appropriate business and professional licenses to provide service as required. The State

may require any Respondent to submit evidence of proper licensure.

4.6.2. Before the Contract resulting from this RFQ is signed, the apparent successful Respondent

shall be registered with the Tennessee Department of Revenue for the collection of

Tennessee sales and use tax. The State shall not award a contract unless the Respondent

provides proof of such registration or provides documentation from the Department of

Revenue that the Contractor is exempt from this registration requirement. The foregoing

is a mandatory requirement of an award of a contract pursuant to this solicitation. For

purposes of this registration requirement, the Department of Revenue may be contacted

at: [email protected].

4.7. Disclosure of Response Contents

4.7.1. All materials submitted to the State in response to this RFQ shall become the property of

the State of Tennessee. Selection or rejection of a response does not affect this right. By

submitting a response, a Respondent acknowledges and accepts that the full response

contents and associated documents will become open to public inspection in accordance

with the laws of the State of Tennessee.

4.7.2. The State will hold all responses in confidence during the evaluation process.

Notwithstanding the foregoing, a list of actual Respondents submitting timely responses

may be available to the public, upon request, after the responses are opened.

4.7.3. Upon completion of response evaluations, indicated by public release of Evaluation Notice,

the responses and associated materials will be open for review by the public in accordance

with Tennessee Code Annotated, Section 10-7-504(a)(7).

4.8. Contract Approval and Contract Payments

4.8.1. The State shall not be liable for payment of any type associated with the Contract and shall

not be responsible for any work done by the Contractor, even work done in good faith and

even if the Contractor is orally directed to proceed with the delivery of services, if it occurs

before the Contract start date or after the Contract end date.

4.8.2. All payments relating to this procurement will be made in accordance with the Payment

Terms and Conditions of the Contract.

SBC Project No.: 361/000-01-2020

Page 13 of 26

4.9. Severability

If any provision of this RFQ is declared by a court to be illegal or in conflict with any law, said

decision will not affect the validity of the remaining RFQ terms and provisions, and the rights and

obligations of the State and Respondents will be construed and enforced as if the RFQ did not

contain the particular provision held to be invalid.

4.10. Joint Ventures

If a Respondent to this RFQ intends to form a “joint venture” for the purpose of responding to this

RFQ, they then must file a statement of partnership authority with the Tennessee Secretary of

State’s office in compliance with Tennessee Code Annotated § 61-1-303 as well as have similar

projects completed as the joint venture.

If a Respondent intends to submit a Proposal as a joint venture, then the following requirements shall

apply:

a. For the purposes of this RFQ, the State recognizes a joint venture as separate

organizations or business entities that intend to combine professional or technical

expertise and business experience, and to share contractual and project responsibilities

in performance of a contract pursuant to this RFQ;

b. The joint venture shall meet the licensure requirements stated in the RFQ; or each joint

venture participant shall meet the licensure requirements stated in the RFQ;

c. The joint venture shall meet the insurance requirements stated in the RFQ, or each joint

venture participant shall meet the insurance requirements state in this RFQ;

d. Each joint venture participant shall individually provide all documentation required for

review of financial responsibility and stability. A sub- Respondent to a Respondent is not

a joint venture participant.

SBC Project No.: 361/000-01-2020

Page 14 of 26

5. PROCUREMENT PROCESS & CONTRACT AWARD

5.1. Evaluation Categories & Maximum Points

The State will consider qualifications, experience, and technical approach. The evaluation process is

designed to determine those responses having the highest total scores. Each category is weighted as

follows and one hundred points is the maximum total number of points which may be awarded:

5.2. Evaluation Process:

The evaluation process is designed to award the contracts resulting from this RFQ to the

Respondents deemed by the State to be responsive and responsible who offer the best attributes

based upon the evaluation criteria. (“Responsive Respondent” is defined as a Respondent that has

submitted a response that conforms in all material respects to the RFQ. “Responsible Respondent”

is defined as a Respondent that has the capacity in all respects to perform fully the contract

requirements, and the integrity and reliability which will assure good faith performance).

The proposal evaluation will be a two-phase process. The Solicitation Coordinator and the Proposal

Evaluation Team (consisting of three or more State employees) will use the RFQ Attachment 6.2.,

Technical Response and Evaluation Guide to manage the Technical Response Evaluation and

maintain evaluation records. The State reserves the right, at its sole discretion, to request

Respondent clarification of a Technical Response or to conduct clarification discussions with any or

all Respondents. Any such clarification or discussion will be limited to specific sections of the

response identified by the State. The subject Respondent must put any resulting clarification in

writing as may be required and in accordance with any deadline imposed by the State.

5.2.1. Phase I – Mandatory Requirements

The Solicitation Coordinator will review each Mandatory Requirements (attached as RFQ Attachment

6.2., Section A) to determine compliance. If the Solicitation Coordinator determines that a response

failed to meet one or more of the mandatory requirements, the Solicitation Coordinator shall seek

the advice of an attorney on the staff of the Department of General Services who will review the

proposal and document his/her determination of whether:

a. the response adequately meets RFQ requirements for further evaluation;

b. the State will request clarifications or corrections for consideration prior to further evaluation;

or,

c. the State will determine the response to be non-responsive to the RFQ and reject it.

PHASE EVALUATION CATEGORY MAXIMUM POINTS POSSIBLE

I Mandatory Requirements

Refer to RFQ Attachment 6.2., Section A Pass/Fail

II

General Qualifications & Experience

Refer to RFQ Attachment 6.2., Section B 45

Technical Qualifications, Experience &

Approach

Refer to RFQ Attachment 6.2., Section C

55

SBC Project No.: 361/000-01-2020

Page 15 of 26

5.2.2. Phase II – Technical Evaluation (attached as RFQ Attachment 6.2., Sections B and C)

Proposal Evaluation Team members will independently evaluate each Technical Response (for those

that met the mandatory qualifications in Phase One) against the evaluation criteria in this RFQ and

will score each in accordance with the RFQ Attachment 6.2., Technical Response & Evaluation Guide.

For each response evaluated, the Solicitation Coordinator will calculate the average Proposal

Evaluation Team member scores for RFQ Attachment 6.2., Technical Response & Evaluation Guide,

and record each average as the response score for the respective Technical Response section.

The proposal score will be used in the following formula to determine the points a Respondent will

receive for the Total Technical Score:

(𝑆𝑐𝑜𝑟𝑒 𝑓𝑜𝑟 𝑃𝑟𝑜𝑝𝑜𝑠𝑎𝑙 𝐵𝑒𝑖𝑛𝑔 𝐸𝑣𝑎𝑙𝑢𝑎𝑡𝑒𝑑

𝐻𝑖𝑔ℎ𝑒𝑠𝑡 𝑆𝑐𝑜𝑟𝑖𝑛𝑔 𝑃𝑟𝑜𝑝𝑜𝑠𝑎𝑙) × 𝑀𝑎𝑥𝑖𝑚𝑢𝑚 𝑇𝑒𝑐ℎ𝑛𝑖𝑐𝑎𝑙 𝑃𝑜𝑖𝑛𝑡𝑠 = 𝑇𝑜𝑡𝑎𝑙 𝑇𝑒𝑐ℎ𝑛𝑖𝑐𝑎𝑙 𝑆𝑐𝑜𝑟𝑒

Following the Phase II technical response evaluation, the Respondent with the highest Total

Technical Score (must be a minimum of seventy-five (75) points) will be the apparent best evaluated

Respondent to be recommended for contract award.

5.3. Contract Award Process

5.3.1. The State shall issue to all Respondents a “Notice of Intent to Award” identifying the

apparent best evaluated Respondent and make the RFQ files open for public inspection. The

Notice of Intent to Award date is detailed in RFP Section 2, Schedule of Events. The Notice of

Intent to Award shall not create rights, interests, or claims of entitlement in the Respondent

named in the Notice of Intent to Award.

5.3.2. The apparent best evaluated Respondent will be recommended to the Executive

Subcommittee (ESC) of the State Building Commission (SBC) for contract award.

5.3.3. The Respondent awarded the contract by the ESC must sign a contract drawn by the State

pursuant to this RFQ. The contract shall be substantially the same as the Pro Forma Contract

(attached as RFQ Attachment 6.4.).

5.4. Protest Process

Any protests or appeals of protests pursuant to this RFQ or the Evaluation Notice shall be handled in

accordance with the SBC By-laws, Policy and Procedure Item 18.

RFQ ATTACHMENT 6.1.

SBC Project No.: 361/000-01-2020

Page 16 of 26

SBC Project No. 361/000-01-2020

STATEMENT OF CERTIFICATIONS AND ASSURANCES

The Respondent shall sign and complete the Proposal Statement of Certifications and Assurances below as required, and it shall be

included in the Technical Proposal (as required by RFQ Attachment 6.2., Technical Proposal & Evaluation Guide, Section A, Item A.2).

The Respondent does, hereby, expressly affirm, declare, confirm, certify, and assure ALL of the following:

1. The Respondent will comply with all of the provisions and requirements of the RFQ.

2. The Respondent will provide all specified goods or services as required by the contract awarded pursuant to this

RFQ.

3. The Respondent accepts and agrees to all terms and conditions set out in the contract awarded pursuant to this

RFQ.

4. The Respondent acknowledges and agrees that a contract resulting from the RFQ shall incorporate, by reference,

all Response responses as a part of the contract.

5. The Respondent will comply, as applicable, with:

(a) the laws of the State of Tennessee;

(b) the policies and procedures of the State Building Commission and the Office of the State Architect;

(c) Title VI of the federal Civil Rights Act of 1964;

(d) Title IX of the federal Education Amendments Act of 1972;

(e) the Equal Employment Opportunity Act and the regulations issued there under by the federal government;

and,

(f) the Americans with Disabilities Act of 1990 and the regulations issued there under by the federal government.

6. To the best of the undersigned’s knowledge, information or belief, the information detailed within the Response to

the RFQ is accurate.

7. The Response submitted to the RFQ was independently prepared, without collusion, and under penalty of perjury.

8. No amount shall be paid directly or indirectly to an employee or official of the State of Tennessee as wages,

compensation, or gifts in exchange for acting as an officer, agent, employee, subcontractor, or consultant to the

Respondent in connection with the request or any potential resulting contract.

9. The Response submitted in response to the RFQ shall remain valid for at least 120 days subsequent to the date of

the Response opening and thereafter in accordance with any contract pursuant to the RFQ.

10. The Respondent affirms the following statement, as required by the Iran Divestment Act Tenn. Code Ann. § 12-12-

111 “By submission of this response, each Respondent and each person signing on behalf of any Respondent

certifies, and in the case of a joint response each party thereto certifies as to its own organization, under penalty of

perjury, that to the best of its knowledge and belief that each Respondent is not on the list created pursuant to §

12-12-106.”

By signature below, the signatory certifies legal authority to bind the responding entity to the provisions of this RFQ and a ny

contract awarded pursuant to it. The State may, at its sole discretion and at any time, require evidence documenting the

signatory’s authority to be personally bound or to legally bind the responding entity.

DO NOT SIGN THIS DOCUMENT IF YOU ARE NOT LEGALLY AUTHORIZED TO DO SO BY THE ENTITY

RESPONDING TO THIS RFQ.

SIGNATURE AND DATE:

PRINTED NAME AND TITLE:

RESPONDENT LEGAL ENTITY NAME:

RFQ ATTACHMENT 6.2. — Section A

SBC Project No.: 361/000-01-2020

Page 17 of 26

QUALIFICATIONS & EVALUATION GUIDE

SECTION A: MANDATORY REQUIREMENTS. The Respondent shall address all items detailed below and provide, in

sequence, the information and documentation as required (referenced with the associated item references). The

Respondent shall also detail the proposal page number for each item in the appropriate space below.

The RFQ Coordinator will review the proposal to determine if the General Business Requirement Items are addressed

as required and mark each with Yes (Y) or No (N). For each item that is not addressed as required, the Proposal

Evaluation Team shall review the proposal and attach a written determination. In addition to the General Business

Requirement Items, the RFQ Coordinator will review each proposal for compliance with all RFQ requirements.

RESPONDENT LEGAL ENTITY

NAME:

Proposal

Page #

(Respondent

completes)

Item

Ref. Section A— Mandatory Requirements

State Use Only

Responsive

Y/N

The response must be delivered to the State no later than the

Technical Response Deadline specified in the RFQ Section 2,

Schedule of Events.

The response shall not contain cost or pricing information of

any type.

The response shall not contain any restrictions of the rights of

the State or other qualification of the response.

A Respondent shall not submit alternate responses.

A Respondent shall not submit multiple responses in different

forms (e.g. as a prime and a subcontractor).

Responsive to document layout details. Section and

subsections partitioned with tabbed separation sheets. Tabs

are labeled accordingly.

A.1 Detail the name, e-mail address, mailing address, telephone

number, and facsimile number of the person the State should

contact regarding the response.

A.2 Statement of Certifications and Assurances: Provide the

Statement of Certifications and Assurances (RFQ Attachment

6.1.) completed and signed by an individual empowered to bind

the Respondent to the provisions of this RFQ and any resulting

contract. The document must be signed without exception or

qualification.

A.3 Pro Forma Contract Information Sheet: Provide the completed

Pro Forma Contract Information Sheet (attached as RFQ

Attachment 6.3.).

RFQ ATTACHMENT 6.2. — Section A (continued)

SBC Project No.: 361/000-01-2020

Page 18 of 26

RESPONDENT LEGAL ENTITY

NAME:

Proposal

Page #

(Respondent

completes)

Item

Ref. Section A— Mandatory Requirements

State Use Only

Responsive

Y/N

A.4 Insurance: Provide a Certificate of Insurance (ACCORD) stating

the Respondent’s capability to provide insurance for this Project

in accordance with RFQ Section 4.5.

A,5, Certification that Respondent would not be disqualified under

RFQ Section 3.6.5.

A,6, If you are responding as a Joint Venture, include a copy of your

filed statement of partnership authority with the Tennessee

Secretary of State’s office in compliance with Tenn. Code Ann. §

61-1-30.

State Use – RFQ Coordinator Signature, Printed Name & Date:

End of Section A

RFQ ATTACHMENT 6.2. — Section B

SBC Project No.: 361/000-01-2020

Page 19 of 26

QUALIFICATIONS & EVALUATION GUIDE

SECTION B: GENERAL QUALIFICATIONS & EXPERIENCE. The Respondent shall address all items detailed below and

provide, in sequence, the information and documentation as required (referenced with the associated item

references). The Respondent shall also detail the proposal page number for each item in the appropriate space

below. Proposal Evaluation Team members will evaluate and assign one score for all responses to Section B—

General Qualifications & Experience Items.

RESPONDENT LEGAL ENTITY

NAME:

Proposal

Page #

(Responden

t completes)

Item

Ref. Section B— General Qualifications & Experience Items

B.1 Provide a statement of whether there have been any mergers, acquisitions, or sales

of the Respondent within the last five (5) years. If so, include an explanation

providing relevant details.

B.2 For the last three (3) years, provide the following ratios for the Respondent,

calculated according to the generally accepted accounting principles:

1.) Quick Ratio and 2.) Debt/Worth.

NOTE: The Owner may request CPA audited or reviewed financial statements

prepared in accordance with generally accepted accounting principles from the

apparent best-evaluated Respondent prior to final award of the agreement. If the

requested documents do not support the financial stability of the Respondent the

Owner reserves the right to reject the proposal.

B.3 Provide a statement of whether, in the last ten (10) years, the Respondent has filed

(or had filed against it) any bankruptcy or insolvency proceeding, whether voluntary

or involuntary, or undergone the appointment of a receiver, trustee, or assignee for

the benefit of creditors. If so, include an explanation providing relevant details.

B.4 Provide a statement of whether there is any material, pending litigation against the

Respondent that the Respondent should reasonably believe could adversely affect

its ability to meet contract requirements pursuant to this RFQ or is likely to have a

material adverse effect on the Respondent’s financial condition. If such exists, list

each separately, explain the relevant details, and attach the opinion of counsel

addressing whether and to what extent it would impair the Respondent’s

performance in a contract pursuant to this RFQ.

NOTE: All persons, agencies, firms, or other entities that provide legal opinions

regarding the Respondent must be properly licensed to render such opinions. The

Owner may require the Respondent to submit proof of such licensure detailing the

state of licensure and licensure number for each person or entity that renders such

opinions.

B.5 Provide a statement and any relevant details addressing whether the Respondent is

any of the following:

RFQ ATTACHMENT 6.2. — Section B

SBC Project No.: 361/000-01-2020

Page 20 of 26

RESPONDENT LEGAL ENTITY

NAME:

Proposal

Page #

(Responden

t completes)

Item

Ref. Section B— General Qualifications & Experience Items

(a) is presently debarred, suspended, proposed for debarment, or

voluntarily excluded from covered transactions by any federal or state

department or agency;

(b) has within the past three (3) years, been convicted of, or had a civil

judgment rendered against the contracting party from commission of

fraud, or a criminal offence in connection with obtaining, attempting to

obtain, or performing a public (federal, state, or local) transaction or

grant under a public transaction; violation of federal or state antitrust

statutes or commission of embezzlement, theft, forgery, bribery,

falsification or destruction of records, making false statements, or

receiving stolen property;

(c) is presently indicted or otherwise criminally or civilly charged by a

government entity (federal, state, or local) with commission of any of the

offenses detailed above; and has within a three (3) year period preceding

the contract had one or more public transactions (federal, state, or local)

terminated for cause or default.

B.6 Conflict of Interest: Provide a statement, based upon reasonable inquiry, of whether

the Respondent or any individual who shall perform work under the contract has a

possible conflict of interest (e.g., employment by the State of Tennessee, or other

conflict as set forth in Item 12 of the SBC By-Laws, Policy & Procedures) and, if so, the

nature of that conflict.

NOTE: Any questions of conflict of interest shall be solely within the discretion of the

State, and the State reserves the right to cancel any award.

B.7 Provide a statement of whether the Respondent or, to the Respondent's

knowledge, any of the Respondent’s employees, agents, independent contractors,

or subcontractors, proposed to provide work on a contract pursuant to this RFQ,

have been convicted of, pled guilty to, or pled nolo contendere to any felony. If so,

include an explanation providing relevant details.

B.8 Provide a personnel roster listing the names of the proposed project team and key

people who the Respondent will assign to meet the scope of services provided in

RFQ Section 1.2. Follow the personnel roster with a resume for each of the people

listed detailing the individual’s title, education, current position with the

Respondent, and employment history. Provide the project organizational structure

along with an organizational chart identifying the key personnel. If a member of the

project team is a subcontractor, provide a statement specifying that each proposed

subcontractor has expressly assented to being proposed as a subcontractor in the

Respondent’s response to this RFQ.

RFQ ATTACHMENT 6.2. — Section B

SBC Project No.: 361/000-01-2020

Page 21 of 26

RESPONDENT LEGAL ENTITY

NAME:

Proposal

Page #

(Responden

t completes)

Item

Ref. Section B— General Qualifications & Experience Items

B.9 Provide experience of key personnel on relevant projects of the Respondent

including professional qualifications and description of involvement/ experience for

proposed staff. This should include the degree of apparent relevant competencies

of the principal professional(s) and lead staff relevant to the services required, and

evidence of competence.

Include the Respondent’s experience and qualifications in a consultant role while

working to complete IEWPs for other installations. Include information on your

team’s performance with an emphasis on adherence to schedule and budget.

Identify individuals on staff with demonstrated substantial experience and

knowledge with Department of the Army Guidance for IEWPs, dated 26 July 2018

and Army Directive 2017-07 (Installation Energy and Water Security Policy) dated 23

Feb 2017, in completed IEWPs. Identify individuals with demonstrated

understanding of Unified Facilities Criteria (UFC) 2-100-01, Installation Master

Planning, dated 12 May 2012.

Include any Department of Defense achievement or recognition, etc., to attest to

the level of experience and success.

Identify any challenges experienced while managing the multiple IEWP concurrent

tasks and the approaches made to overcome these challenges.

B.10 Provide information on the Respondent’s demonstrated record of successfully

completing IEWPs comparable to those identified in RFQ Section 1.2. Describe no

more than five (5) and no less than one (1) IEWP, in order of most relevant to least

relevant, which demonstrate experience with all the task types outlined in RFQ

Section 1.2. If respondent has not completed an IEWP before, provide proof of

team members experience working on other IEWPs. For each IEWP, the following

information should be provided:

a. Installation name, description of facilities, including cost and

total square feet

b. Client contact information including entity name, contact

names, and telephone numbers

c. Clear description of the IEWP scope and contributions

performed by each team member

d. Exact duration to complete the IEWP provided by the

Respondent.

e. Worst problem encountered while completing the IEWP and

how it was overcome.

f. Team members with experienced in Department of the

Army Guidance for IEWP, dated 26 July 2018, Army Directive

2017-07 (Installation Energy and Water Security Policy) dated

RFQ ATTACHMENT 6.2. — Section B

SBC Project No.: 361/000-01-2020

Page 22 of 26

RESPONDENT LEGAL ENTITY

NAME:

Proposal

Page #

(Responden

t completes)

Item

Ref. Section B— General Qualifications & Experience Items

23 Feb 2017, and Unified Facilities Criteria (UFC) 2-100-01,

Installation Master Planning, dated 12 May 2012.

B.11 Provide documentation of the Respondent’s commitment to diversity as

represented by the following:

(a) Business Strategy. Provide a description of the Respondent’s existing programs

and procedures designed to encourage and foster commerce with business

enterprises owned by minorities, women, Tennessee service-disabled veterans,

and small business enterprises. Please also include a list of the Respondent’s

certifications as a diversity business, if applicable.

(b) Business Relationships. Provide a listing of the Respondent’s current contracts

with business enterprises owned by minorities, women, Tennessee service-

disabled veterans and small business enterprises. Please include the following

information:

(i) contract description and total value;

(ii) contractor name and ownership characteristics (i.e., ethnicity, gender,

Tennessee service-disabled);

(iii) contractor contact name and telephone number.

(c) Estimated Participation. Provide an estimated level of participation by business

enterprises owned by minorities, women, Tennessee service-disabled veterans,

and small business enterprises if a contract is awarded to the Respondent

pursuant to this RFQ. Please include the following information:

(i) a percentage (%) indicating the participation estimate. (Express the

estimated participation number as a percentage of the total estimated

contract value that will be dedicated to business with subcontractors and

supply contractors having such ownership characteristics only and DO NOT

INCLUDE DOLLAR AMOUNTS);

(ii) anticipated goods or services contract descriptions;

(iii) names and ownership characteristics (i.e., ethnicity, gender, Tennessee

service-disabled veterans) of anticipated subcontractors and supply

contractors.

NOTE: In order to claim status as a Diversity Business Enterprise under this

contract, businesses must be certified by the Governor’s Office of Diversity

Business Enterprise (Go-DBE). Please visit the Go-DBE website at

https://tn.diversitysoftware.com/FrontEnd/StartCertification.asp?TN=tn&XID=92

65 for more information.

(d) Workforce. Provide the percentage of the Respondent’s total current

employees by ethnicity and gender.

NOTE: Respondents that demonstrate a commitment to diversity will advance State

efforts to expand opportunity to do business with the State as contractors and

subcontractors. Response evaluations will recognize the positive qualifications

RFQ ATTACHMENT 6.2. — Section B

SBC Project No.: 361/000-01-2020

Page 23 of 26

RESPONDENT LEGAL ENTITY

NAME:

Proposal

Page #

(Responden

t completes)

Item

Ref. Section B— General Qualifications & Experience Items

and experience of a Respondent that does business with enterprises owned by

minorities, women, Tennessee service-disabled veterans and small business

enterprises and who offer a diverse workforce.

SCORE (for all Section B—Qualifications & Experience Items above):

(maximum possible score = (45)

State Use – Evaluator Identification:

End of Section B

RFQ ATTACHMENT 6.2. — Section C

SBC Project No.: 361/000-01-2020

Page 24 of 26

QUALIFICATIONS & EVALUATION GUIDE

SECTION C: TECHNICAL QUALIFICATIONS, EXPERIENCE & APPROACH. The Respondent shall address all items

detailed below and provide, in sequence, the information and documentation as required (referenced with the

associated item references). The Respondent shall also detail the proposal page number for each item in the

appropriate space below. Proposal Evaluation Team members will evaluate and assign one score for all responses to

Section C— General Qualifications & Experience Items.

RESPONDENT LEGAL ENTITY NAME:

Proposal

Page #

(Respondent

completes)

Item

Ref.

Section C— Technical Qualifications,

Experience & Approach Items

C.1 Provide a narrative that illustrates how you and your sub-consultants (if

applicable), will manage the amount of consulting work outlined in Section 1.2.

to ensure the completion of the IEWPs and accomplish required objectives. In

particular, address how the Respondent will manage the amount of work

statewide. This narrative should include your ability to provide three detailed

reports with quick mobilization and a tight turnaround time.

C.2 Provide a statement that may serve to differentiate the Respondent in suitability

for the projects including but not limited to:

a. Supply current and projected workloads and how the

Respondent will handle the workload from the State in

conjunction with other work.

b. Describe any special or enhanced capabilities offered by

the Respondent that may be particularly suitable for the

scope of services.

C.3 Provide a statement on how you would produce the IEWPs identified in RFQ

Section 1.2.

Also, include how you can bring value to the IEWPs proposed in this RFQ.

SCORE (for all Section C—Qualifications & Experience Items above):

(maximum possible score = (55)

State Use – Evaluator Identification:

State Use – RFQ Coordinator Signature, Printed Name & Date:

End of Section C

RFQ ATTACHMENT 6.3.

Pro Forma Contract Information Sheet

SBC Project No.: 361/000-01-2020

Page 25 of 26

Information to be provided by the consultant:

Company Legal Entity Name:

Contract Signatory:

Title:

Project Contact:

Title:

Address:

City: State: Zip:

E-mail:

Telephone Number: Ext:

The Contractor is a/an Individual; For-Profit Corporation; Non-Profit Corporation; Special Purpose Corporation Or Association; Partnership; Joint Venture,; Or Limited Liability Company (Circle One)

Contractor Place of Incorporation or Organization (Specify State):

Edison Vendor ID Number: (Leave Blank If Not Known)

Secretary of State Control Number: (Leave Blank if not registered)

Project Name: MILITARY CONSULTANT –Installation Energy and Water Plans (IEWPs)

Location: Various locations in Tennessee

SBC Project No.: 361/000-01-2020

RFQ Attachment 6.4.

SBC Project No.: 361/000-01-2020

Page 26 of 26

SBC Project No. 361/000-01-2020

PRO FORMA CONTRACT

The Pro Forma Contract detailed in following pages of this exhibit contains some “blanks”

(signified by descriptions in capital letters) that will be completed with appropriate

information in the final contract resulting from the RFQ.

Page 1

Contractor Legal Entity Name SBC Project #: 361/000-XX-2020

CONTRACT BETWEEN THE STATE OF TENNESSEE,

DEPARTMENT OF MILITARY AND

CONTRACTOR NAME TO

SBC PROJECT NUMBER 361/000-XX-2020

This Contract, by and between the State of Tennessee, Department of Military, hereinafter referred to as the “State” and Contractor Legal Entity Name, hereinafter referred to as the “Contractor,” is for the provision of Installation Energy and Water Plan Consulting, as further defined in the "SCOPE OF SERVICES."

The Contractor is a/an Individual, For-Profit Corporation, Non-Profit Corporation, Special Purpose Corporation Or Association, Partnership, Joint Venture, Or Limited Liability Company. Contractor Place of Incorporation or Organization: Location Contractor Edison Registration ID # Number

A. SCOPE OF SERVICES:

A.1 The Contractor shall provide all service and deliverables as required, described and detailed

in the Statement of Work attached hereto as Attachment A (the “SOW”), including meeting all

timelines as specified in the SOW, for the sites and facilities (each a “Site Category”) listed on

Attachment B, Attachment C and Attachment D to this Contract (collectively, the “Site and

Cost Attachments”).

B. CONTRACT PERIOD:

Contract Period. This Contract shall be effective for the period commencing on the date of full and complete execution of this Contract and ending on the date the State makes the final payment for the SOW in accordance with Section C.4, provided, however, that such period shall not exceed one calendar year. The Contractor hereby acknowledges and affirms that the State shall have no obligation for services rendered by the Contractor which were not performed within this specified contract period.

C. PAYMENT TERMS AND CONDITIONS:

C.1 Maximum Liability. In no event shall the maximum liability of the State under this Contract exceed Four Hundred Eighteen Thousand Five Hundred and No/100 Dollars ($418,500.00). Furthermore, in no event shall the maximum liability of the State exceed the amount set forth in Site and Cost Attachments as the payment amount for completion of the SOW for that Site Category. The amounts set forth in the Site and Cost Attachments shall constitute the entire compensation due the Contractor for all service and Contractor obligations hereunder regardless of (i) the difficulty, hours worked, materials, fees, equipment required; and (ii) any taxes, overheads and other direct or indirect costs incurred or to be incurred by Contractor in the performance of the SOW.

The Contractor is not entitled to be paid the maximum liability under this Contract. The maximum liability represents the maximum amount of funds available for payment to the Contractor for completion of the SOW. Payments to the Contractor shall be made in accordance with Section C.3.

C.2 Compensation Firm. The payment rates and the maximum liability of the State under this Contract are firm for the duration of the Contract and are not subject to escalation for any reason unless amended.

C.3 Payment Methodology. The Contractor shall be compensated based on the payment rates set forth in the Site and Cost Attachments in a total amount not to exceed the Contract maximum liability established in Section C.1. The Contractor understands that each invoice submitted under Section C.4 may only be for 25% of the compensation amount for each Site Category on the Site and Cost Attachments, such that the Contractor's compensation for services under this Contract for each Site Category is paid in four equal payments.

Page 2

Contractor Legal Entity Name SBC Project #: 361/000-XX-2020

a. The Contractor’s compensation shall be contingent upon the satisfactory completion of the elements of the SOW.

b. For the purpose of this Contract, the Principal is: Name of Principal

C.4 Invoice Requirements. The Contractor shall invoice the State only for completed increments of service and for the amounts stipulated in Section C.3 above, and present said invoices with all necessary supporting documentation only after completion of the following milestones:

• Completion of Installation Energy and Water Plan (“IEWP”) Workshop #1

• Submission of the 50% IEWP Preliminary Reports

• Submission of the 95% Pre-Final Submittals

• Submission of the 100% Final IEWP Reports

Invoices shall be submitted to:

Original: Project Coordinator Department of General Services, STREAM 312 Rosa L. Parks Avenue, 24th Floor

Nashville, Tennessee 37243

a. Each invoice shall clearly and accurately detail all of the following required information (calculations must be extended and totaled correctly).

(1) Invoice Number (assigned by the contractor);

(2) Invoice Date; (3) Contract Number SBC Project No. 361/000-XX-2020 (4) Customer Account Name: Department of Military; (5) Customer Account Number (assigned by the Contractor to the above-referenced

State Agency); (6) Contractor Name; (7) Contractor Federal Employer Identification, Social Security, or Tennessee Edison

Registration ID Number Referenced in Preamble of this Contract; (8) Contractor Contact for Invoice Questions (name, phone, and/or fax); (9) Contractor Remittance Address; (10) Description of Delivered Service; (11) Total Amount Due for delivered service (as stipulated in Section C.3. above); (12) Further, the monthly invoices will include the name of each individual, the individual’s

job title, the number of hours worked during the period, the hourly rate, the total compensation requested for the individual, the total amount due the Contractor for the period involved, each project expenditure to-date, total expenditures to date and balance of funds remaining in the contract.

b. The Contractor understands and agrees that an invoice under this Contract shall:

(1) include only charges for service described in Contract Section A and in accordance with payment terms and conditions set forth in Contract Section C;

(2) only be submitted for completed service and shall not include any charge for future work;

(3) not include sales tax or shipping charges; and (4) initiate the timeframe for payment (and any discounts) only when the State is in

receipt of the invoice, and the invoice meets the minimum requirements of this Section C.5.

C.5 Payment of Invoice. A payment by the State shall not prejudice the State’s right to object to or question any payment, invoice, or matter in relation thereto. A payment by the State shall not be construed as acceptance of any part of the work or service provided or as approval of any amount invoiced.

C.6 Invoice Reductions. The Contractor’s invoice shall be subject to reduction for amounts included in any invoice or payment theretofore made which are determined by the State, on the basis of

Page 3

Contractor Legal Entity Name SBC Project #: 361/000-XX-2020

audits conducted in accordance with the terms of the Contract, not to constitute proper remuneration for compensable services.

C.7 Deductions. The State reserves the right to deduct from amounts, which are or shall become due and payable to the Contractor under this or any contract between the Contractor and the State of Tennessee any amounts, which are or shall become due and payable to the State of Tennessee by the Contractor.

C.8 Prerequisite Documentation. The Contractor shall not invoice the State under this Contract until the State has received the following documentation properly completed.

a. The Contractor shall complete, sign, and present to the State an "Authorization Agreement for Supplier Direct Deposit Form". By doing so, the Contractor acknowledges and agrees that, once said form is received by the State, all payments to the Contractor, under this or any other contract the Contractor has with the State of Tennessee shall be made by Direct Deposit. This form can be found at http://www.tn.gov/finance/article/fa-accfin-swa. Please follow the instructions at the top of the form regarding submission of the form.

b. The Contractor shall complete, sign, and present to the State a "Taxpayer Identification Number and Certification Form”. The taxpayer identification number detailed by said form must agree with the Contractor's Federal Employer Identification Number or Tennessee Edison Registration ID referenced in this Contract. This form can be found at https://www.irs.gov/pub/irs-pdf/fw9.pdf. Please submit this form with the Authorization Agreement for Supplier Direct Deposit Form form as indicated at the top of the form regarding submission of the form.

D. STANDARD TERMS AND CONDITIONS:

D.1 Required Approvals. The State is not bound by this Contract until it is signed by the contract parties and approved by the appropriate officials in accordance with applicable Tennessee laws and regulations (depending upon the specifics of this contract, said officials may include, but are not limited to the Adjutant General for Military, the Office of the State Architect, the Comptroller of the Treasury, and the Office of the Attorney General).

D.2 Modification and Amendment. This Contract may be modified only by a written amendment signed by all parties hereto and approved by both the officials who approved the base contract and, depending upon the specifics of the contract as amended, any additional officials required by Tennessee laws and regulations (said officials may include, but are not limited to, the Adjutant General for Military, the Office of the State Architect, the Comptroller of the Treasury, and the Office of the Attorney General).

D.3 Termination for Convenience. The State may terminate this Contract without cause for any reason. Said termination shall not be deemed a breach of contract by the State. The State shall give the Contractor at least thirty days written notice before the effective termination date. The Contractor shall be entitled to compensation for satisfactory, authorized service completed as of the termination date, but in no event shall the State be liable to the Contractor for compensation for any service which has not been rendered. Upon such termination, the Contractor shall have no right to any actual, general, special, incidental, consequential, or any other damages whatsoever of any description or amount. In no event shall the State’s exercise of its right to terminate this Contract for convenience relieve the Contractor of any liability to the State for any damages or claims arising under this Contract. Notwithstanding anything to the contrary herein, in the event that the State has not approved Contractor’s Work Plan (as such term is defined in Section 2.1.1.1 of Attachment A) within thirty days after the Effective Date, the State may terminate this Contract by providing written notice to Contractor after the sending of which neither party shall have any further obligation to the other under this Contract.

D.4 Termination for Cause. If the Contractor fails to properly perform its obligations under this Contract in a timely or proper manner, or if the Contractor materially violates any terms of this Contract (“Breach Condition”), the State shall have the right to immediately terminate the Contract and withhold payments in excess of fair compensation for completed services. Notwithstanding the above, the Contractor shall not be relieved of liability to the State for

Page 4

Contractor Legal Entity Name SBC Project #: 361/000-XX-2020

damages sustained by virtue of any Breach Condition and the State may seek other remedies allowed at law or in equity for breach of this Contract.

D.5 Assignment and Subcontracting. The Contractor shall not assign this Contract or enter into a subcontract for any of the services performed under this Contract without obtaining the prior written approval of the State. If such subcontracts are approved by the State, each shall contain, at a minimum, sections of this Contract pertaining to “Conflicts of Interest”, “Nondiscrimination,” and “Records” (as identified by the section headings). Notwithstanding any use of approved subcontractors, the Contractor shall be the prime contractor and shall be responsible for all work performed.

D.6 Conflicts of Interest. The Contractor warrants that no part of the total Contract Amount shall be paid directly or indirectly to an employee or official of the State of Tennessee as wages, compensation, or gifts in exchange for acting as an officer, agent, employee, subcontractor, or contractor to the Contractor in connection with any work contemplated or performed relative to this Contract.

The Contractor acknowledges, understands, and agrees that this Contract shall be null and void if the Contractor is, or within the past six months has been, an employee of the State of Tennessee or if the Contractor is an entity in which a controlling interest is held by an individual who is, or within the past six months has been, an employee of the State of Tennessee.

The Contractor acknowledges, understands, and agrees that it and its performance under this Contract are subject to State Building Commission Policy and Procedure 12.02, “Organizational Conflicts of Interest,” (the “SBC Conflict Policy”), and that Contractor has read and understands all of the provisions and requirements of same.

D.7 Nondiscrimination. The Contractor hereby agrees, warrants, and assures that no person shall be excluded from participation in, be denied benefits of, or be otherwise subjected to discrimination in the performance of this Contract or in the employment practices of the Contractor on the grounds of handicap or disability, age, race, color, religion, sex, national origin, or any other classification protected by Federal, or Tennessee State constitutional or statutory law. The Contractor shall, upon request, show proof of such nondiscrimination and shall post in conspicuous places, available to all employees and applicants, notices of nondiscrimination.

D.8 Prohibition of Illegal Immigrants. The requirements of Tenn. Code Ann. § 12-3-309 addressing the use of illegal immigrants in the performance of any contract to supply goods or services to the State of Tennessee, shall be a material provision of this Contract, a breach of which shall be grounds for monetary and other penalties, up to and including termination of this Contract.

a. The Contractor agrees that the Contractor shall not knowingly utilize the services of an illegal immigrant in the performance of this Contract and shall not knowingly utilize the services of any subcontractor who will utilize the services of an illegal immigrant in the performance of this Contract. The Contractor shall reaffirm this attestation, in writing, by submitting to the State a completed and signed copy of the document at Exhibit A, hereto, with each invoice, as described in C.5, during the period of this Contract. If the Contractor is a party to more than one contract with the State, the Contractor may submit one attestation that applies to all contracts with the State. All Contractor attestations shall be maintained by the Contractor and made available to State officials upon request.

b. Prior to the use of any subcontractor in the performance of this Contract, and semi-annually thereafter, during the Term, the Contractor shall obtain and retain a current, written attestation that the subcontractor shall not knowingly utilize the services of an illegal immigrant to perform work under this Contract and shall not knowingly utilize the services of any subcontractor who will utilize the services of an illegal immigrant to perform work under this Contract. Attestations obtained from subcontractors shall be maintained by the Contractor and made available to State officials upon request.

c. The Contractor shall maintain records for all personnel used in the performance of this Contract. Contractor’s records shall be subject to review and random inspection at any reasonable time upon reasonable notice by the State.

Page 5

Contractor Legal Entity Name SBC Project #: 361/000-XX-2020

d. The Contractor understands and agrees that failure to comply with this section will be subject to the sanctions of Tenn. Code Ann. § 12-3-309 for acts or omissions occurring after its effective date.

e. For purposes of this Contract, "illegal immigrant" shall be defined as any person who is not: (i) a United States citizen; (ii) a Lawful Permanent Resident; (iii) a person whose physical presence in the United States is authorized; (iv) allowed by the federal Department of Homeland Security and who, under federal immigration laws or regulations, is not authorized to be employed in the U.S.; or (v) otherwise authorized to provide services under the Contract.

D.9 Licensure. The Contractor and its employees and all sub-contractors shall be licensed pursuant to all applicable federal, state, and local laws, ordinances, rules, and regulations and shall upon request provide proof of all licenses.

D.10 Records. The Contractor shall maintain documentation for all charges under this Contract. The books, records, and documents of the Contractor, for work performed or money received under this Contract, shall be maintained for a period of five full years from the date of the final payment and shall be subject to audit at any reasonable time and upon reasonable notice by the State, the Comptroller of the Treasury, or their duly appointed representatives. The financial statements shall be prepared in accordance with generally accepted accounting principles.

D.11 Monitoring. The Contractor’s activities conducted and records maintained pursuant to this Contract shall be subject to monitoring and evaluation by the State, the Comptroller of the Treasury, or their duly appointed representatives.

D.12 Progress Reports. The Contractor shall submit brief, periodic, progress reports to the State as requested.

D.13 Strict Performance. Failure by any party to this Contract to insist in any one or more cases upon the strict performance of any of the terms, covenants, conditions, or provisions of this Contract shall not be construed as a waiver or relinquishment of any such term, covenant, condition, or provision. No term or condition of this Contract shall be held to be waived, modified, or deleted except by a written amendment signed by the parties hereto.

D.14 Independent Contractor. The parties hereto, in the performance of this Contract, shall not act as employees, partners, joint ventures, or associates of one another. It is expressly acknowledged by the parties hereto that such parties are independent contracting entities and that nothing in this Contract shall be construed to create an employer/employee relationship or to allow either to exercise control or direction over the manner or method by which the other transacts its business affairs or provides its usual services. The employees or agents of one party shall not be deemed or construed to be the employees or agents of the other party for any purpose whatsoever.

D.15 Limitation of State’s Liability. The State shall have no liability except as specifically provided in

this Contract. In no event will the State be liable to the Contractor or any other party for any lost revenues, lost profits, loss of business, decrease in the value of any securities or cash position, time, money, goodwill, or any indirect, special, incidental, punitive, exemplary or consequential damages of any nature, whether based on warranty, contract, statute, regulation, tort (including but not limited to negligence), or any other legal theory that may arise under this Contract or otherwise. The State’s total liability under this Contract (including any exhibits, schedules, amendments or other attachments to the Contract) or otherwise shall under no circumstances exceed the Maximum Liability. This limitation of liability is cumulative and not per incident.

D.16 Force Majeure. “Force Majeure Event” means fire, flood, earthquake, elements of nature or acts of God, wars, riots, civil disorders, rebellions or revolutions, acts of terrorism or any other similar cause beyond the reasonable control of the Party except to the extent that the non-performing Party is at fault in failing to prevent or causing the default or delay, and provided that the default or delay cannot reasonably be circumvented by the non-performing Party through the use of alternate sources, workaround plans or other means. A strike, lockout or labor dispute shall not excuse either Party from its obligations under this Contract. Except as set forth in this Section, any failure or delay by a Party in the performance of its obligations under this Contract arising from a Force Majeure Event is not a default under this Contract or grounds for termination. The non-performing Party will be excused from performing those obligations directly affected by the

Page 6

Contractor Legal Entity Name SBC Project #: 361/000-XX-2020

Force Majeure Event, and only for as long as the Force Majeure Event continues, provided that the Party continues to use diligent, good faith efforts to resume performance without delay. The occurrence of a Force Majeure Event affecting Contractor’s representatives, suppliers, subcontractors, customers or business apart from this Contract is not a Force Majeure Event under this Contract. Contractor will promptly notify the State of any delay caused by a Force Majeure Event (to be confirmed in a written notice to the State within one day of the inception of the delay) that a Force Majeure Event has occurred, and will describe in reasonable detail the nature of the Force Majeure Event. Contractor will not increase its charges under this Contract or charge the State any fees other than those provided for in this Contract as the result of a Force Majeure Event.

D.17 State and Federal Compliance. The Contractor shall comply with all applicable State and Federal laws and regulations in the performance of this Contract.

D.18 Governing Law. This Contract shall be governed by and construed in accordance with the laws of the State of Tennessee. The Tennessee Claims Commission or the state or federal courts in Tennessee shall be the venue for all claims, disputes, or disagreements arising under this Contract. The Contractor acknowledges and agrees that any rights, claims, or remedies against the State of Tennessee or its employees arising under this Contract shall be subject to and limited to those rights and remedies available under Tenn. Code Ann. §§ 9-8-101 - 407.

D.19 Entire Agreement. This Contract is complete and contains the entire understanding between the Parties relating to its subject matter, including all the terms and conditions of the Parties’ agreement. This Contract supersedes any and all prior understandings, representations, negotiations, and agreements between the Parties, whether written or oral.

D.20 Severability. If any terms and conditions of this Contract are held to be invalid or unenforceable as a matter of law, the other terms and conditions hereof shall not be affected thereby and shall remain in full force and effect. To this end, the terms and conditions of this Contract are declared severable.

D.21 Headings. Section headings of this Contract are for reference purposes only and shall not be construed as part of this Contract.

E. SPECIAL TERMS AND CONDITIONS:

E.1 Conflicting Terms and Conditions. Should any of these special terms and conditions conflict with any other terms and conditions of this Contract, these special terms and conditions shall control.

E.2 Communications and Contacts. All instructions, notices, consents, demands, or other communications required or contemplated by this Contract shall be in writing and shall be made by certified, first class mail, return receipt requested and postage prepaid, by overnight courier service with an asset tracking system, or by EMAIL with recipient confirmation. Any such communications, regardless of method of transmission, shall be addressed to the respective party at the appropriate mailing address or EMAIL address set forth below or to that of such party of address, as may be hereafter specified by written notice.

The State: State Contact Name & Title State Agency Name Address City, State Zip Email Address Telephone # Number Mobile # Number The Contractor: Contractor Name & Title Firm Name Address City, State Zip Email Address

Page 7

Contractor Legal Entity Name SBC Project #: 361/000-XX-2020

Telephone # Number Mobile # Number

All instructions, notices, consents, demands, or other communications shall be considered effectively given upon receipt or recipient confirmation as may be required.

E.3 Subject to Funds Availability. The Contract is subject to the appropriation and availability of State and/or Federal funds. In the event that the funds are not appropriated or are otherwise unavailable, the State reserves the right to terminate the Contract upon written notice to the Contractor. Said termination shall not be deemed a breach of Contract by the State. Upon receipt of the written notice, the Contractor shall cease all work associated with the Contract. Should such an event occur, the Contractor shall be entitled to compensation for all satisfactory and authorized services completed as of the termination date. Upon such termination, the Contractor shall have no right to recover from the State any actual, general, special, incidental, consequential, or any other damages whatsoever of any description or amount.

E.4 Tennessee Consolidated Retirement System. Subject to statutory exceptions contained in Tenn. Code Ann. §§ 8-36-801, et seq., the law governing the Tennessee Consolidated Retirement System (“TCRS”), provides that if a retired member of TCRS, or of any superseded system administered by TCRS, or of any local retirement fund established under Tenn. Code Ann. §§ 8-35-101, et seq., accepts State employment, the member's retirement allowance is suspended during the period of the employment. Accordingly and notwithstanding any provision of this Contract to the contrary, the Contractor agrees that if it is later determined that the true nature of the working relationship between the Contractor and the State under this Contract is that of “employee/employer” and not that of an independent contractor, the Contractor, if a retired member of TCRS, may be required to repay to TCRS the amount of retirement benefits the Contractor received from TCRS during the Term.

E.5 Tennessee Department of Revenue Registration. The Contractor shall comply with all applicable

registration requirements contained in Tenn. Code Ann. §§ 67-6-601 – 608. Compliance with

applicable registration requirements is a material requirement of this Contract. E.6 Insurance. The Contractor shall carry adequate liability and other appropriate forms of insurance

including without limitation, the coverages set forth in this Section E.6. Such insurance shall

provide for policy limits equal or greater to the amounts set forth herein and shall list the State as

additional insured.

A copy of the appropriate policy or a Certificate of Coverage fully listing all limits of liability shall

verify all required insurance. Such insurance shall be maintained through the life of the Contract.

Renewal policies or certificates of coverage must be forwarded to the State within thirty days

upon issuance. Failure to maintain required insurance could be cause for cancellation of the Contract.

a. Workers Compensation and Employer’s Liability: (without restriction as to whether covered by Workmen’s Compensation law): Workers Compensation: according to statute Employer’s Liability: Each Accident: $100,000 Disease – Policy Limit: $500,000 Disease – Each Employee: $100,000

b. Commercial General Liability Insurance:

1. The Contractor shall maintain commercial general liability insurance, which shall be written on an Insurance Services Office, Inc. (also known as ISO) occurrence form (or a substitute form providing equivalent coverage) and shall cover liability arising from property damage, premises/operations, independent contractors, contractual liability, completed operations/products, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract).

Page 8

Contractor Legal Entity Name SBC Project #: 361/000-XX-2020

2. The Contractor shall maintain bodily injury/property damage with a combined single limit not less than $1,000,000 per occurrence and $2,000,000 aggregate for bodily injury and property damage, including products and completed operations coverage with an aggregate limit of at least $2,000,000.

c. Business Automobile Liability:

Including owned, hired, and non-owned vehicles; or, if there are no owned vehicles, Contractor may provide written certification of such and provide coverage limited to hired and non-owned vehicles.

Bodily injury and property damage combined single limits:

Each Occurrence: $1,000,000

d. Professional Liability Insurance: Employed Architects and Engineers Professional liability shall be covered with a limit of not less than:

Each Claim: $1,000,000

Aggregate: $2,000,000

(The remainder of this page left blank intentionally)

Page 9

Contractor Legal Entity Name SBC Project #: 361/000-XX-2020

This instrument may be executed in one or more counterparts. It shall be fully executed when each party whose signature is required has signed at least one counterpart, even though no one counterpart contains the signatures of all parties to this instrument. Electronic, scanned or facsimile signatures shall have the same force and effect as original signatures.

IN WITNESS WHEREOF:

CONTRACTOR LEGAL ENTITY NAME:

DATE: Contractor Signatory, Contractor Title

STATE OF TENNESSEE,

DEPARTMENT OF MILITARY:

____________________________________ DATE: ___________________

COL Andrew P. Milligan, Construction Facilities Management Officer

OFFICE OF THE STATE ARCHITECT:

DATE: Ann McGauran, State Architect

APPROVED AS TO COMPLIANCE WITH POLICY AND STATUTE:

DATE: Justin P. Wilson, Comptroller of the Treasury

APPROVED AS TO COMPLIANCE WITH FORM AND LEGALITY:

DATE: Herbert H. Slatery III, Attorney General and Reporter

EXHIBIT A

AT T E S T AT I O N RE P E RS O NNE L US E D I N CO NT RACT P E RF O RM ANCE

SUBJECT CONTRACT NUMBER: 361/000-XX-2020

CONTRACTOR LEGAL ENTITY NAME:

The Contractor, identified above, does hereby attest, certify, warrant, and assure

that the Contractor shall not knowingly utilize the services of an illegal immigrant

in the performance of this Contract and shall not knowingly utilize the services of

any subcontractor who will utilize the services of an illegal immigrant in the

performance of this Contract.

CONTRACTOR SIGNATURE

NOTICE: This attestation MUST be signed by an individual empowered to contractually bind the Contractor. If said individual is not

the chief executive or president, this document shall attach evidence showing the individual’s authority to contractually bind the Contractor.

PRINTED NAME AND TITLE OF SIGNATORY

STATEMENT OF WORK (SOW)

Installation Energy and Water Plan (IEWP)

For

Tennessee Army National Guard (TNARNG)

April 2020

ATTACHMENT A

Page i of i

Table of Contents 1. Introduction...................................................................................................................... 1

1.1 Purpose of the Contract ....................................................................................... 1

1.2 Organizations ....................................................................................................... 1

1.3 Project Goals and Objectives ............................................................................... 1

1.4 Locations, Sustainability Requirements, and References ..................................... 2

2. Installation Energy and Water Plan Tasks ....................................................................... 3

2.1 Step 1 - Identify Requirements and Step 2 – Access Risks and Opportunities (shall be concurrently executed) ......................................................................... 5

2.2 On-site Review Board Meeting – Stakeholder Meeting # 2 ................................ 18

2.3 Step 3: Generating Solutions (reference Guidance Section 3.3) ........................ 18

2.4 Step 4: Develop Implementation Plan (reference Guidance 3.4) ........................ 21

3. Milestones ..................................................................................................................... 24

4. General Administration .................................................................................................. 25

4.1 Lessons Learned Reports .................................................................................. 25

4.2 Monthly Status Reports ...................................................................................... 25

4.3 Period of Performance ....................................................................................... 25

4.4 General Information ........................................................................................... 25

Appendix A - Acronyms and Abbreviations ............................................................................... 30

Appendix B - Preliminary Critical Facilities and Mission List ..................................................... 31

Appendix C - Real Property Spreadsheets ............................................................................... 32

Appendix D - Site Maps ............................................................................................................ 33

ATTACHMENT A

Page 1 of 33

1. IntroductionAn Army Installation Energy and Water Plan (IEWP) provides a roadmap for supporting Army installations in achieving increased security, resilience, readiness, and mission assurance. The goal is for the IEWP to serve as a useful, “living” planning tool to reduce the number of energy and water security and management planning requirements from four to one. The IEWP integrates higher-level strategic guidance, plans, and policies with installation- and facility-level data into a holistic roadmap that enables the installation to work constructively toward enhancing mission readiness through energy and water management and security and resilience.

1.1 Purpose of the Contract The purpose of this contract is to acquire professional Architect-Engineering (AE) services to support development of an IEWP.

Services to be provided by the AE under this Statement of Work (SOW) includes: furnishing all materials, supplies, travel, labor and supervision necessary to accomplish the tasks identified herein associated with the preparation of IEWPs for Tennessee Army National Guard.

1.2 Organizations Tennessee Army National Guard is responsible for providing services that civilian municipalities are not chartered to provide such as the sustainment, restoration, and modernization of all facilities within the Department of Military.

The Construction Facilities Management Office (CFMO) manages all installations/facilities within the Tennessee Army National Guard.

The CFMO at Tennessee Army National Guard is tasked with providing sustainable planning guidance and project execution of energy and water efficiency projects to achieve the Army’s vision for the IEWP guidance. This contract will be project managed and administered by the CFMO Energy Manager, who will serve as the primary point-of-contact.

1.3 Project Goals and Objectives Overall IEWP Goal:

The Army is improving energy and water security and resilience on the installations through an integrated energy and water planning process that supports installation mission objectives. The Department of Army Policy Guidance for IEWPs outlines standard steps in the planning process, why they are important, and where information may be found to complete each step. The Guidance document explains how multiple policy and regulatory drivers are addressed by preparing the IEWP, describes an integrated energy and water security planning process, outlines the required and recommended content of an effective IEWP, and includes the administrative requirements for the IEWP. The IEWP is driven by Army energy and water security goals outlined in Army Directive 2017-07 (Installation Energy and Water Security Policy) and other Federal, Department of Defense (DoD), and Army policies and regulations. Its purpose is to address requirements for energy and water security and

ATTACHMENT A

Page 2 of 33

resilience, including energy and water efficiency and conservation, renewable energy, alternative water, and alternative fuels policy goals. The IEWP shall be developed in coordination with the energy and water needs outlined in components of the TNARNG’s Real Property Master Plan.

Overall IEWP Objectives:

The TNARNG shall prepare IEWPs for the State, VTS Milan and VTS Catoosa using the procedures noted below and following all guidelines and requirements laid out in the Department of the Army Guidance for IEWPs. Work shall be accomplished by planners and engineers with experience in Army mission requirements, energy and water supply, distribution, and use planning, system design, master planning, and energy and water efficiency, and will include on-site data collection and workshop-style events that engage the major stakeholders from the installation. The term AE (Architect and Engineering Services Firm) shall be used throughout this document to describe the AE team that is under contract to develop the IEWP. The AE will work in conjunction as a team with the installation personnel and government entities.

The work shall comply with Department of the Army Guidance for IEWP, dated 26 July 2018 but shall not contradict Unified Facilities Criteria (UFC) 2-100-01, Installation Master Planning dated 12 May 2012. All work on the IEWP will be coordinated with the TNARNG Real Property Master Plan.

IEWPs shall be prepared in accordance with the four step process, as defined by the Department of the Army Guidance for Installation Energy and Water Plans dated 26 July 2018 (hereby referred to as “IEWP Guidance” or “Guidance”).

1.4 Locations, Sustainability Requirements, and References Locations:

This IEWP SOW encompasses all items of work to be accomplished under this contract by the AE for the development and preparation of a study and execution plan to achieve IEWP goals at Tennessee Army National Guard. All work as defined by this SOW will include locations listed previously in Section 1.2.2. Reference Appendix B - Preliminary Critical Facilities and Mission List and Appendix C – Real Property Spreadsheets for the lists of installation facility buildings and their square footage.

Security Requirements:

The AE shall address the requirement in Army Directive 2017-07 (Installation Energy and Water Security Policy) to have an energy and water backup for mission-critical facilities. Mission-driven functions should be meet first for associated timelines.

Classified Information Procedures:

The IEWP report will be produced at an unclassified For Official Use Only (FOUO) level.

Guiding Documents and References:

The AE shall apply and incorporate the following reference material in the execution of the IEWP designated facilities and installation areas, and apply the

ATTACHMENT A

Page 3 of 33

Federal, DoD, and Army policies/regulations to this SOW. The IEWP is driven by Army energy and water security goals outlined in Army Directive 2017-07 (Installation Energy and Water Security Policy) dated 23 Feb 2017. Further Federal and DoD policy and guidance can be found at: http://www.asaie.army.mil/Public/ES/policy.html.

Federal Policy and Guidance

Executive Order 13834, Efficient Federal Operations (22 May 2018)

Executive Order 13795, Implementing an America-First Offshore Energy Strategy (3 May 2017)

Executive Order 13788, Buy American and Hire American (21 Apr 2017)

Executive Order 13783, Promoting Energy Independence and Economic Growth (31 Mar 2017)

Delegation of Authorities under Section 3136 of the National Defense Authorization Act for Fiscal Year 2018 (4 Apr 2018)

OMB Sustainable Acquisition Memo (5 Oct 2011)

DoD/Army Environmental and Energy Policy and Guidance

The AE shall reference the Department of the Army Policy Guidance for IEWPs dated 26 July 2018 document. Reference specifically - Appendix D: Policy and Guidance Requirements Informing IEWP Development and Appendix E: Reporting Summary Requirements for applicable policy and guidance.

2. Installation Energy and Water Plan TasksThe AE shall be accessing existing data sources and performing an integrated assessment to characterize the baseline conditions and risks with regard to energy and water security. That information will be integrated into the IEWP roadmap that the TNARNG can use to actively pursue capital investments including but not limited to infrastructure improvements that increase the energy and water security and resilience and security of facilities. The AE shall address best management practices and Operations and Maintenance (O&M) measures where applicable. The IEWP will document the installation requirements, risks, opportunities, projects, funding strategy, and performance metrics. The process of developing an IEWP is outlined in the following Table 1.

ATTACHMENT A

Page 4 of 33

Table 1. Installation Energy and Water Plan Tasks

Step 1: Identify Requirements and Step 2: Access Risk and Conservation Opportunities (shall be executed concurrently)

Work Plan and Kickoff Teleconference Meeting

Initial Data Request concurrently

Review Existing Installation Plans, Data, and Performance Metrics

Establish Energy and Water needs for critical missions

Facilitate IEWP Workshop – Stakeholders Meeting (#1) and Site Visits

Identify Threats and Hazards

Assess Risks and Mission Impact

Develop Baseline

Usage and Supply

Facility Metering

Infrastructure Condition

Assured Access Baseline

System Operation Baseline

Future Baseline Requirements

Conduct Energy and Water Security Assessment

Conduct ASHRAE Level II Energy and Water Audits

Document Step 1, Preliminary and Document Step 2, Risk and Opportunities

IEWP Report (50%)

Stakeholder Meeting (#2) and Site Visits - Review Reports, Status, and Vision

Step 3: Generating Solutions

Scope Best Management Practices

Develop Project Concepts

Prioritize Solutions

Document Step 3, Solutions

Step 4: Develop Implementation Plans

Document the IEWPs

Define the Implementation and Funding Approach

Pre-Final IEWP Reports (95%) Submittal

Pre-Final Reports (95%) Review Meeting (Teleconference)

Final IEWP Reports Submittal (100%) and State Commissioner Signature

ATTACHMENT A

Page 5 of 33

2.1 Step 1 - Identify Requirements and Step 2 – Access Risks and Opportunities (shall be concurrently executed)

Work Plan and Kickoff Teleconference Meeting

Requirements:

Upon award of the contract, the NTP will be issued by the project manager. The TNARNG shall provide at the NTP CFMO project manager and Alternative names and contact information.

Once the NTP is issued, the AE shall prepare a Work Plan that includes a project schedule, project management plan, coordination proposals, and task tracking procedures. This Work Plan shall be submitted to the project manager. The submitted Work Plan shall be discussed during the kickoff teleconference meeting, and will outline the overall project schedule tied to each task and deliverables noted throughout this SOW. The submitted Work Plan will include all key milestones and dates for the deliverables. Once approved by the CFMO project manager in writing, the Work Plan shall be automatically incorporated into this Contract. After approval by the CMFO project manager, the Work Plan may only be modified with the prior written approval of the CFMO project manager. Any modified or revised Work Plan approved by the CFMO project manager shall hereinafter be automatically incorporated into the Contract and take the place of any previously approved Work Plan.

The AE shall conduct a kick-off call via teleconference to initiate IEWP process, introduce team members, and establish roles and responsibilities. The CFMO shall provide a comprehensive list of facility stakeholder names with contact information at the kickoff meeting. The AE shall provide a kickoff meeting agenda and Power Point presentation slide deck detailing the overall IEWP purpose, goals, and project execution schedule. Project initiation shall begin with a kick-off teleconference that will provide the state leadership and CFMO an overview of the IEWP methodology and processes to include a demonstration of proposed analysis methods, software, and modeling along with an explanation of project goals, milestones, and deliverables. A review of the Federal, DoD, and IEWP vision, goals, and objectives shall be included. The AE shall discuss and clarify the data request sent to the CFMO. The CFMO will be offered the opportunity to respond to the data request and clarify the availability of the data during the kickoff teleconference meeting.

In addition to the kickoff teleconference, early in the IEWP development process, the AE and stakeholders shall be engaged in routine communications to facilitate further introductions, communicate the IEWP process and site visits, and coordinate support for the initial data request. The AE shall work with the facilities to identify personnel that can assist in collecting data from the initial data request. The initial data request represents a significant organizational effort on the AE and CFMO personnel and

ATTACHMENT A

Page 6 of 33

the facilities should designate a high priority to proving the data information in a timely manner.

Deliverables:

• CFMO shall provide prior to the NTP the CFMO Lead andAlternative Stakeholder Lead names and contact information.

• CFMO shall provide a comprehensive list of installation andfacility stakeholder names with contact information at the kickoffmeeting.

• The AE shall develop a Work Plan with project schedulemilestones and team members.

• The AE shall hold a kick-off call via teleconference to initiateIEWP process, introduce team members, and establish roles andresponsibilities.

• The AE shall prepare kickoff meeting minutes to distribute.

Initial Data Request, Review, and Performance Metrics

Requirements:

The AE shall request existing facilities data including but not limited to, energy and water use data, system drawings, the Master Plan, and any previous energy and water studies from the appropriate CFMO sources. The AE shall request any data necessary for completion of the tasks and deliverables in the following sections. The initial request for this data should be coordinated as a part of the Work Plan with the goal of receiving and reviewing all of the data before the first site visit. The CFMO should provide the requested data to the AE within 20 days of receiving the request. The AE shall fill information gaps in available data via on-site data collection, field verification, interviews with installation personnel, modeling, etc.

A re-validation of buildings to receive energy audits shall be performed. In addition, the AE shall begin data collection and field investigation to determine and verify the existing conditions at all appropriate facilities. The AE shall also gather basic information on the relationship between on-base and off-base energy and water requirements. The AE shall obtain available secondary data and information from all other sources necessary to complete the research and baseline data.

Refer to Section 3.1.1 in the IEWP Policy Guidance. The AE shall review the existing installation energy and water planning documentation and CFMO’s energy and water performance metrics and prepare a summary of findings. The installation energy and water planning documentation shall include all components of the planning documentation summarized in Table 1 of the Guidance as well as the TNARNG’s Installation Status Reports, Mission Capacity (ISR-MC) and Army Energy and Water Reporting System (AEWRS) and EnergyCap data. These planning documents should be obtained as a part of the initial data request as described in the previous section.

ATTACHMENT A

Page 7 of 33

The energy and water performance metrics cover security, efficiency, and reduction goals. More information on these metrics is provided in Guidance Section 3.1.1.

Deliverables:

• The AE shall provide a written data request to the CFMO.

• The AE shall provide a written summary of the data that wascollected from the CFMO and any gaps or missing information,for inclusion into the IEWP documents (State, VTS Milan andVTS Catoosa).

• The AE shall provide Summary of Findings document by Day 50from NTP.

Establish Energy and Water Needs for Critical Missions

Requirements:

The AE shall identify specific energy and water needs for all critical missions in accordance with Guidance Section 3.1.3. This requires a list of critical missions identified by the CFMO and approved by the Department of Military Commissioner; this list should be provided to the AE. This list shall be further validated by the AE during a later on-site visit and interviews with relevant personnel to determine the energy and water needs for the critical mission facilities and the necessary length of back-up energy and water required for each critical mission/facility. The AE will collect all necessary data regarding mission-critical requirements to determine how to ensure that the needed energy and water resources are available during normal operations and disruptions. Use stakeholder expertise and Mission Dependency Index to determine mission and facility priorities. The AE shall review, organize, and summarize the data and identify any data gaps that will impact the analysis.

Deliverables:

• The AE will provide a critical mission section for inclusion into theIEWP reports (State, VTS Milan and VTS Catoosa). This sectionwill include the energy and water needs for critical missions andall information detailed in Guidance Section 3.1.3. This sectionwill specifically address the amount of fuel currently available tosupport the backup generation at each critical facility (in bothgallons and estimated duration), age of fuel/any program in placeto stabilize or refresh the fuel tank, the amount of centralizeddiesel storage available to refill facility specific backup generators(in both gallons and estimated duration, assuming all arerunning), and a description of the fuel refilling plan that is in placeif the installation experiences a long term power outage.

• A list of required utilities to support critical missions will bedeveloped that identifies only facility number, loads, energyquality needs, and required duration (not mission) for use inanalysis at a FOUO level. The list will be reviewed and approvedfor FOUO use by the TNARNG security manager.

ATTACHMENT A

Page 8 of 33

• A detailed summary of back-up water requirements shall beincluded.

Onsite Energy and Water Workshop – Stakeholders, Scope, Goals, etc. (Stakeholder Meeting # 1)

Requirements:

In conjunction with the on-site data collection, the A-E shall facilitate a workshop with the CFMO and project stakeholders to establish the scope and goals for the IEWP. The workshop shall utilize one or more planning exercises to assess the installation as a whole. The A-E shall provide a workshop read-ahead package to all participants a minimum of five working days prior to the session that will outline the purpose, process and expectations.

The A-E shall assist the CFMO project manager/coordinator to identify the required and desired participants by office. It is recommended that the CFMO, and mission owners participate in the workshop. The CFMO is responsible for providing space for the workshop and the A-E is responsible for all other aspects of facilitation and execution.

The AE shall provide a project overview that shall introduce the concepts related to developing installation energy and water planning concepts and goals. The workshop shall consist of an overview presentation of the data gathered up to this point and discuss existing data gaps that need to be filled. This discussion shall also review existing installation and facility goals related to energy and water security and efficiency and the vision from the Master Plan. This presentation shall be followed by a guided discussion that outlines the highest priority concepts, based on the stated goals, requirements, and vulnerabilities, for the Department of Military and results in draft energy and water goal statements and specific achievable energy and water goals. The AE shall discuss any identified data gaps found in the review of the CFMO provided data.

Additional data to fill gaps will be provided by the CFMO to the AE at this workshop or immediately following the workshop.

The AE shall also perform an on-site visits and field verification (including facility conditions and recent renovations, utility infrastructure condition and capacity, etc.). The field verification shall include a spot check of the data provided at all the critical facilities. The AE shall perform ASHRAE Level II audits and project data from a representative set of buildings audited to all buildings.

The AE shall accomplish the following tasks during this workshop and site visit in accordance with Guidance Section 3.1.2.

In support of the workshops, the AE shall investigate the degree of partnership with the surrounding local communities/local planners, investigating local and regional planning issues, to include transportation, water, power and environmental concerns. The AE shall validate the necessity to consolidate building square footage

ATTACHMENT A

Page 9 of 33

assets and identify facility reductions through interviews with the master planning and real property personnel. These tasks will help ensure the appropriate mandates concerning local community planning are being upheld.

The AE shall create IEWPs based on the information collected during the workshop and analysis of the CFMO’s most recent Development Plan and other specific data. The IEWPs shall describe the installations, missions, plan scope, and the specific goals that will meet current and future mission requirements per Guidance Section 3.1.2.

Stakeholders:

The CFMO shall establish a stakeholder group (hereafter referred to as the stakeholders) that can be consulted during the plan's initial development, provide data and other input, assist in outreach, and support implementation. The CFMO shall provide at the NTP a CFMO Stakeholder Lead, Stakeholder Alternative Lead and Security Liaison (for Classification Review) names and contact information. The CFMO shall provide a comprehensive list of stakeholder names and contact information at the kickoff teleconference meeting. Effort should be made to include the senior representatives within stakeholders to promote project commitment and priority. These stakeholder groups should include: mission owners, senior staff, tenants, facility management, information technology, environmental, security, safety, and public affairs.

The AE shall seek input from and consult with external groups such as the servicing utilities, privatized utility providers, contractors, community leaders, and other entities servicing utilities, and other entities (e.g., energy services contractors) who play a critical role in overall operations.

Identify Threats and Hazards

In accordance with Guidance Section 3.2.1, a member of the AE shall introduce the concepts related to identifying threats and hazards (summarized in the IEWP Guidance Section 3.2.1) and provide an overview of existing relevant reports on this topic. This presentation should be followed by a guided discussion that allows the stakeholders to discuss known and potential threats and hazards. This discussion will follow the general methodology provided in the Guidance Section 3.2.1 and address all elements described in that section. The AE shall develop a threats and hazards table.

Example identification and assessment of threats and hazards table.

ATTACHMENT A

Page 10 of 33

Event Name Event Type Likelihood Effect on Mission

Recommended Course of Action

Physical terrorist attack

Intentional Very low

Accidental utility line breakage

Non-intentional Low

Earthquake Natural Very low

Assess Risks and Mission Impact

Now that specific threats and hazards of concern have been identified, the IEWP must assess the vulnerability and mission impact. In accordance with Section 3.2.2 of the Guidance, a member of the IEWP delivery team will introduce the concepts related to assessing vulnerabilities and mission impacts (summarized in the IEWP Guidance Section 3.2.2) and provide an overview of existing relevant reports on this topic (vulnerability reports, emergency action plan, etc.). This presentation should be followed by a guided discussion that allows the installation stakeholders to discuss the effect on missions from each of these events identified in the previous section. This discussion will follow the general methodology provided in the Guidance Section 3.2.2 and address all elements stated in that section.

Deliverables:

• The AE shall accomplish the following tasks prior to and duringthis stakeholders workshop (in accordance with GuidanceSection 3.1.2).

• List of stakeholders involved in the IEWP process (including:name, position, contact information, and role).

• List of POCs from external groups (utility providers, etc.).

• List of additional stakeholders that will need to be aware ofactions planned in the IEWP.

• Documentation of the stakeholder engagement plan, includingidentification of an installation stakeholder lead to facilitateinteraction between the contracted AE and installation and facilitypersonnel.

• List information documents that need to be shared with the keystakeholders.

• Develop the scope or boundary of the IEWP plans (State, VTSMilan and VTS Catoosa). Scope includes which buildings areincluded, and those buildings which are not. Boundaries aredefined by building clusters, physical, or administrative limitations.

ATTACHMENT A

Page 11 of 33

• Identify the IEWP goals, including the desired end states andtimelines for goal implementation with input from thestakeholders.

• Document the summary of items from the Threats and Hazards,as well as the Risk and Opportunities discussions.

• The AE shall conduct an on-site field verification of facility andutility data immediately following the workshop.

• The AE shall provide a written summary of the workshopdiscussion and include a written statement of the scope,boundary, timelines, and energy/water planning goals asdeveloped during the meeting with stakeholders.

• Workshop Read Ahead. The A-E shall provide a Power Pointpresentation slide deck outlining the purpose, process andexpectations for the workshops.

• A-E shall provide a workshop out brief for the CFMO summarizingthe activities, topics discussed, and key findings from theworkshop.

Conduct Energy and Water Resilience Assessment

Energy and Water Resilience Assessment Requirements: TO BE PROVIDED AFTER NTP

Deliverables: TO BE PROVIDED AFTER NTP

Conduct ASHRAE Level II Energy and Water Audits

Audit Requirements:

Energy and Water (E&W) conservation and efficiency opportunities are typically identified through a set of comprehensive evaluations. There are various types of evaluations and supporting methodologies for conservation and efficiency, including CEWEs and awareness campaigns, among others. These evaluations help the CFMO plan for conserving E&W and improving the efficiency of E&W systems as the first step toward increasing resiliency.

The A-E shall conduct ASHRAE Level II or approved equivalent building audits for the buildings identified in Appendix C. These buildings were selected to satisfy program requirements for annual building audits and because are a representation of the total building inventory for the installation.

The results of the ASHRAE Level II building audits shall be recorded separately in approved nonproprietary data management application (either MS Excel or similar approved data management tool). The data management tool must be capable of sorting conservation measure opportunities by technology group, building, SIR, ROI, and individual measure.

Pictures taken during the water and energy audits by the A-E shall be provided digitally as an appendix to the audit report. The pictures

ATTACHMENT A

Page 12 of 33

from each building shall be placed in a separate folder with the folder title equal to the building number.

In addition the ECMs recommended, the AE shall also provide a list of facilities where retro-commissioning is recommended along with the estimated cost to execute the commissioning and anticipated annual savings.

Deliverables:

• Energy and Water Audit Results Data

• A-E shall provide results of the ASHRAE Level II building auditsin an approved nonproprietary data management application.

• Energy and Water Audit Pictures

• Energy and Water Audit Report

• A-E shall provide a report based on the energy and water auditsproviding the basic building information such as year built, area,current use, structure type, and utilities along with toprecommended energy and water conservation measures for eachbuilding listed in Appendix A.

• The AE shall complete a comprehensive analysis of the energyand water efficiency projects following the steps in GuidanceSection 3.2.3 and provide calculations and results for inclusion inthe IEWP report. This includes:

• The AE shall compile a list of energy efficiency projectsimplemented in the past four years and their quantified costs andsavings.

• The AE shall compile a list of water efficiency projectsimplemented in the past four years and their quantified costs andsavings.

• The AE shall project the effect of implementing all cost-effectiveE&W efficiency projects on progress toward goals (Energy-UseIntensity (EUI) and WUI).

• The AE shall project the effect of planned changes in buildingstock (assess how disposals and new construction will influenceenergy and water needs).

• The AE shall determine the effect of planned investments (e.g.,full facility revitalization, construction improvements).

Develop Baseline

The AE will use the CFMO’s facility and utility data gathered to characterize the current status of the Department of Military in terms of energy and water security in accordance with Guidance Section 3.1.4. This current picture, or snapshot, of the Department of Military is referred to as the baseline and can be characterized by the following five components: 1) usage and supply, 2) infrastructure condition, 3) assured access, 4) system operation, and 5) Future Requirements. The ISR-MC provides a standard platform for evaluating energy

ATTACHMENT A

Page 13 of 33

and water security posture to inform decision-making and should be utilized to help establish the baseline. The following sections detail the data collection and analysis requirement for each component of the baseline.

The AE shall document all CFMO and facilities baseline information as required in this SOW Baseline section. Documentation will be included in the 50% IEWP Preliminary Reports. No baseline document submittals are required prior to release of the 50% Preliminary Reports.

Usage and Supply

2.1.7.1.1 Requirements:

The goal of this section is to develop an accurate picture of the current flow of energy and water throughout the Department of Military. Refer to Guidance Section 3.1.4.1. Specifically each source of energy and water should be documented and estimates of the breakdown of usage should be made when data gaps exist. Utilize the CFMO’s AEWRS and EnergyCap data which provides consumption information and utility bills to help establish a usage baseline.

The baseline shall calculate and document annual cooling, heating, and electrical energy profiles and total operating cost (energy, maintenance, replacement, etc.) calculated using appropriate building modeling tools as listed in Guidance Section 3.2.3 (within established boundaries) and verify using available metered data. Separate baseline load profiles and costs shall be established for mission-critical facilities. Existing energy systems supporting mission-critical operations shall be documented and analyzed for their adequacy to energy resiliency requirements for mission-critical operations, including potential degradation due to impacts from typical local threats (resiliency gaps).

2.1.7.1.2 Deliverables:

After reviewing necessary data, the AE shall perform the following tasks, in accordance with Guidance Section 3.1.4.1:

• Provide the annual EUI/WUI data for each facility listed inAppendix C by State, VTS Milan and VTS Catoosa.

• Develop a list of utility scale energy sources for the installationincluding utility scale offsite energy supply and on-site energygeneration sources and all of the associated data required fromGuidance Section 3.1.4.1.

• Establish Energy and Water needs for critical missions

• Develop a list of all water sources available to the installation andall of the associated data required from Guidance Section 3.1.4.1.

• The AE shall document all usage and supply information in theIEWP preliminary reports (State, VTS Milan and VTS Catoosa).

ATTACHMENT A

Page 14 of 33

Facility Metering

2.1.7.2.1 Requirements:

The AE shall gather any data related to facility energy and water metering that is available.

2.1.7.2.2 Deliverables:

• The AE shall develop a prioritized list of facilities withoutmeters/sub-meters following the process defined in GuidanceSection 3.1.4.5.

• The AE shall develop a list of facilities and systems with energyand water meters (State, VTS Milan and VTS Catoosa) andcollect the associated data following the requirements defined inGuidance Section 3.1.4.5.1.

Infrastructure Condition

2.1.7.3.1 Requirements:

Understanding the current infrastructure condition is an important step in determining the measures needed to enhance resiliency. Refer to Guidance Section 3.1.4.2 and the AE shall follow all detailed steps. The adequacy of the current state/condition of infrastructure will be analyzed to determine the projects required to achieve the desired infrastructure condition going forward.

2.1.7.3.2 Deliverables:

• The AE shall acquire detailed information on infrastructure andutility services that support mission requirements, include thefollowing in the baseline for infrastructure conditions related toenergy and water.

• The AE shall ensure that data from Guidance Section 3.1.4.2 isreceived, reviewed, and analyzed to characterize theinfrastructure condition of the baseline. The AE shall summarizethe energy and water infrastructure condition for inclusion into theIEWP preliminary reports (State, VTS Milan and VTS Catoosa).

Assured Access Baseline

2.1.7.4.1 Requirements:

In accordance with Guidance Section 3.1.4.3, the AE shall provide assured access focus on a dependable supply of energy and water needed to meet evolving mission requirements during normal and emergency response operations. In this section of the IEWPs, describe the current status related to energy and water availability and access. Utilize the assured access metrics of the ISR-MC data to help establish this baseline. Conduct field verification of information and collect additional data on-site as needed to fill any gaps.

ATTACHMENT A

Page 15 of 33

2.1.7.4.2 Deliverables:

• The AE shall ensure that data from Guidance Section 3.1.4.3 isreceived, reviewed, and analyzed to characterize assured assessto energy and water in the baseline.

• The AE shall develop summary reports (State, VTS Milan andVTS Catoosa) that details the current status related to energyand water availability and access using the steps described inGuidance Section 3.1.4.3. This should include: energy availabilityand quality, redundant energy supply and distribution, wateravailability and quality, and level of redundant water supply

System Operation Baseline

2.1.7.5.1 Requirements:

In accordance with Guidance Section 3.1.4.4, the CFMO shall provide the AE an overview of how they are conducting required energy and water security system planning, operations, and sustainment activities. CFMO should list relevant personnel, contractors, training, and equipment that support systems operations to define the current status and provide insight into the solutions that are required. The AE will document this information for the IEWP preliminary report. The AE shall utilize the system operation metrics of the ISR-MC data to help establish this baseline.

2.1.7.5.2 Deliverables:

• The AE shall ensure that data from Guidance Section 3.1.4.4 isreceived, reviewed, and analyzed to characterize the systemoperation the baseline.

• The AE shall develop summary documentation that lists relevantitems that support system operations for the following categories:Personnel, Training, Equipment, Emergency Response, andEnergy and Water Plans. This summary documentation will beincluded in the preliminary reports (State, VTS Milan and VTSCatoosa).

Future Requirements

2.1.7.6.1 Requirements:

After establishing the current conditions in the baseline, the AE must capture the energy and water needs of planned future construction projects and mission-critical requirements over the next 5 years. These future needs must be captured for the TNARNG (State, VTS Milan and VTS Catoosa), and, separately, for critical missions/facilities within each (State, VTS Milan and VTS Catoosa). This snapshot of the future condition is sometimes called the future base case. This will require coordination with the IEWP stakeholders as well as consulting the Master Plan to determine future missions and their corresponding energy and water requirements. Refer to Guidance Section 3.1.4.5 for a detailed list of steps to determine and

ATTACHMENT A

Page 16 of 33

document how future missions may affect energy and water planning efforts.

The future requirements should include projects that have already been funded for facility construction, demolition, and renovation and major utility infrastructure projects. This information can be found in master planning documents and through discussions with the stakeholders. Projects that are planned or desired but have not been funded or contracted should be included in future alternative scenarios (course of action). The future requirements will also calculate projected annual cooling, heating, and electrical energy profiles, installation costs, and operating costs using modeling tools for all planned changes. The baseline established using installation data can be combined with predictive modeling tools to help create the future requirements. The future requirements are important because they becomes the basis of comparison against which all other future alternatives are compared.

The future requirements, and all other future alternatives, can be characterized by the following four components: 1) usage and supply, 2) infrastructure condition, 3) assured access, and 4) systemoperations. The work needed to characterize these four aspects wasalready presented. This section of the IEWP documentation requiresadjustments to these four components that reflect the plannedconstruction, demolition, and renovation of facilities and installation-scale supply technologies. Facility and installation-scale supplymodeling should be performed with these updates and EUI’sprovided.

2.1.7.6.2 Deliverables:

• The AE shall develop and document modeled EUI and WUI datafor key facilities (State, VTS Milan and VTS Catoosa) over thenext 5 years, using the same modeling tools that are used todevelop facility-level projects.

• The AE shall develop and document installation-scale energy andwater supply modeling over the next 5 years. This modelingshould provide an estimate for the energy and water productionand distribution from the State, VTS Milan and VTS Catoosasources to its main usages.

• The AE shall describe and document the projected futureinfrastructure condition and how future changes to the missionmight impact infrastructure (State, VTS Milan and VTS Catoosa).

• The AE shall document the details the projected future status ofthe State, VTS Milan and VTS Catoosa related to energy andwater availability and assured access.

• The AE shall document relevant items that support systemoperations at State, VTS Milan and VTS Catoosa.

ATTACHMENT A

Page 17 of 33

• The AE shall develop and document how the future changes tothe mission might impact E&W planning efforts. Make sure todocument all items listed in Guidance Section 3.1.4.5.

The documented information from this section will be included in the IEWP preliminary reports (State, VTS Milan and VTS Catoosa).

Document Step 1 & Step 2 – Preliminary IEWP Report (50%) Documentation Requirements

Requirements:

• The AE is responsible for documenting all the data received,State, VTS Milan and VTS Catoosa overview information, anddiscussions from Step 1 and Step 2 of the IEWP process, to beincluded in the Preliminary IEWP Reports (State, VTS Milan andVTS Catoosa). See Figure 1 for a graphic depicting the IEWPprocess.

• The AE shall prepare a Lessons Learned section to thePreliminary IEWP Reports (State, VTS Milan and VTS Catoosa)based on the lessons learned from all workshops, meetings,deliverables, impacting conditions to schedule and cost forexample and applying the tasks outlined in this SOW. Althoughmany achievements may be produced, a number of obstaclesmay be identified through review that may have constrainedsuccess. Understanding the nature of these constraints arecritical for future work.

Figure 1. Detailed IEWP Development Process

ATTACHMENT A

Page 18 of 33

Deliverables:

• The AE shall prepare Preliminary IEWP Reports (State, VTSMilan and VTS Catoosa) (50%) based on documentation for allactivities covered in Step 1 and Step 2.

• The AE shall deliver the Preliminary IEWP Reports (State, VTSMilan and VTS Catoosa) and provide an overview of all Step 1and Step 2 deliverables to the stakeholders.

• The AE shall work collaboratively with stakeholders to determinethe risks and opportunities as described in sections of this SOW.

• The AE shall capture this discussion in the form of notes andsummarize the main points in the final IEWP documents.

2.2 On-site Review Board Meeting – Stakeholder Meeting # 2 Requirements:

After completion of Step 1 and Step 2, the AE shall host an on-site Stakeholder Workshop Meeting (#2) with the stakeholders that will consist of an overview presentation of the Preliminary IEWP Reports (State, VTS Milan and VTS Catoosa). The presentations shall include a review of the data gathered and initial analysis completed during Step 1 and Step 2 of the development process. The Preliminary IEWP Reports submittal presentations (State, VTS Milan and VTS Catoosa) will include the following eight components, with respect to energy and water: 1) review of the existing plans, 2) scope, requirements, and goals established at the first meeting, 3) energy and water vision statements based on the requirements and goals, 4) energy and water needs for current critical missions, and 5) development of the baseline, 6) energy and water needs for projected future critical missions, 7) energy and water needs projected over the next 5 years, and 8.) risks and opportunities associated with energy and water availability. The purpose of these briefings are to ensure concurrence from all stakeholders regarding the items above, as well as provide an overview of the energy and water pictures to set the stage for developing the IEWPs. These presentations should be followed by a guided discussion in which installation stakeholders can comment on the existing plans, note any discrepancies with current efforts, discuss potential issues that may have arisen since the development of the plans, and discuss any other changes or desired changes since the plans were developed.

2.3 Step 3: Generating Solutions (reference Guidance Section 3.3) Scope Best Management Practices

Requirements:

At the stakeholders workshop meeting (#2), the AE shall investigate energy and water best management practices that are currently in place within the State, VTS Milan and VTS Catoosa. Guidance Section 3.3.1 should be referenced to provide examples of these practices. Based on the investigation and input from stakeholders, the AE shall provide a suggested course of action for each.

ATTACHMENT A

Page 19 of 33

Deliverables:

• The AE shall provide a written summary of the current usage ofbest management practices within the State, VTS Milan and VTSCatoosa;

• The AE shall suggest additional best management practices or ashifting of resources among existing best management practicesas a result of the investigation, if needed. These suggestedchanges will be captured as written sections of the IEWP reportsand an estimated cost justification for the changes will be

- Awareness programs

- Optimize O&M

- Programmatic support strategies

- Cost-reduction strategies

- Risk-management strategies

- Stakeholder collaboration strategies

Develop Project Concepts

Requirements:

The AE shall develop projects to support the stated IEWP goals listed in Guidance Section 1.1.1. Every project should address and deliver a solution for closing an energy and/or water security or efficiency gap supporting State, VTS Milan and VTS Catoosa mission requirements. Project development should follow the steps and requirements listed in Guidance Section 3.3.2. The majority of the project development effort will need to be completed after the on-site field verification, but before the final workshop.

It is critical for the AE to analyze facility-scale projects (such as lighting, heating, ventilation, and air-conditioning (HVAC), and envelope upgrades) as a whole because the entire system of projects is interrelated and each project can change the economics and performance of other projects. A well-known example of this problem occurs when facility-scale energy efficiency measures are individually evaluated for a facility. Estimations for total energy savings to facility owners sometimes approached or even exceeded 100% of the current energy usage, however, the actual effect of the changes may have resulted in an energy savings of ~50%. This can have a significant adverse effect on the economics of a set of projects and leads to the requirement to model groups of projects together to avoid this effect.

The AE shall be aware that some projects, or groups of projects, may be in competition with other projects. For example, the AE shall analyze keeping a group of facilities on an existing central energy plant that provides electricity to mission-critical facilities with a cogeneration engine or decentralizing the facilities and supporting critical loads with micro-grids, batteries, fuel cells, diesel engines, etc. Effort should be made to develop holistic solutions with technologies that are designed to provide long term continuous service and reduce

ATTACHMENT A

Page 20 of 33

risk to critical missions. Solutions that rely on backup generators that are not designed for service durations that meet or exceed the resilience requirements can be developed for cost comparison purposes, but do not meet the resilience goals. These types of large-scale projects should be developed and presented to the stakeholder group at the final workshop. Ensure that best management practices are integrated with the project concepts to ensure comprehensive IEWPs.

Deliverables:

• The AE shall develop packages of improvements

• Based on load profile of energy improvement package(s) andstate of the art technologies develop several energy conversion,storage and distribution strategies, which will also include solutionfor optimizing and enhancing resilience of energy supply tomission-critical operations.

• Conduct modeling and analysis of energy alternatives, compareresults with the baseline and future requirements of the next 5years.

• The AE shall develop and document projects that support theIEWP goals and address State, VTS Milan and VTS Catoosamission requirements. Create a list of project concepts followingGuideline Section 3.2.2.

• The AE shall group the individual project concepts into variousalternatives and perform a comprehensive analysis of eachalternative, following evaluation metrics listed in GuidelineSection 3.2.2, item 4.

Prioritize Solutions

Requirements:

At the stakeholders workshop meeting (#2), the AE shall present the individual project concepts that were developed previously as well as the analysis of the different alternatives to the stakeholders. This analysis of the competing alternatives will include how each addresses the first four goals of the IEWPs (resilience of critical missions, mitigation of risks for all missions, energy and water efficiency, and cost reduction) and the associated capital cost and lifecycle cost of each alternative. In collaboration with the AE and the stakeholders can compare and judge the alternatives in order to arrive at a preferred alternative with preferred project concepts. The State, VTS Milan and VTS Catoosa IEWP stakeholders should prioritize projects within the selected alternative using multi-criteria decision analysis based on risk factors, staff level-of-effort, initial cost, lifecycle cost, timelines, and other factors. Guidance Section 3.4.1 provides example criteria for the prioritization of projects. Many projects may stand alone, while others may be competitive against other projects.

ATTACHMENT A

Page 21 of 33

Deliverables:

• The AE shall present the alternatives to the stakeholders alongwith the analysis and metrics associated with each as describedin this section. Selection of the preferred alternative will bedetermined by the stakeholders and the discussion and rationaleused to make the selection will be recorded in the IEWPs.

• The AE shall facilitate the process of prioritizing projects withinthe preferred alternative and record the rationale used by thestakeholders to rank key projects.

• The AE shall document the final list of prioritized projects, alongwith all of the key project metrics described in Section 3.3.2 of theGuidance for inclusion in the IEWP reports (State, VTS Milan andVTS Catoosa).

Document Step 3 – Generating Solutions Document

Requirements:

The AE shall document all the data used to develop and quantify projects (including modeling software and approach, costing of technologies, and O&M estimations), to be included in the final IEWP documents (State, VTS Milan and VTS Catoosa).

The AE shall prepare a summary of alternatives and their comparison with the modeled future requirements and IEWP goals will be documented for further presentation to and analysis by stakeholders to select a preferred alternative using multi-criteria analysis.

Deliverables:

The AE shall create draft documentation for all activities covered in Step 3 for inclusion in the IEWP reports (State, VTS Milan and VTS Catoosa).

2.4 Step 4: Develop Implementation Plan (reference Guidance 3.4) The fourth step of the IEWP development will occur at the Pre-final Reports Review teleconference. This teleconference shall include the AE and the stakeholders. The AE shall provide an agenda prior to the teleconference.

Document the IEWP

Requirements:

The AE shall collaborate to compile data and analysis from the previous three steps to finalize the IEWPs (State, VTS Milan and VTS Catoosa) in accordance with Guidance Section 3.4.2. As noted, the IEWP documents will be unclassified FOUO. The narratives shall be clear and concise, readable by a range of audiences and include executive summaries. Supporting documentation and detailed technical information should be contained in appendices. The IEWP reports (State, VTS Milan and VTS Catoosa) shall contain all information detailed in Guidance Section 3.4.2. The documents should also capture the planning process and should establish a

ATTACHMENT A

Page 22 of 33

feedback process to absorb lessons learned and measurements and verifications as projects and other activities are executed. The most dynamic and frequently updated section of the IEWPs (State, VTS Milan and VTS Catoosa) should be the Implementation Plan which identifies the projects, funding mechanisms, and planned execution timelines that embody the energy and water plans. The documents should also include communications and coordination plans that establish roles, responsibilities and accountability, leveraging the stakeholder group to ensure the smooth implementation of projects. The last part of the finalization process includes the Department of Military Commissioner review, approval, and signature of the final document. The documents (State, VTS Milan and VTS Catoosa) will contain the written deliverables described in this SOW and will be organized in final IEWP documents in compliance with Guidance Section 3.4.2. The AE had previously submitted 50% Preliminary Draft IEWP Reports at the end of Step 1 and 2 (150 days after NTP). Appropriate government and installation and facility personnel would have reviewed the preliminary draft report and provide comments. These comments would have been discussed in the stakeholder workshop meeting # 2. The AE shall submit 95% Pre-Final IEWP Reports (State, VTS Milan and VTS Catoosa) 210 days after NTP that addressed all previous review comments and requirements of Step 2 and 3 of the Guidance. Appropriate government and installation personnel shall review the Pre-Final Reports and provide comments. These comments shall be discussed in a Teleconference Pre-final Reports Review meeting to be held 231 days after NTP with installation stakeholders, including the Department of Military Commissioner to ensure Commissioner concurrence and approval of the plans (State, VTS Milan and VTS Catoosa) prior to final submission. The AE shall also provide an out brief of the Pre-Final IEWP Reports (State, VTS Milan and VTS Catoosa), the lessons learned, and important take-aways from the IEWP development process during the review meeting. The AE shall submit the 100% Final IEWP Reports (State, VTS Milan and VTS Catoosa) for the Department of Military Commissioner signature 255 days after NTP. The Final IEWP Reports (State, VTS Milan and VTS Catoosa) shall include appropriate changes based on the comments provided during the previous teleconference review meeting. The AE shall distribute the Final Commissioner Signed IEWP Reports per the approved Work Plan.

Deliverables:

• The AE shall finalize all documented sections of the IEWPs(State, VTS Milan and VTS Catoosa) developed in the steps 1 –4, in accordance with the Guidance.

• The AE shall include implementation and funding informationdefined in the following SOW Section 2.4.2.

• The AE shall conduct a teleconference Pre-final Reports Reviewmeeting.

ATTACHMENT A

Page 23 of 33

• The AE shall submit the 100% Final IEWP Reports (State, VTSMilan and VTS Catoosa) for Commissioner review, approval, andsignature.

• The AE shall distribute the final signed IEWP Reports (State, VTSMilan and VTS Catoosa) – Reference SOW Section 3 Milestonetable.

Define the Implementation and Funding Approach

Requirements:

The AE shall identify initial implementation years for each solution developed for each deliverable project as described in Step 3 of this SOW. However, these implementation dates shall be shifted accordingly as a part of the prioritization of solutions and selection of the appropriate funding source. The AE shall continue the process of ordering the projects and determining preferred and secondary funding sources. The AE shall lead this effort with input obtained from the installation and stakeholders. The AE should follow Guidance Section 3.4.3. The AE shall collaborate with the installation stakeholder group to develop any additional documentation and guide near-term projects through the project development process.

Deliverables:

• The AE shall document the selection of the most appropriatefunding source for each prioritized project and any secondary ortertiary funding sources.

• The AE shall develop an approach to prioritize all initiatives.

• The AE shall document an assigned installation individual orteam that is meant to guide each project through the near-termdevelopment or submission.

Pre-Final Reports Review

Requirements:

The AE shall provide a teleconference review meeting to review Pre-Final IEWP Reports (State, VTS Milan and VTS Catoosa) and provide an out brief on the results of the Implementation Plans.

Deliverables: The AE shall conduct an on-site review meeting and out brief to the installation stakeholders.

ATTACHMENT A

Page 24 of 33

3. MilestonesListed below are the major milestones in implementing core tasks identified in this document. All dates are referenced to the official project initiation

MILESTONE SCHEDULE DELIVERY PRODUCT

Work Plan Per submitted Work Plan Work Plan (Microsoft Word)

Initial Data Request NLT Day 10 Data Request sent to CFMO

Establish Stakeholders NLT Day 15 Stakeholder lists and Engagement Plan (Microsoft Word)

Work Plan Submittal and Teleconference Kickoff Meeting

Per submitted Work Plan Work Plan and Meeting Minutes

(Microsoft Word)

IEWPs Workshop # 1 and on-site data collection/field verification

Per approved Work Plan Workshop Agenda and Summary (Microsoft Word)

Complete summary of Data collection, Data review and Baseline

Per approved Work Plan Summary of initial data collected (Microsoft Word)

50% IEWP Preliminary Reports (State, VTS Milan and VTS Catoosa) Submittal

Per approved Work Plan Draft Documentation Steps 1-4:

Electronic

2 Hard Copies for Installation

1 Hard Copy to PM

Preliminary Submittals Review – Stakeholder Meeting (#2) and On-site Visit

Per approved Work Plan Review Meeting Agenda, Minutes, and Notes (Microsoft Word)

95% Pre-Final Submittal Per approved Work Plan Pre-final Submittal:

Electronic

2 hard copies for the installation

1 Hard Copy to PM

Pre-Final Submittals Review Teleconference Meeting

Per approved Work Plan Review Meeting Notes (Microsoft Word)

100% Final IEWP Reports (State, VTS Milan and VTS Catoosa) submittal for Commissioner signature

Per approved Work Plan Final IEWP Reports (electronic version) ready for Commissioner signature

Final IEWP Reports (State, VTS Milan and VTS Catoosa) (100%) – Reproduction and transmittal

Per approved Work Plan Commissioner signed IEWPs:

Electronic (PDF and editable file)

4 hard copies for CFMO

1 hard copy for Commissioner

1 hard copy for OACSIM

ATTACHMENT A

Page 25 of 33

MILESTONE SCHEDULE DELIVERY PRODUCT

1 hard copy for DASA (E&S)

1 Hard Copy to PM

4. General Administration

4.1 Lessons Learned Reports Final Lessons Learned Reports (State, VTS Milan and VTS Catoosa) shall be prepared and provided by the AE based on the lessons learned from all workshops, meetings, deliverables, and impacting events to schedule and cost for example and applying the tasks outlined in this SOW. Although many achievements may be produced, a number of obstacles may be identified through review that may have constrained success. Understanding the nature of these constraints are critical for future work.

4.2 Monthly Status Reports The AE shall provide monthly status reports disclosing progress of each project effort to the CFMO Lead point-of-contact. The reports will include the status gained from the previous reporting period (percent of effort completed), issues and concerns being encountered, milestone dates, and issues requiring attention. The status reports shall be submitted electronically to all points of contact. The AE shall be responsible for taking notes and developing meeting minutes for all significant meetings, interviews and significant phone conversations with representatives of the installation, and/or and other related agencies. Copies of the minutes and memos shall be submitted via e-mail to the CFMO Lead point-of-contact. The primary points of contact for this work shall be confirmed at the kick-off meeting.

4.3 Period of Performance The period of performance is 300 calendar days from award date.

4.4 General Information The following sections, outline the contract performance procedures that shall be required of the AE.

Quality Control

The AE shall develop and maintain an effective quality control program to ensure services are performed in accordance with this SOW. The AE shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The AE’s quality control program serves to assure that the work complies with the requirement of the contract. The AE shall develop and provide a quality control (QC) plan at the time of proposal and any updates after contract award. Any update to the QC Plan must be reviewed by the Project Manager within five working days when changes are made thereafter.

ATTACHMENT A

Page 26 of 33

Quality Assurance

The CFMO shall evaluate the AE’s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the CFMO must do to ensure that the AE has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).

State Holidays

New Year’s Day Labor Day Martin Luther King Jr.’s Birthday Veteran’s Day President’s Day Thanksgiving Day Good Friday Day After Memorial Day Christmas Day Independence Day Christmas Eve

New Year’s Eve

Place of Performance

The sites for this IEWP contract effort are the State, VTS Milan and VTS Catoosa. The list of facilities is contained in Appendix C – Real Property Spreadsheets.

Security Requirements

Physical Security

The AE shall be responsible for safeguarding all government equipment, information and property provided for AE use. At the close of each work period, government facilities, equipment, and materials shall be secured. All documentation for this contract will maintained at a FOUO level of security.

Key Control

The AE shall establish and implement methods of making sure all keys/key cards issued to the AE team by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the AE team by the Government shall be duplicated. The AE shall develop procedures covering key control that shall be included in the quality control plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The AE shall immediately report any occurrences of lost or duplicate keys/key cards to the project manager.

Special Qualifications:

The AE shall be responsible for ensuring all employees assigned to this task possess Installation Master Planning training and experience with the new UFC and those in leadership roles be AICP, APA, RLA (or equivalent) certified/licensed.

The AE team shall have a background in the following areas:

• Facility energy and water analysis

ATTACHMENT A

Page 27 of 33

• Energy and water master planning

• Utility scale energy and water infrastructure

• Energy and water utility rate structures

• Energy and water resiliency

• Report writing

• Military master planning

• Army National Guard IEWPs

The AE team members shall have performed master planning and/or facility energy and water security or conservation work for the DoD in the last five years.

Data Rights

The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the contracting officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other government rights.

Government Furnished Items and Services

Facilities

The CFMO shall provide conference workspace to include utilities and restrooms for up to thirty people as a space to conduct the IEWP on-site stakeholder workshop meetings.

Materials

The Government shall provide Guidance, Standard Operating Procedures, and policies required to complete the requirements of this SOW.

Contractor Furnished Items and Responsibilities

General

The AE shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 4.4.8 of this SOW.

Applicable Publications (current editions)

The contractor must abide by applicable Master Planning regulations, publications, manuals, and local policies and procedures. Including but not limited to those referenced in this IEWP SOW Section 1.4.4 -

Guiding Documents and References.

Antiterrorism and Operations Security

Clause 1: AT Level I Training.

All AE contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, controlled access

ATTACHMENT A

Page 28 of 33

areas, or require network access, shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Upon request, the contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the project manager, within five calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html; or it can be provided by the RA ATO in presentation form which will be documented via memorandum.

Clause 2: Access and General Protection/Security Policy and Procedures.

All AE contractor and all associated sub-contractors employees shall comply with applicable state, facility and area commander installation/facility access and local security policies and procedures (provided by CFMO). The contractor shall also provide all information required for background checks or background investigation and to meet facility access requirements to be accomplished by TNARNG Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes.

Clause2b: For contractors who do not require CAC, but require access to a TNARNG facility or installation (State, VTS Milan and VTS Catoosa):

The AE contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available).

Clause 4: Suspicious Activity Reporting Training (e.g., iWATCH, CorpsWatch, or See Something, Say Something).

The contractor and all associated sub-contractors shall receive a brief/training (provided by the Security Office) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with

ATTACHMENT A

Page 29 of 33

the results reported to the project manager NLT five calendar days after the completion of the training.

Clause 7: OPSEC Level I Training.

All new contractor employees will complete Level I OPSEC Training within 30 calendar days of their reporting for duty. Additionally, all contractor employees must complete annual OPSEC awareness training. The contractor shall submit certificates of completion for each affected contractor and subcontractor employee, to the project manager, within five calendar days after completion of training. OPSEC awareness training is available at the following websites: https://www.iad.gov/ioss/ or http://www.cdse.edu/catalog/operations-security.html; or it can be provided by the TNARNG OPSEC via the CFMO in presentation form which will be documented via memorandum.

Points of Contact (POC)

CFMO – name and contact information

ATTACHMENT A

Page 30 of 33

- Acronyms and AbbreviationsThis appendix includes the acronyms and abbreviations used in this document.

AE Architect Engineer Services Firm or Contractor

A-E Architect-Engineering

AEWRS Army Energy and Water Reporting System

ASA (IE&E) Assistant Secretary of the Army, Installations, Energy and Environment

ASHRAE American Society of Heating, Refrigerating and Air-Conditioning

Engineers

CAC common access card

CEWE Comprehensive Energy and Water Plan

DASA Deputy Assistant Secretary of the Army

DoD Department of Defense

DPW Directorate of Public Works

E&W Energy and Water

EnergyCap Tennessee General Government Energy Database

EUI Energy-Use Intensity

FOUO For Official Use Only

FPCON Force Protection Condition

Guidance Department of the Army Guidance for Installation Energy and Water

Plans dated 26 July 2018

HQ Headquarters

HVAC Heating, Ventilation, and Air-Conditioning

IC Installation Commander

IEWP Installation Energy and Water Plan

IEWVP Installation Energy and Water Development Plan

ISR-MC Installation Status Reporting – Mission Capacity

NCIC-III National Crime Information Center Interstate Identification Index

NLT No Later Than

NTP Notice to Proceed

O&M Operations and Maintenance

OACSIM Office of the Assistant Chief of Staff for Installation Management

OCONUS Outside Continental United States

OPSEC Operations Security

POC Point of Contact

QC Quality Control

RA risk assessment

ROI return on investment

SOW Scope of Work

SPF Sustainability Framework Plan

TSDB Terrorist Screening Database

UFC Unified Facilities Criteria

WUI Water-Use Intensity

ATTACHMENT A

Page 31 of 33

- Preliminary Critical Facilities and Mission ListThe CFMO shall be required to provide this preliminary list of critical facilities/installations for the State, VTS Milan and VTS Catoosa that will be included in this SOW and provide a preliminary list of Critical Missions (FOUO) to define the facilities and installations that must be included in this IEWP SOW. This will be provided in a separate electronic file.

ATTACHMENT A

Page 32 of 33

- Real Property SpreadsheetsA separate electronic file will be provided to the AE with MS Excel spreadsheets containing real property information regarding all buildings and utilities for the State, VTS Milan and VTS Catoosa.

ATTACHMENT A

Page 33 of 33

: Site Maps A separate electronic file will be provided to the AE with site maps of the State, VTS Milan and VTS Catoosa installations and facilities.

ATTACHMENT A

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) SubtotalAASF

1 47B5100002 Jackson Aircraft Hangar AASF3(100%F) Jackson, TN 10/15/2003 SC8 Jackson 41,7441 47B7700002 Alcoa Aviation AASF#2 (100%Fed) Alcoa, TN 01/11/1990 SC8 Knoxville 55,3751 47B77T-100 Alcoa AC Maint Hanger(100%Fed) Alcoa, TN 10/01/2011 SC8 Knoxville 4,9411 47C7100723 Nashville AASF 1 Oper Bldg(100%Fed) Nashville, TN 10/01/2003 SC3 Nashville 10,8291 47C7100741 Nashville Aircraft MainBayC12(100%F) Nashville, TN 10/01/2003 SC8 Nashville 22,5331 47C7100757 Nashville Aircraft MainHanger(100%F) Nashville, TN 10/01/2003 SC8 Nashville 106,940 $13,847.74

AFIST1 47A0700003 Ashland City A FIST (100%Fed) Ashland City, TN 04/29/2000 SC6 Nashville 3,1621 47A1000004 Athens Janus D bldg. (100%Fed) Athens, TN 11/01/2000 SC6 Knoxville 5,4001 47A2000004 Bristol A FIST (100%Fed) Bristol, TN 11/01/2000 SC6 Bristol 3,1001 47A6500002 Cleveland A-FIST Bldg. (100%Fed) Cleveland, TN 11/01/2000 SC6 Chattanooga 3,6401 47A8000006 Cookeville Janus D Bldg. (100%Fed) Cookeville, TN 11/01/2000 SC6 Crossville 4,8001 47B1200002 Erwin A-FIST Bldg. (100%Fed) Erwin, TN 06/13/1996 SC6 Asheville 3,1001 47B5200003 Jamestown AFIST Bldg. (100%Fed) Jamestown, TN 11/01/2000 SC6 Crossville 3,1201 47C0000002 Lenoir City AFIST (100%Fed) Lenoir City, TN 11/01/2000 SC6 Crossville 3,4451 47C8000003 Newport AFIST Bldg (100%Fed) Newport, TN 11/01/2000 SC6 Asheville 3,7441 47D6000004 Springfield AFIST Bldg(100%Fed) Springfield, TN 10/01/2011 SC6 Nashville 3,3151 47D6500002 Sweetwater AFIST Bldg(100%Fed) Sweetwater, TN 05/25/2000 SC6 Knoxville 3,120 $2,307.96

AFRC1 47525##686 Smyrna AFRC USMCR- 686(100%F) Smyrna, TN 10/01/2009 SC3 Nashville 15,0301 47525**686 Smyrna AFRC USNR- 686(100% Fed) Smyrna, TN 10/01/2009 SC3 Nashville 9,8751 47525**687 Smyrna TNARNG 687 Storage,002(75/25) Smyrna, TN 02/01/2008 SC1 Nashville 1,0291 4752500500 Smyrna TMA RTI-500 (100%Fed) Smyrna, TN 01/01/1991 TS6 Nashville 45,6061 4752500686 Smyrna TNARNG-686 (75/25) Smyrna, TN 10/01/2009 SC1 Nashville 37,3791 4752500687 Smyrna Bldg. 687,001 USMCR(100%F) Smyrna, TN 02/01/2008 SC3 Nashville 5,9541 47525OO686 Smyrna AFRC- 686 (100%State) Smyrna, TN 10/01/2009 NO Nashville 12,4591 47B22****1 Johnson City AFRC USAR(100%Fed) Gray, TN 01/19/2000 SC3 Bristol 27,2911 47B2200001 Johnson City AFRC TNARNG(50/50) Gray, TN 01/19/2000 S15 Bristol 31,6931 47B22OOOO1 Johnson City AFRC USMCR(100%Fed) Gray, TN 10/01/2002 SC3 Bristol 23,7321 47B50****1 Jackson AFRC USAR(100%Fed) Jackson, TN 04/14/1997 SC3 Jackson 13,5391 47B5000001 Jackson AFRC ARNG (50/50) Jackson, TN 04/14/1997 S15 Jackson 43,8111 47B61NG600 Mt Carmel AFRC (100%F) Mt. Carmel, TN 12/09/2010 SC6 Bristol 54,4561 47C70##108 Nashville JFHQ (100%S) Nashville, TN 07/08/2008 NO Nashville 19,3081 47C70**108 Nashville JFHQ (100%F) Nashville, TN 07/08/2008 SCS Nashville 18,3941 47C7000108 Nashville JFHQ (50/50) Nashville, TN 07/08/2008 S15 Nashville 90,3971 47C7000110 Nashville USPFO for TN(100%Fed) Nashville, TN 10/01/2000 SCS Nashville 81,9631 47D8582900 Tullahoma Readiness Center(75/25) Tullahoma, TN 09/15/2011 SC1 Nashville 48,020 $34,619.36

Barracks1 4752500412 Smyrna Enl Brks-412 (100%Fed) Smyrna, TN 06/12/2000 TSC Nashville 3,1121 4752500413 Smyrna Enl Brks AT-413(100 %Fed) Smyrna, TN 06/12/2000 TSC Nashville 3,112

Tennessee Army National Guard Sites and Facilities ATTACHMENT B

danny.wayne.brown
Highlight
danny.wayne.brown
Highlight
danny.wayne.brown
Highlight
danny.wayne.brown
Highlight
danny.wayne.brown
Highlight

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) Subtotal1 4752500414 Smyrna TT Enl Barracks-414 (100%Fed) Smyrna, TN 01/02/2001 TSC Nashville 4,4671 4752500415 Smyrna Army Lodging-415 (100%Fed) Smyrna, TN 06/15/2001 TSC Nashville 9,4801 4752500501 Smyrna Enlisted Brrcks- 501(100%Fed) Smyrna, TN 10/01/2000 TSC Nashville 7,4361 4752500517 Smyrna Enl Barrcks-517(100%Fed) Smyrna, TN 10/01/2000 TSC Nashville 4,7201 4752500518 Smyrna Enl Barrcks-518(100%Fed) Smyrna, TN 10/01/2000 TSC Nashville 4,7201 4752500535 Smyrna Army Lodging-535(100%Fed) Smyrna, TN 10/01/2000 TSC Nashville 2,0841 4752500541 Smyrna Army Lodging- 541 (100%Fed) Smyrna, TN 06/22/1999 TSC Nashville 8,2601 475250504N Smyrna Army Lodging-504N &S(100%Fed) Smyrna, TN 01/01/2002 TSC Nashville 30,7741 475250570E Smyrna Barracks- 570 (100%Fed) Smyrna, TN 02/18/2004 TSC Nashville 9,4071 475250570W Smyrna Barracks TT (100% F) Smyrna, TN 10/01/2002 TSC Nashville 9,4071 475250T515 Smyrna Enl Barracks- T515( 100% Fed) Smyrna, TN 02/21/2006 TSC Nashville 01 47D8502801 Tullahoma Eng/Housing Mnt(100%Fed) Tullahoma, TN 10/01/2000 TSC Nashville 15,8401 47D8502831 Tullahoma TT Officer Qtrs (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 3,5791 47D8502832 Tullahoma TT Enl Barracks (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 3,2101 47D8502833 Tullahoma Dining Facility TT(100% F) Tullahoma, TN 10/01/2011 TSC Nashville 3,8011 47D8502834 Tullahoma Elisted Barracks (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 3,0991 47D8502835 Tullahoma Enlisted Barrack TT(100%F) Tullahoma, TN 10/01/2011 TSC Nashville 3,0991 47D8502836 Tullahoma Enlisted Barrack (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 3,0991 47D8502837 Tullahoma Enlisted Barracks T(100%F) Tullahoma, TN 10/01/2011 TSC Nashville 3,099 $9,231.83

FMS/CSMS1 4752500200 Smyrna CSMS-200 (100%Fed) Smyrna, TN 09/01/1995 SCS Nashville 66,0931 4752500639 Smyrna FMS #16 (100%Fed) Smyrna, TN 07/20/2003 SCS Nashville 12,1881 47A1000002 Athens FMS #3(100%Fed) Athens, TN 08/31/1999 SCS Knoxville 3,6721 47A3500002 Camden FMS #18(100%Fed) Camden, TN 06/24/1986 SCS Jackson 4,7601 47A5000012 Chattanooga FMS #5 (100%Fed) Chattanooga, TN 07/22/1982 SCS Chattanooga 3,7111 47A7500002 Columbia FMS # 10(100%Fed) Columbia, TN 09/17/1984 SCS Nashville 7,3251 47A8000002 Cookeville FMS #4 (100%Fed) Cookeville, TN 07/22/1982 SCS Crossville 4,2021 47B2200003 Johnson Cty Veh Mte Fac USMCR(100%F) Gray, TN 08/31/1999 SC3 Bristol 1,8221 47B2200005 Johnson Cty Army Re Maint Shp100%Fed Gray, TN 08/31/1999 SC3 Bristol 19,4441 47B2200006 Johnson City FMS # 1(100%Fed) Gray, TN 08/31/1999 SCS Bristol 13,3901 47B3500007 Henderson FMS #14 (100%Fed) Henderson, TN 07/20/2003 SCS Jackson 9,1901 47B5000002 Jackson FMS #13 (100%Fed) Jackson, TN 11/05/1996 SCS Jackson 6,8521 47B61NG601 Mt Carmel FMS#17 (100% F) Mt. Carmel, TN 12/09/2010 SC6 Bristol 17,4911 47B7000002 Knoxville FMS #2 (100%Fed) Knoxville, TN 07/22/1982 SCS Knoxville 6,4221 47B9500002 Lebanon FMS #6(100% Fed) Lebanon, TN 07/22/1982 SCS Nashville 4,1151 47C450000F Memphis FMS # 15(100%Fed) Memphis, TN 04/27/1983 SCS Memphis 5,3371 47C7000165 Nashville FMS #9 (100%Fed) Nashville, TN 07/22/1982 SCS Nashville 4,4021 47D7500002 Trenton FMS #12 (100%Fed) Trenton, TN 11/05/1996 SCS Jackson 12,1261 47D8000002 Tullahoma FMS #7 (100%Fed) Tullahoma, TN 07/22/1982 SCS Nashville 3,8931 47D8502802 Tullahoma Vehicle Maint Shop(100% F) Tullahoma, TN 10/01/2011 TSC Nashville 2,2651 47D9000004 Union City FMS #11(100%Fed) Union City, TN 11/07/1995 SCS Jackson 15,075

ATTACHMENT BTennessee Army National Guard Sites and Facilities

danny.wayne.brown
Highlight
danny.wayne.brown
Highlight

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) Subtotal1 47E0500002 Winchester FMS #8 (100%Fed) Winchester, TN 07/22/1982 SCS Chattanooga 2,7031 47E2000300 Ft Campbell Veh Maint UTES2(100%Fed) Ft. Campbell, KY 01/01/1987 SC8 Clarksville 7,538 $13,847.74

Miscellaneous1 47B3500008 Henderson Access Cont Bldg (50/50) Henderson, TN 10/01/2011 S15 Jackson 801 47B5100006 Jackson Access Cntrl Bldg. (50/50) Jackson, TN 11/01/2004 S15 Jackson 481 47B7000005 Knoxville Close Combat TT(100%Fed) Knoxville, TN 03/07/2001 SC6 Knoxville 2,7611 47C7000116 Nashville Guardshack(50/50) Nashville, TN 03/13/2007 S15 Nashville 9121 47C7000120 Nashville Armory Bldg 120 (50/50) Nashville, TN 10/01/2000 S15 Nashville 5,1661 47C7000121 Nashville Info Process Ctr. (50/50) Nashville, TN 10/01/2000 S15 Nashville 10,9941 47C7000152 Nashville Publication Bldg(50/50) Nashville, TN 10/01/2000 S15 Nashville 5,8371 47C7000154 Nashville Eng/Housing Maint (50/50) Nashville, TN 10/01/2011 S15 Nashville 2001 47C7000171 Nashville Contingency Storage(50/50) Nashville, TN 12/18/1984 S15 Nashville 14,4001 47C70GAR01 Nashville Garage 1 (50/50) Nashville, TN 03/13/2007 S15 Nashville 58,9591 47C70GAR02 Nashville Garage 2 (50/50) Nashville, TN 03/13/2007 S15 Nashville 62,1361 47C7100760 Nashville Avaition Fuel Fac(100%Fed) Nashville, TN 05/22/2017 SC8 Nashville 01 47E2044224 Ft Campbell Deploy Str Bldg (100%F) Ft. Campbell, KY 10/01/2011 SC8 Clarksville 2,4001 47E2044230 Ft Campbell Cont Humid Bldg (100% F) Ft. Campbell, KY 10/01/2011 SC8 Clarksville 5,000 $11,539.79

MTWB1 4752500251 Smyrna MTWB (75/25) Smyrna, TN 10/01/2011 SC1 Nashville 3,1061 47A1500002 Bolivar MTWB (50/50) Bolivar, TN 02/09/1994 S15 Jackson 2,8621 47A3500004 Camden MVSB (50/50) Camden, TN 01/01/1900 S15 Jackson 4,8601 47A3800002 Gordonsville Maint Tng Wrkbay(50/50) Gordonsville, TN 04/30/1993 S15 Nashville 2,8271 47B0000002 Dresden MTWB (50/50) Dresden, TN 10/01/2011 S15 Jackson 2,9151 47B0300003 Dunlap Maint Tng Workbay (50/50) Dunlap, TN 11/14/1994 S15 Chattanooga 5,5251 47B1000003 Elizabethton MTWB (50/50) Elizabethton, TN 10/01/2011 S15 Asheville 1,9141 47B1100002 TN Ridge Maint trng wrk bay (50/50) TN Ridge, TN 06/20/1994 S15 Clarksville 3,3861 47B3500003 Henderson MTWB (50/50) Henderson, TN 10/01/2011 S15 Jackson 3,7501 47B4000002 Humboldt MTWB (50/50) Humboldt, TN 05/24/1993 S15 Jackson 3,1021 47B7000004 Knoxville Maint Work Bay (100%Fed) Knoxville, TN 06/01/2001 SCS Knoxville 5,7201 47C0500002 Lewisburg MTWB (50/50) Lewisburg, TN 10/01/2011 S15 Nashville 6,3721 47C2500002 McKenzie MTWB (50/50) McKenzie, TN 06/28/1987 S15 Jackson 3,1361 47C3000002 McMinnville Maint Trng Wrkby(50/50) McMinnville, TN 06/28/1987 S15 Crossville 5,8261 47C6000005 Russellville MTWB (50/50) Russellville, TN 06/01/2013 S15 Knoxville 3,3001 47C7100702 Nashville Maint Train WBay(100%Fed) Nashville, TN 10/01/2003 SC8 Nashville 2,2601 47C7200002 New Tazewell MTWB (50/50) New Tazewell, TN 01/24/2005 S15 Knoxville 3,3451 47C9500002 Paris MTWB (50/50) Paris, TN 01/01/1987 S15 Jackson 2,9151 47D0500002 Pulaski MTWB (50/50) Pulaski, TN 06/05/1989 S15 Huntsville 2,5261 47D1700002 Rogersville MTWB (50/50) Rogersville, TN 02/07/2002 S15 Asheville 4,0501 47D2700002 Pigeon Forge MTWB (50/50) Pigeon Forge, TN 10/01/2011 S15 Knoxville 3,2341 47D5500002 Sparta Maint Tng Wrkby (50/50) Sparta, TN 05/26/1987 S15 Crossville 2,8801 47D8582901 Tullahoma MTWB Repair Bay (75/25) Tullahoma, TN 10/01/2011 SC1 Nashville 2,931

ATTACHMENT BTennessee Army National Guard Sites and Facilities

danny.wayne.brown
Highlight
danny.wayne.brown
Highlight
danny.wayne.brown
Highlight

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) Subtotal1 47D9500003 Waverly Maint Trng Wrkby (50/50) Waverly, TN 11/22/1996 S15 Nashville 2,805 $4,615.90

Readiness Center1 4752500250 Smyrna Readiness Cntr-250(75/25) Smyrna, TN 09/01/1997 SC1 Nashville 48,6351 4752500510 Smyrna Grubb Kyle R.Cntr-510(50/50) Smyrna, TN 01/01/1984 S15 Nashville 32,3621 4752500551 Smyrna Ready Bldg- 551 (100%Fed) Smyrna, TN 09/29/2003 TS9 Nashville 13,5381 4754500001 Milan Armory (75/25) Milan, TN 01/01/1997 SC1 Jackson 18,7651 47A0500001 Alamo Armory (50/50) Alamo, TN 01/05/1983 S15 Jackson 17,4571 47A0700001 Ashland City Armory (50/50) Ashland City, TN 03/23/2000 S15 Nashville 23,3201 47A1000001 Athens Armory (50/50) Athens, TN 12/31/1980 S15 Knoxville 28,8631 47A1500001 Bolivar Armory (50/50) Bolivar, TN 01/01/1987 S15 Jackson 21,4141 47A2000001 Bristol Armory (50/50) Bristol, TN 01/01/1900 S15 Bristol 22,9201 47A3000001 Brownsville Armory (50/50) Brownsville, TN 09/14/1992 S15 Jackson 21,9951 47A3500001 Camden Armory (50/50) Camden, TN 09/14/1992 S15 Jackson 20,3371 47A3800001 Gordonsville Armory (50/50) Gordonsville, TN 04/30/1993 S15 Nashville 22,3051 47A4000001 Centerville Armory (50/50) Centerville, TN 09/14/1992 S15 Nashville 24,5831 47A5000013 Chattanooga ARNG Armory(50/50) Chattanooga, TN 06/06/1980 S15 Chattanooga 5,8491 47A500001A Chattanooga Armory (50/50) Chattanooga, TN 10/04/2004 S15 Chattanooga 17,8361 47A500001B Chattanooga Armory (50/50) Chattanooga, TN 10/04/2004 S15 Chattanooga 25,4381 47A500001C Chattanooga Armory ( 50/50) Chattanooga, TN 02/02/1998 S15 Chattanooga 26,2321 47A50OOO13 Chattanooga PX(100%Fed) Chattanooga, TN 10/01/2002 TS4 Chattanooga 5,8491 47A5500001 Clarksville Armory (50/50) Clarksville, TN 01/01/1900 S15 Clarksville 18,7961 47A6500001 Cleveland Armory (50/50) Cleveland, TN 11/01/2000 S15 Chattanooga 19,0561 47A7000001 Clinton Armory (50/50) Clinton, TN 12/08/1993 S15 Knoxville 26,7801 47A7500001 Columbia Armory (50/50) Columbia, TN 09/17/1984 S15 Nashville 32,0721 47A8000001 Cookeville Armory (50/50) Cookeville, TN 07/22/1982 S15 Crossville 23,7471 47A8500001 Covington Armory (50/50) Covington, TN 09/28/1995 S15 Memphis 24,0201 47A9000001 Crossville Armory (50/50) Crossville, TN 07/31/1987 S15 Crossville 14,4601 47A9200001 Dayton Armory (50/50) Dayton, TN 06/05/1985 S15 Crossville 16,1021 47A9500001 Dickson Armory (50/50) Dickson, TN 06/05/1985 S15 Nashville 17,2831 47B0000001 Dresden Armory (50/50) Dresden, TN 10/13/1989 S15 Jackson 24,1361 47B0300001 Dunlap Armory (50/50) Dunlap, TN 11/14/1994 S15 Chattanooga 17,1721 47B0500001 Dyersburg Armory (50/50) Dyersburg, TN 11/06/1988 S15 Jackson 26,4431 47B1000001 Elizabethton Armory (50/50) Elizabethton, TN 08/11/1986 S15 Asheville 21,2721 47B1100001 TN Ridge Armory (50/50) TN Ridge, TN 06/20/1994 S15 Clarksville 18,5991 47B1200001 Erwin Armory (50/50) Erwin, TN 06/13/1996 S15 Asheville 22,6791 47B1500001 Fayetteville Armory (50/50) Fayetteville, TN 03/23/1994 S15 Huntsville 19,4791 47B2000001 Gallatin Armory (50/50) Gallatin, TN 02/16/1986 S15 Nashville 17,1701 47B2500001 Greeneville Armory (50/50) Greeneville, TN 03/04/1981 S15 Asheville 19,3911 47B3500001 Henderson Armory (50/50) Henderson, TN 11/26/2002 S15 Jackson 43,7611 47B3700001 Hohenwald Armory (50/50) Hohenwald, TN 06/13/1989 S15 Nashville 18,6111 47B4000001 Humboldt Armory (50/50) Humboldt, TN 05/24/1993 S15 Jackson 33,090

ATTACHMENT BTennessee Army National Guard Sites and Facilities

danny.wayne.brown
Highlight
danny.wayne.brown
Highlight

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) Subtotal1 47B4500001 Huntingdon Armory (50/50) Huntingdon, TN 05/06/1993 S15 Jackson 27,3861 47B4800001 Jacksboro Armory (50/50) Jacksboro, TN 11/18/1995 S15 Knoxville 23,5951 47B5100001 Jackson Airport Armory (50/50) Jackson, TN 07/30/1999 S15 Jackson 10,2781 47B5200001 Jamestown Armory (50/50) Jamestown, TN 05/26/1987 S15 Crossville 17,7761 47B5300001 Jefferson City Armory (50/50) Jefferson City, TN 03/14/1996 S15 Knoxville 18,0671 47B7000001 Knoxville Armory (50/50) Knoxville, TN 11/19/1996 S15 Knoxville 44,2001 47B7700006 Alcoa Readiness Center (75/25) Alcoa, TN 01/11/1990 SC1 Knoxville 60,3911 47B7900001 Lafayette Armory (50/50) Lafayette, TN 12/16/1987 S15 Nashville 16,4041 47B8000001 Lawrenceburg Armory (50/50) Lawrenceburg, TN 12/16/1987 S15 Muscle Shoals 29,6491 47B9500001 Lebanon Armory (50/50) Lebanon, TN 05/20/1986 S15 Nashville 22,3291 47C0000001 Lenoir City Armory (50/50) Lenoir City, TN 09/12/1994 S15 Crossville 24,5641 47C0500001 Lewisburg Armory (50/50) Lewisburg, TN 12/09/1985 S15 Nashville 16,7931 47C1000001 Lexington Armory (50/50) Lexington, TN 10/03/1983 S15 Jackson 19,8001 47C1500001 Lobelville Armory (50/50) Lobelville, TN 11/25/1997 S15 Jackson 22,0181 47C2000001 Livingston Armory (50/50) Livingston, TN 08/30/1996 S15 Crossville 24,9381 47C2500001 McKenzie Armory (50/50) McKenzie, TN 06/28/1987 S15 Jackson 19,2521 47C3000001 McMinnville Armory (50/50) McMinnville, TN 06/28/1987 S15 Crossville 11,2141 47C4000001 Maryville Armory (50/50) Maryville, TN 01/01/1900 S15 Knoxville 21,2101 47C450000A Memphis Armory (50/50) Memphis, TN 04/27/1983 S15 Memphis 45,8261 47C5700N85 Millington Armory (75/25) Millington, TN 09/17/1987 SC1 Memphis 18,6711 47C5900001 Monteagle Armory (50/50) Monteagle, TN 11/14/1994 S15 Chattanooga 16,8501 47C6000001 Russellville Armory (50/50) Russellville, TN 12/31/1997 S15 Knoxville 15,0151 47C6500001 Murfreesboro Armory (50/50) Murfreesboro, TN 10/22/1985 S15 Nashville 23,8881 47C6700001 Mountain City Armory (50/50) Mountain City, TN 04/11/1997 S15 Asheville 20,7461 47C7000100 Nashville Armory Bldg 100 (50/50) Nashville, TN 06/01/2001 S15 Nashville 104,3701 47C7100721 Nashville Aviation Admin Bldg(75/25) Nashville, TN 10/01/2003 SC1 Nashville 60,2841 47C7200001 New Tazewell Readiness (50/50) New Tazewell, TN 05/13/2005 S15 Knoxville 19,2171 47C8000001 Newport Armory (50/50) Newport, TN 06/02/1984 S15 Asheville 18,7431 47C9200001 Oneida Armory (50/50) Oneida, TN 11/04/1997 S15 Crossville 21,8791 47C9500001 Paris Armory (50/50) Paris, TN 09/24/1987 S15 Jackson 22,7031 47D0000001 Parsons Armory (50/50) Parsons, TN 09/24/1987 S15 Jackson 12,3081 47D0500001 Pulaski Armory (50/50) Pulaski, TN 06/05/1989 S15 Huntsville 17,7511 47D1000001 Ripley Armory (50/50) Ripley, TN 06/11/1984 S15 Jackson 19,2761 47D1500001 Rockwood Readiness Center(50/50) Rockwood, TN 06/11/1984 S15 Crossville 12,3901 47D1700001 Rogersville Armory (50/50) Rogersville, TN 12/31/1997 S15 Asheville 22,7961 47D2000001 Savannah Armory (50/50) Savannah, TN 05/29/1986 S15 Jackson 16,8961 47D2500001 Selmer Armory (50/50) Selmer, TN 05/12/1993 S15 Jackson 18,0831 47D2700001 Pigeon Forge Armory (50/50) Pigeon Forge, TN 07/23/1998 S15 Knoxville 21,5831 47D3000001 Shelbyville Armory (50/50) Shelbyville, TN 03/28/1980 S15 Nashville 19,9421 47D5500001 Sparta Armory (50/50) Sparta, TN 05/26/1987 S15 Crossville 18,6921 47D6000001 Springfield Armory (50/50) Springfield, TN 09/30/1998 S15 Nashville 20,609

ATTACHMENT BTennessee Army National Guard Sites and Facilities

danny.wayne.brown
Highlight

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) Subtotal1 47D6500001 Sweetwater Armory (50/50) Sweetwater, TN 12/10/1985 S15 Knoxville 17,4241 47D7000001 Tiptonville Armory (50/50) Tiptonville, TN 04/01/1996 S15 Jackson 19,3551 47D7500001 Trenton Armory (50/50) Trenton, TN 03/21/1991 S15 Jackson 26,7981 47D8000001 Tullahoma Armory (50/50) Tullahoma, TN 10/01/2000 S15 Nashville 16,9851 47D9000001 Union City Armory (50/50) Union City, TN 11/07/1995 S15 Jackson 27,3781 47D9500001 Waverly Armory (50/50) Waverly, TN 11/22/1996 S15 Nashville 20,0151 47E0000001 Waynesboro Armory (50/50) Waynesboro, TN 10/21/1985 S15 Muscle Shoals 17,2451 47E0500001 Winchester Armory (50/50) Winchester, TN 10/16/1992 S15 Chattanooga 25,700 $124,629.68

Training Simulation1 4752500425 Smyrna Simulation-425 (100%Fed) Smyrna, TN 09/01/1999 TSC Nashville 14,2391 47B2200002 Johnson City FATS Bldg(100%Fed) Gray, TN 10/01/2011 SC6 Bristol 3,9431 47D85CCTT Tullahoma CCTT Trailers (100%Fed) Tullahoma, TN 12/01/2016 TSC Nashville 0 $2,307.96

Smyrna1 4752500101 Smyrna Visual Info Serv-101(100%Fed) Smyrna, TN 09/01/1996 SC2 Nashville 11,9781 4752500131 Smyrna Stor Gen Purp-131 (100%Fed) Smyrna, TN 09/01/2002 TSC Nashville 8,8001 4752500132 Smyrna Stor Gen Purp-132(100%Fed) Smyrna, TN 09/01/2002 TSC Nashville 8,8001 4752500201 Smyrna Repair Shop CSMS (100% F) Smyrna, TN 10/01/2011 SCS Nashville 2,0671 4752500203 Smyrna Org Stor Bldg (100% F) Smyrna, TN 10/01/2011 SCS Nashville 4,4711 4752500208 Smyrna Org Storage-208 (100% Fed) Smyrna, TN 09/01/1999 TSC Nashville 3,3391 4752500214 Smyrna CSMS Storage (100% F) Smyrna, TN 10/01/2011 SCS Nashville 8001 4752500252 Smyrna Org Stor Bldg (75/25) Smyrna, TN 10/01/2011 SC1 Nashville 2,0001 4752500530 Smyrna Stor Bldg Gen Purp (100% F) Smyrna, TN 10/01/2011 TSC Nashville 2,1201 4752500531 Smyrna Physical Fitness-531(100%Fed) Smyrna, TN 04/12/1999 TSC Nashville 4,2301 4752500536 Smyrna Co Hqdrs-536 (100%Fed) Smyrna, TN 10/01/2000 TSC Nashville 1,2501 4752500537 Smyrna Co Hqtrs TT- 537(100%Fed) Smyrna, TN 10/01/2000 TSC Nashville 1,7501 4752500555 Smyrna Admin Gen Purp- 555 (100%Fed) Smyrna, TN 10/01/2000 TSC Nashville 4,3201 4752500571 Smyrna Tele Data Mgmgt Cent (100% F) Smyrna, TN 10/01/2011 TSC Nashville 1,9291 4752500572 Smyrna Access Cntrl Bldg-572(100%F) Smyrna, TN 09/13/2004 TSC Nashville 7081 4752500603 Smyrna Admin Gen Purp- 603 (100%Fed) Smyrna, TN 09/01/1999 TSC Nashville 15,7701 4752500607 Smyrna Exchange (100% F) Smyrna, TN 10/01/2011 TS4 Nashville 12,4581 4752500609 Smyrna Eng maint Shop-609(100%Fed) Smyrna, TN 10/01/2000 TSC Nashville 8,4251 4752500637 Smyrna Fuel Pol- 637(100%F) Smyrna, TN 09/01/2008 SC8 Nashville 3581 4752500638 Smyrna Veh Maint Inst -638(100%Fed) Smyrna, TN 10/01/2000 TSC Nashville 24,3691 4752500648 Smyrna Storage -648(100%Fed) Smyrna, TN 09/01/2002 TSC Nashville 3,2001 4752500665 Smyrna Batt Hqtrs- 665 (100%Fed) Smyrna, TN 10/01/2000 TSC Nashville 6,3601 4752500668 Smyrna Avionics Maint S-668 (100%F) Smyrna, TN 10/01/2000 SC8 Nashville 2,5411 4752500669 Smyrna Bttry Shop- 669 (100%Fed) Smyrna, TN 10/01/2000 SC8 Nashville 5161 4752500680 Smyrna AASF1 Flght Fac-680 (100%Fed) Smyrna, TN 01/01/1994 SC8 Nashville 13,6141 4752500681 Smyrna Aircraft Maint Hgr-681(100%F) Smyrna, TN 10/01/2000 SC8 Nashville 12,1581 4752500682 Smyrna Aircraft Maint Hgr-682(100%F) Smyrna, TN 10/01/2000 SC8 Nashville 38,6401 4752500685 Smyrna Fire Sup Pump H-685 (100%Fed) Smyrna, TN 06/03/2005 SC8 Nashville 363

ATTACHMENT BTennessee Army National Guard Sites and Facilities

danny.wayne.brown
Highlight
danny.wayne.brown
Highlight
danny.wayne.brown
Highlight

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) Subtotal1 475250570A Smyrna Co Admin TT (100% F) Smyrna, TN 10/01/2011 TSC Nashville 1,5601 47525Parad Smyrna Parade Field (100%Fed) Smyrna, TN 10/01/2014 TSC Nashville 01 47525T0701 Smyrna Covered Trng Area (100% Fed) Smyrna, TN 06/03/2008 TSC Nashville 01 47525T1005 Smyrna Ammu Bldg- T1008(100%Fed) Smyrna, TN 08/23/2006 TSC Nashville 1,5001 47525T1006 Smyrna Range T. House (100%Fed) Smyrna, TN 01/01/1988 TSC Nashville 01 47525TR260 Smyrna Guard Sec- TR260(100%Fed) Smyrna, TN 09/16/2004 TSC Nashville 0 $11,539.79

Tullahoma1 47D8000004 Tullahoma Block Flam Str Bld (100%F) Tullahoma, TN 10/01/2011 SCS Nashville 3151 47D8000003 Tullahoma Storage GP (50/50) Tullahoma, TN 07/31/1987 S15 Nashville 3,7891 47D8000005 Tullahoma Hazmat Stor Bldg (100% F) Tullahoma, TN 10/01/2011 SCS Nashville 961 47D8000009 Tullahoma Unit Stor Bldg (50/50) Tullahoma, TN 10/01/2011 S15 Nashville 2041 47D8000007 Tullahoma Flamm Mat Str (50/50) Tullahoma, TN 10/01/2011 S15 Nashville 1201 47D8502729 Tullahoma Ammu Hut/Ins (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 2411 47D8502728 Tullahoma Ammo Hut Inst(100%Fed) Tullahoma, TN 01/01/1987 TSC Nashville 1,3021 47D8502303 Tullahoma Airfield Oper Bldg (100%F) Tullahoma, TN 10/01/2011 TSC Nashville 2,5501 47D8502803 Tullahoma Guard shack(100%F) Tullahoma, TN 01/01/1990 TSC Nashville 6001 47D8502716 Tullahoma Sep Toilet/Shower (100%F) Tullahoma, TN 10/01/2011 TSC Nashville 1361 47D8502711 Tullahoma Wtr Sup/Trt (100%Fed) Tullahoma, TN 10/01/2000 TSC Nashville 3221 47D8502313 Tullahoma Water Sup NON-Pot (100%F) Tullahoma, TN 10/01/2011 TSC Nashville 1131 47D8502722 Tullahoma Sep Toliet/Shower (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 1841 47D8502730 Tullahoma Range Control (100%Fed) Tullahoma, TN 09/01/2002 TSC Nashville 1,6611 47D8502843 Tullahoma HETT Maint. Bldg.(100%F) Tullahoma, TN 11/01/2008 SC3 Nashville 4,1401 47D8502737 Tullahoma Gas Chamber (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 1921 47D8502731 Tullahoma CO HQ Bldg TT (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 8611 47D8502727 Tullahoma Sep Toilet/Shower(100% F) Tullahoma, TN 10/01/2011 TSC Nashville 1841 47D8502830 Tullahoma Co Hq Bldg T T (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 1,2421 47D8502712 Tullahoma Sep Toilet/Shower (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 1,3001 47D8502717 Tullahoma Range/Target House(100%F) Tullahoma, TN 10/01/2011 TSC Nashville 1,4501 47D8502719 Tullahoma Range/Target House(100% F) Tullahoma, TN 10/01/2011 TSC Nashville 1,0001 47D8502715 Tullahoma Range/Target H (100%Fed) Tullahoma, TN 01/01/1980 TSC Nashville 3201 47D8502749 Tullahoma Range Support(100%Fed) Tullahoma, TN 08/20/2005 TSC Nashville 9001 47D8502736 Tullahoma Range support (100%Fed) Tullahoma, TN 07/14/2005 TSC Nashville 1,2191 47D8502710 Tullahoma Range Support Bldg (100%F) Tullahoma, TN 10/01/2011 TSC Nashville 7281 47D8502705 Tullahoma Range/Target House (100%F) Tullahoma, TN 10/01/2011 TSC Nashville 2,3651 47D8502724 Tullahoma Range Support Bl (100%Fed) Tullahoma, TN 01/01/1986 TSC Nashville 2,0001 47D852701C Tullahoma Navigat Bldg Air (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 201 47D852720C Tullahoma Target House GpRn (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 1801 47D852720B Tullahoma Target House Gp Rn (100%F) Tullahoma, TN 10/01/2011 TSC Nashville 1001 47D852720A Tullahoma Taget House Gp Rn (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 1581 47D852701A Tullahoma Access Control Bldg(100%F) Tullahoma, TN 10/01/2011 TSC Nashville 421 47D852801A Tullahoma Flammable storage (100%F) Tullahoma, TN 01/06/2001 TSC Nashville 144

ATTACHMENT BTennessee Army National Guard Sites and Facilities

danny.wayne.brown
Highlight
danny.wayne.brown
Highlight

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) Subtotal1 47D8582773 Tullahoma Break R0006 (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 1221 47D8582757 Tullahoma Simulator Bldg(100%Fed) Tullahoma, TN 10/01/2011 TSC Nashville 2,0521 47D8582766 Tullahoma IBA Heat Facility (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 3,0001 47D8582764 Tullahoma Ammo Break#3 Station 100%F Tullahoma, TN 10/01/2011 TSC Nashville 1221 47D8582762 Tullahoma Ammo Break R002A (100%F) Tullahoma, TN 10/01/2011 TSC Nashville 1221 47D8582775 Tullahoma Ammo Break R0014 (100% F) Tullahoma, TN 10/01/2011 TSC Nashville 1221 47D8582763 Tullahoma Ammo Break R0002 (100%F) Tullahoma, TN 10/01/2011 TSC Nashville 1221 47D8582756 Tullahoma Ammu Breakdown Fac (100%F) Tullahoma, TN 10/01/2011 TSC Nashville 122 $2,307.96

284 3,802,142 $230,795.71BLDG Count UM Pro SqFt

ATTACHMENT BTennessee Army National Guard Sites and Facilities

danny.wayne.brown
Highlight
danny.wayne.brown
Highlight
danny.wayne.brown
Highlight

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) Type CostBarracks

1 1325500TR4 Catoosa Dining Facility (100%Fed) Tunnel Hill, GA 01/01/1989 TSC Chattanooga 2,5601 1325500TR5 Catoosa Enlisted Barracks(100%Fed) Tunnel Hill, GA 10/01/2000 TSC Chattanooga 2,5601 1325500TR7 Catoosa Enl Barracks AT (100%Fed) Tunnel Hill, GA 01/01/1989 TSC Chattanooga 2,5601 13255TR100 Catoosa Dining Fac(100%Fed) Tunnel Hill, GA 01/01/1985 TSC Chattanooga 3,8031 13255TR105 Catoosa Army Lodging(100%Fed) Tunnel Hill, GA 01/01/1985 TSC Chattanooga 3,2151 13255TR106 Catoosa Army Lodg (100%Fed) Tunnel Hill, GA 01/01/1985 TSC Chattanooga 3,2151 13255TR107 Catoosa Army Lodging (100%Fed) Tunnel Hill, GA 01/01/1985 TSC Chattanooga 3,5801 13255TR141 Catoosa Barracks bldg. 141 (100%F) Tunnel Hill, GA 10/18/2010 TSC Chattanooga 5,7201 13255TR142 Catoosa Barracks bldg. 142(100%F) Tunnel Hill, GA 10/18/2010 TSC Chattanooga 5,7201 13255TR143 Catoosa Barracks bldg. 143 (100%F) Tunnel Hill, GA 10/18/2010 TSC Chattanooga 5,7201 13255TR144 Catoosa Barracks bldg. 144(100%F) Tunnel Hill, GA 10/18/2010 TSC Chattanooga 5,7201 FMS/CSMS1 13255TR112 Catoosa Veh Maint shop (100%Fed) Tunnel Hill, GA 06/23/1989 TSC Chattanooga 2,2501 MCOFT1 13255TR117 Catoosa Pad, MCOFT (100%Fed) Tunnel Hill, GA 09/01/1989 TSC Chattanooga 01 Catoosa1 13255TR113 Catoosa Access Control (100% Fed) Tunnel Hill, GA 03/26/1990 TSC Chattanooga 2401 1325500TR3 Catoosa Admin Gen Purp (100%Fed) Tunnel Hill, GA 01/01/1989 TSC Chattanooga 3,0721 13255TR400 Catoosa Ammunition Hut ((100%Fed)) Tunnel Hill, GA 06/23/1989 TSC Chattanooga 1,2741 13255TR401 Catoosa Ammunition Hut (100% Fed) Tunnel Hill, GA 10/01/2011 TSC Chattanooga 2311 1325500TR1 Catoosa Batt HQTRS Bldg (100%Fed) Tunnel Hill, GA 01/01/1989 TSC Chattanooga 3,4431 13255TR210 Catoosa Building TR-210 (100% Fed) Tunnel Hill, GA 11/01/2014 TSC Chattanooga 6,4001 1325500TR2 Catoosa Co Hqtrs Bldg (100%Fed) Tunnel Hill, GA 10/01/2000 TSC Chattanooga 1,5611 132550TR4A Catoosa Company Hqtrs (100%Fed) Tunnel Hill, GA 10/01/2000 TSC Chattanooga 7041 132550TR12 Catoosa Company Hqtrs(100%Fed) Tunnel Hill, GA 01/01/1989 TSC Chattanooga 6401 1325544230 Catoosa Controlled HumTR122(100%Fed) Tunnel Hill, GA 10/01/2000 SC8 Chattanooga 19,9421 132550TR14 Catoosa Eng'g/H Maint(100%Fed) Tunnel Hill, GA 10/01/2000 TSC Chattanooga 4,0481 13255TR128 Catoosa Engineer Maint Fac 100% Fed Tunnel Hill, GA 10/01/2011 TSC Chattanooga 4801 13255TR127 Catoosa Engineer Maint Fac((100% Fed Tunnel Hill, GA 10/01/2011 TSC Chattanooga 4801 13255TR111 Catoosa Engineer Maint Fac(100% Fed) Tunnel Hill, GA 10/01/2011 TSC Chattanooga 6401 132550TR33 Catoosa Range Op Maint Shop(100%Fed) Tunnel Hill, GA 09/25/2014 TSC Chattanooga 1001 13255TR212 Catoosa Range Oper & Stor Bd (100%F) Tunnel Hill, GA 10/01/2011 TSC Chattanooga 8991 132550TR30 Catoosa Range/ Target House (100% F) Tunnel Hill, GA 06/23/1989 TSC Chattanooga 3201 13255TR200 Catoosa Range/ Target House(100% Fed Tunnel Hill, GA 10/01/2011 TSC Chattanooga 1581 13255TR101 Catoosa Sep Toilet shower (100%Fed) Tunnel Hill, GA 01/01/1985 TSC Chattanooga 1,4101 13255TR405 Catoosa Sep Toilet/ Shower(100% Fed) Tunnel Hill, GA 10/01/2011 TSC Chattanooga 1601 13255TR209 Catoosa Sep Toilet/Shower (100% Fed) Tunnel Hill, GA 10/01/2011 TSC Chattanooga 2801 13255TR109 Catoosa Stor Bldg Gen Purp(100%Fed) Tunnel Hill, GA 03/19/1990 TSC Chattanooga 3,2001 13255TR110 Catoosa Storage Gen Purp (100%Fed) Tunnel Hill, GA 01/01/1984 TSC Chattanooga 1001 132550TR13 Catoosa Water Storage Bldg(100% Fed) Tunnel Hill, GA 10/01/2011 TSC Chattanooga 100

Catoosa Volunteer Training Site ATTACHMENT C

danny.wayne.brown
Highlight

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) Type Cost1 132550TR32 Catoosa Water Supply (100%Fed) Tunnel Hill, GA 07/19/1982 TSC Chattanooga 1001 13255TR414 Catoosa Urban Assault Course 100% F Tunnel Hill, GA 10/01/2010 TSC Chattanooga 0

42 96,605 $72,036.63BLDG Count UM Pro SqFt

ATTACHMENT CCatoosa Volunteer Training Site

danny.wayne.brown
Highlight
danny.wayne.brown
Highlight

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) Type CostBarracks

1 4754500I18 Milan VTS Lavinia Army Lodg (100% F) Lavinia, TN 10/01/2011 TSC Jackson 4,4761 4754500I19 Milan VTS Lavinia Army Lodg.(100% F) Lavinia, TN 10/01/2011 TSC Jackson 4,4761 4754500I21 Milan VTS Lavinia Army Lodg 100% F Lavinia, TN 10/01/2011 TSC Jackson 3,1091 4754500I50 Milan VTS Lavinia Din Fac TT(100% F) Lavinia, TN 10/01/2011 TSC Jackson 3,8001 475450I210 Milan VTS Lavinia Enl Bar AT(100% F) Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I211 Milan VTS Lavinia Enl Barr AT(100%F) Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I212 Milan VTS Lavinia Enl Bar AT (100%F) Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I214 Milan VTS Lavinia Enl Bar AT 100% F Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I215 Milan VTS Lavinia Enl Bar AT.100% F Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I216 Milan VTS Lavinia Enli Bar AT 100%F Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I217 Milan VTS Lavinia Enl Barr AT 100%F Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I218 Milan VTS Lavinia Din Fac TT 100% F Lavinia, TN 10/01/2011 TSC Jackson 3,3001 475450I220 Milan VTS Lavinia Din Fac T 100% Fd Lavinia, TN 10/01/2011 TSC Jackson 3,3001 475450I224 Milan VTS Lavinia Din Fac T 100% Fed Lavinia, TN 10/01/2011 TSC Jackson 3,3001 475450I227 Milan VTS Lavinia Enl Barr AT 100% F Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I228 Milan VTS Lavinia Enl Barr,AT 100%Fd Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I229 Milan VTS Lavinia Enl Bar, AT 100% F Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I230 Milan VTS Lavinia Enl Bar AT 100% Fd Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I231 Milan VTS Lavinia ENL BAR,AT 100% Fd Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I232 Milan VTS Lavinia Enl BarAT 100% Fed Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I233 Milan VTS Lavinia Enl Bar AT 100%Fed Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I300 Milan VTS Lavinia TT Enl Bar 100% Fd Lavinia, TN 10/01/2011 TSC Jackson 4,426

FMS/CSMS1 47545000I2 Milan VTS Lavinia CSMS WEST (100% F) Lavinia, TN 10/01/2011 SCS Jackson 17,047

MTWB1 475450A126 Milan VTS Lavinia MTWB (100%FED) Lavinia, TN 10/01/2014 SCS Jackson 6,300

Training Simulation1 475450T113 Milan VTS Lavinia Sim Center 100%Fed Lavinia, TN 10/01/2011 TSC Jackson 14,020

Milan1 4754500VTS Milan VTS Lavinia (100%Fed) Lavinia, TN 06/01/2001 TSC Jackson 01 475450A131 Milan VTS Lavinia Ammo Hut Ins 100%F Lavinia, TN 10/01/2011 TSC Jackson 1,2931 475450A132 Milan VTS Lavinia Ammo Hut Ins.100%F Lavinia, TN 10/01/2011 TSC Jackson 2391 475450I299 Milan VTS Lavinia Batt HQ Bld 100% F Lavinia, TN 10/01/2011 TSC Jackson 1,8841 47545000I1 Milan VTS Lavinia BN HQ Bldg(100% F) Lavinia, TN 10/01/2011 TSC Jackson 13,2251 475450I221 Milan VTS Lavinia CO HQ BD T 100% F Lavinia, TN 10/01/2011 TSC Jackson 1,2701 475450I223 Milan VTS Lavinia CO HQ BD T 100% Fd Lavinia, TN 10/01/2011 TSC Jackson 1,2701 475450I225 Milan VTS Lavinia CO HQ Bld 100% Fed Lavinia, TN 10/01/2011 TSC Jackson 1,2701 475450I219 Milan VTS Lavinia CO HQ Bld TT 100%F Lavinia, TN 10/01/2011 TSC Jackson 1,2701 475450I318 Milan VTS Lavinia CO HQ Blgd 100% Fd Lavinia, TN 10/01/2011 TSC Jackson 1,2701 475450I152 Milan VTS Lavinia Eng Hou Main 100%F Lavinia, TN 10/01/2011 TSC Jackson 1,4401 4754500I51 Milan VTS Lavinia Eng House (100% F) Lavinia, TN 10/01/2011 TSC Jackson 3,200

Milan Volunteer Training Site ATTACHMENT D

danny.wayne.brown
Highlight

BLDG Count Site ID Site Name Location Date Opened Fiscal Code Weather Station Area (SqFt) Type Cost1 4754500I55 Milan VTS Lavinia Eng Maint (100% F) Lavinia, TN 10/01/2011 TSC Jackson 1,4001 4754500I58 Milan VTS Lavinia Eng Maint.(100% F) Lavinia, TN 10/01/2011 TSC Jackson 1,9201 475450I151 Milan VTS Lavinia EngHouMainSho100%F Lavinia, TN 10/01/2011 TSC Jackson 1,5001 475450I213 Milan VTS Lavinia Enli Bar AT(100%F) Lavinia, TN 10/01/2011 TSC Jackson 3,1001 475450I200 Milan VTS Lavinia Gen Ins Bldg 100%F Lavinia, TN 10/01/2011 TSC Jackson 16,1481 4754500I60 Milan VTS Lavinia Ran/Targ Hou100% F Lavinia, TN 10/01/2011 TSC Jackson 1,5001 475450A141 Milan VTS Lavinia Sep Sho Bldg100% F Lavinia, TN 10/01/2011 TSC Jackson 1201 475450A140 Milan VTS Lavinia Sep Toi Bldg100% F Lavinia, TN 10/01/2011 TSC Jackson 1201 475450B100 Milan VTS Lavinia Sep Toil/Sho 100%F Lavinia, TN 10/01/2011 TSC Jackson 1201 475450A138 Milan VTS Lavinia SepShoBldg(100% F) Lavinia, TN 10/01/2011 TSC Jackson 1201 4754500I61 Milan VTS Lavinia SepToi/ShoBld100%F Lavinia, TN 10/01/2011 TSC Jackson 1,2971 475450A137 Milan VTS Lavinia SepToiBldg(100% F) Lavinia, TN 10/01/2011 TSC Jackson 1201 475450A139 Milan VTS Lavinia SepTol/ShoBld100%F Lavinia, TN 10/01/2011 TSC Jackson 1201 475450I155 Milan VTS Lavinia StoBldGPIns(100%F) Lavinia, TN 10/01/2011 TSC Jackson 3531 4754500I56 Milan VTS Lavinia Stor Bldg GP100% F Lavinia, TN 10/01/2011 TSC Jackson 1,5001 475450A147 Milan VTS Lavinia Stor Bldg Ins100%F Lavinia, TN 10/01/2011 TSC Jackson 2001 4754500I54 Milan VTS Lavinia StorBldgGP(100% F) Lavinia, TN 10/01/2011 TSC Jackson 3,2001 475450I157 Milan VTS Lavinia StorBldgGP.(100%F) Lavinia, TN 10/01/2011 TSC Jackson 5021 4754500I40 Milan VTS Lavinia StrGenPurp(100% F) Lavinia, TN 10/01/2011 TSC Jackson 16,6381 47545000I9 Milan VTS Lavinia TrpMedCli (100% F) Lavinia, TN 10/01/2011 TSC Jackson 3,7501 475450A130 Milan VTS Lavinia Veh Maint TT 100%F Lavinia, TN 10/01/2011 TSC Jackson 3,2701 4754500I53 Milan VTS Lavinia VehMaintShop100% F Lavinia, TN 10/01/2011 TSC Jackson 2,1301 4754500I17 Milan VTS Lavinia Wtr Sup Bldg100% F Lavinia, TN 10/01/2011 TSC Jackson 1011 47545000I5 Milan VTS LaviniaStrBldg GP Ins100%F Lavinia, TN 10/01/2011 TSC Jackson 3531 475450I322 Milan VTS Lavinia CO HQ Bd T 100%Fed Lavinia, TN 10/01/2011 TSC Jackson 1,270

37 199,437 $115,667.66BLDG Count UM Pro SqFt

Milan Volunteer Training Site ATTACHMENT D

danny.wayne.brown
Highlight
danny.wayne.brown
Highlight