STATEMENT OF WORK C.1. Scope The contractor shall provide all

advertisement
STATEMENT OF WORK
C.1. Scope The contractor shall provide all labor, materials, supplies, equipment,
and management necessary to perform the Job Order Contract (JOC) for
Directorate of Public Works (DPW) Fort Jackson, Columbia, South Carolina. The
services are for minor construction and real property maintenance and repair.
Construction, maintenance and repair include but are not limited to the following
systems and disciplines:
Foundation and Site work
Concrete and masonry
Electrical Distribution System
Natural Gas Distribution System
General Carpentry
General Electrical
Thermal/Moisture Protection
Demolition and Removal
Earthwork
Fire Suppression and Alarms
Asphalt Paving
Telecommunications
General Plumbing
Roofing
Heating, Ventilation, and Air Conditioning
Doors and Windows
General Mechanical
Electronic Safety and Security Systems
Storm Water Collection System
Transportation Infrastructure Systems
Central Energy Plant Distribution
Central Energy Generation Systems
Bridge and Dam Repair
C.1.1.1. The mission of the Engineering Division (ED) of the DPW is to provide
real property facility design, maintenance, repair and minor construction support.
Work takes place in buildings and on grounds, on roads, in ancillary facilities, on
above and underground utilities, and on training lands/ranges located on Fort
Jackson. Engineering Division promotes energy and water conservation and
follows strict environmental accountability while providing oversight of
construction, maintenance and repair activities.
C.1.1.2. Exclusive of the program management functions, the Contractor may
utilize subcontractors or consultants identified in the accepted proposal, or
subsequently approved by the Contracting Officer in advance of performing any of
the functions required within the specific Task Orders.
C.1.1.3. Task Orders issued under this Contract shall be Firm-Fixed Price. The
Contractor shall be responsible for acquiring the latest version of applicable
regulatory or agency guidance, including but not limited to, the referenced
documents cited in this contract and/or subsequent Task Orders issued after award
of the Contract, unless otherwise specified.
C.1.1.4. Contract requirements outlined in this Section are incorporated into each
Task Order unless otherwise specified in the individual Order. The Contractor,
operating as an independent Contractor and not as an agent of the Government,
shall provide all labor, materials, travel, facilities, and equipment, and perform all
work identified in each individual Task Order. The Contractor may be required to
perform work under multiple Task Orders at different sites simultaneously. The
Contractor shall be cognizant of all appropriate laws, regulations, and guidance.
The Contractor shall ensure that all work activities performed by his personnel,
subcontractors, and suppliers are executed as required by these laws and
regulations. Any incident of noncompliance noted by the Contractor shall
immediately be brought to the attention of the Contracting Officer
(CONTRACTING OFFICER) and the Contracting Officer's Representative (COR)
by written notice. Nothing in this contract shall relieve the Contractor of his
responsibility to comply with these laws and regulations. Any conflicts between
laws/regulations and contract/Task Order requirements shall be brought to the
attention of the CONTRACTING OFFICER and COR.
C.2. Background Information.
C.2.1. Location. Fort Jackson, which includes more than 52,000 acres and all
facilities, lies in the Midlands of SC within the City of Columbia (State Capitol)
limits. The distances by highway from Fort Jackson, SC to principal cities and
towns are as follows:
Atlanta, GA
Charlotte, NC
Charleston, SC
213 Miles
91 Miles
113 Miles
C.2.2. Primary access to Fort Jackson and City of Columbia, SC is via Interstate
77. Fort Jackson’s main entrance is Gate 2 with access from the Forest Drive exit
#12 off I-77. Fort Jackson is incorporated into the City of Columbia, SC and
consists of the following generalities:




Total acres – 52,261
Buildings – 1,319 @ 10,748,591 Sq Ft
Structures (all types) 2549
Paved roads – 124 miles
 Unpaved roads – 133 miles
 Electrical lines – 359 miles
 Ranges - 73
C.2.3. “Victory Starts Here” Fort Jackson is the largest and most active initial
Entry Training Center in the U.S. Army, training 50 percent of all Soldiers and
nearly 60 percent of the women entering the Army each year. The primary mission
is to provide the Army with trained, disciplined, motivated and physically fit
warriors who espouse the Army’s core values and are focused on teamwork.
Accomplishing that mission means training more than 44,000 Basic Combat
Training and Advance Individual Training Soldiers every year. The post has other
missions as well. Fort Jackson is home to the US Army Soldier Support Institute,
the Armed Forces Chaplaincy Center and the National Center for Credibility
Assessment.
The Fort spans more than 52,000 acres, includes more than 73 ranges /field
training sites and 1,100 buildings. Facilities that have been completed in recent
years include the US Army 81st Regional Support Command, the Army Drill
Sergeant School, dining facilities, family housing, and a renovated museum.
Soldiers, Sailors, Airmen, marines, civilians, retirees and family members made up
the Fort Jackson community, which continues to grow in numbers and facilities.
An additional 20,000 Soldiers attend courses at the Soldier Support Institute,
Chaplain Center, and School and Drill Sergeant School annually. More than 3,500
active duty Soldiers and their family members are assigned to the installation and
make this are their home. Fort Jackson employs 3,500 civilians and provides
services for more than 46,000 retirees.
Located in the heart of the Midlands region of South Carolina, Fort Jackson was
incorporated in the city of Columbia in October 1968 and is midway between New
York and Miami. Columbia is the only southeastern US city with boasts direct
access to three interstate highways, Interstate 20, Interstate 26 and Interstate 77,
and indirect access to Interstate 95, within 100 miles. Average temperatures in the
region range from a high of 92 degrees in July to a low of 35 in January. Annual
rainfall averages around 48 inches.
C.3. Codes /Standards. All work in this contract shall conform to the most
currently applicable local, Army, federal and state environmental laws and
regulations as amended, as well as accepted professional practices. It is the
Contractor’s responsibility to obtain and maintain the current applicable
documents. The list includes, but is not limited to, the documents provided below.
Army Regulations are available from the US Army Publication web site:
http://www-usapa.army.mil.
C.3.1. Army Regulations (AR)
 AR 200-1 Environmental Protection and Enhancement
 AR 200-2 Environmental Analysis of Army Actions
 DA Pam 415-15 Army Military Construction Program Development and
Execution
 AR 200-3 National Resources - Land, Forest, and Wildlife Management
 AR 200-4 Cultural Resources Management
 DA Pam 385-64 Ammunition and Explosives Safety Standards
 AR 420-1 Army Facilities Management
 AMC-R 385-100 U.S. Army Material Command Safety Manual
C.3.2. Code of Federal Regulation





CFR 10, Code of Federal Regulations, Energy
CFR 29, Code of Federal Regulations, Labor
CFR 32, Code of Federal Regulations, National Defense
CFR 36, Code of Federal Regulations, Parks Forests and Public Property
Code of Federal Regulations (CFR) 40, Parts 60, 61, 85, 86, 87, 110, 112,
125, 129, 141, 173, 225, 243, 260 through 271, 280, 300, 355, 761, and 763
 CFR 49, Code of Federal Regulations, Transportation
C.3.3. Federal Environmental Statutes













Asbestos Hazard Emergency Response Act
Clean Air Act
Comprehensive Environmental Response, Compensation, and Liability Act
Emergency Planning and Community Right to Know Act
Endangered Species Act
Federal Insecticide, Fungicide and Rodent-cide Act
Federal Water Pollution Control Act
National Environmental Policy Act
National Historic Preservation Act
National Oil and Hazardous Substances Pollution Contingency Plan
Noise Control Act
Occupational and Safety and Health Act
Quiet Communities Act




Resource Conservation and Recovery Act
Safe Drinking Water Act
Superfund Amendment and Reauthorization Act
Toxic Substances Control Act
C.3.4. [Reserved]
C.3.5. [Reserved]
C.3.6. Other Documents
 Americans with Disabilities Act, Accessibility Guidelines for Building and
Facilities
 American Society of Heating and Air Conditioning Engineers (ASHRAE)
Standards
 National Electrical Code
 National Environmental Balancing Bureau (NEBB) (Commissioning
Procedural Standards)
 National Electrical Safety Code
 NFPA 13 Standard for the Installation of Sprinkler Systems
 NFPA 24 Standard for the Installation of Private Fire Service Mains and
Their Appurtenances
 NFPA 72 National Fire Alarm and Signaling Code (2010)
 NFPA 101 - Life Safety Code (2009)
 NFPA 70 National Electrical Code (2011)
 NFPA 780 Standards for the Installation of Lighting Protection Systems
(2011)
 UFC 3-501-01 Electrical Engineering 03 Feb 2010
 UFC 3-520-01 Interior Electrical Systems 03 Feb 2010
 UFC 3-530-01 Design: Interior, Exterior Lighting and Controls 22 Aug 2006
 UFC 3-550-01 Exterior Electrical Power Distribution 03 Feb 2010
 UFC 3-580-01 Telecommunications Building Cabling Systems Planning and
Design Jun 2007
 UFC 3-600-01 Fire Protection Engineering Facilities 26 Sept 2006, Change
1, 14 July 2009
 UFC 4-021-01 Design & O&M: Mass Notification Systems, 9 Apr 2008
 UFC 4-0-01 DOD Minimum Antiterrorism Standards for Buildings
 Sheet Metal and Air Conditioning Contractors National Association, Inc.
(SMACNA) HVAC Duct Construction Standards
 Uniform Building Code
 Uniform Mechanical Code
 Uniform Plumbing Code
C.3.7. Availability of Documents
C.3.7.1. Federal Statutes, Department of Army (DA) Regulations, and Executive
Orders are available through commercial sources or the U.S. Government Printing
Office, Washington, DC 20402, www.gpo.gov.
C.3.7.2. Environmental Protection Agency (EPA) pamphlets and documents are
available from the EPA Region IV, Atlanta GA. www.epa.gov/aboutepa/region4.
C.3.7.3. South Carolina State Statutes and Regulations are available through the
South Carolina Department of Health and Environmental Control, 2600 Bull
Street, Columbia SC 29210, www.scdhec.gov.
C.4. Government-Furnished Property and Services
The Government will provide the contractor an area where they can place a mobile
office and have access to utilities at the Contactor’s expense. In cases where the
Contractor must store or park his vehicles or equipment while performing project
work (lay down area), he will be directed where he can park his vehicles by the
COR, Building 2562 Essayons Way. Existing information in the Engineering
Division, DPW files and the results of previous site investigations or designs will
be made available to the Contractor. The vault containing the files is in DPW
Headquarters building, 2562 Essayons Way.
C.5. Contractor-Furnished Items/Materials/Services/Office
C.5.1. Materials
The Contractor shall provide all materials and services required to perform the
work described in the individual Task Orders. The Contractor shall provide a
detailed breakdown of the costs associated with materials and or services. Actual
requirements will be determined during the scoping and negotiation phase for each
Task Order. All equipment, materials, parts, supplies, and system components
must be new. The contractor may not install previously used items unless prior
approval is gained through the CONTRACTING OFFICER.
C.5.2. Equipment
The Contractor shall provide all equipment (including operation and maintenance)
unless otherwise specified in the Task Orders for performing work on this contract.
This shall include, but are not limited to, the following items: backhoe, crane,
trucks, and suitable subsurface drilling/excavation equipment to conduct site
assessments or foundation investigations, including appropriate survey equipment.
All remediation equipment, soil hauling services, and backfill contaminated soil
disposal shall be performed by the Contractor.
C.5.3. Supervision
The Contractor shall provide a dedicated Superintendent on every worksite when
contractor work is being performed. This will necessitate multiple persons
performing supervision if contractor work is performed simultaneously at multiple
sites. Otherwise, Contractor Project Managers and Supervisors may rotate
between Task Orders.
C.6. JOC System Requirements.
C.6.1. Pricing Methods.
C.6.1.1. COST ESTIMATING SOFTWARE REQUIREMENTS: The Contractor
shall purchase and maintain eight (8) copies of e4Clicks Premier Project Estimator
(e4Clicks) software, these copies shall remain the property of the Government.
C.6.1.1.1. The Contractor shall purchase, maintain, and use the latest version of
e4Clicks Basic or Professional Project Estimator. The Contractor shall purchase
all annual maintenance plans and upgrades and use them as soon as they are ready
for the life of the contract. The Contractor shall use e4Clicks software to estimate
and submit all of their estimates, both electronically and on paper.
C.6.1.1.2. Information on this software and pricing can be obtained by emailing
sales@4Clicks.com; let them know this is for the Fort Jackson, SC JOC contract.
FAR Part 51 allows the Contracting officer to issue a Letter of Authorization to
give 4Clicks permission to provide the awarded contractor with GSA pricing. You
will need to request, obtain and submit this to 4Clicks should you be the successful
contractor.
C.6.1.1.3. The Contractor shall provide on-site computer support in the form of a
trained software installer to remedy any problems associated with the installation
of the estimating software and associated databases. The Contractor will have all
software fully operational within twenty-one (21) calendar days of contract award.
After the software is successfully installed, the Contractor shall provide a toll-free
number that the Government shall use for over-the-phone software support. The
Contractor shall also provide an on-site trained software installer whenever
problems are experienced with installing upgraded software.
C.6.1.1.4. The Contractor shall provide, both the most current version of the
software program and databases and the annual updates to both, as they become
available from 4Clicks, for the life of the contract. The Contractor and the
Government shall both have the most current version of the software and databases
at all times.
C.6.1.1.5. The Contractor shall provide annual training for no more than twelve
(12) Government personnel on the e4Clicks software. This training will take place
at Fort Jackson, SC during the initial start up of the contract. The Contractor shall
also provide additional training sessions for each subsequent option year. Training
will be conducted at or near Fort Jackson, SC, with approval of the Contracting
Officer. All training classes shall be completed within the first 30 calendar days of
the award and start of each subsequent option years or as coordinated with the
Contracting Officer. Annual training shall consist of three (3) full days of e4Clicks
training.
C.6.1.2. DEFINITIONS
C.6.1.2.1. Unit Price Book (UPB): The list and price information for all prepriced items covered in this contract. The UPB shall include the base cost pricing
from the RSMeans Assemblies, RSMeans Facilities Cost Data and the RSMeans
Master Composite Cost Data Guides – consisting of Building Construction,
Electrical, Mechanical, Plumbing, Green Book, Interior, Site Work & Landscape,
Concrete & Masonry and Heavy Construction Cost Data. The UPB shall also
include RSMeans trades line items, selective demolition line items, removal and
replacement line items, average line items, and Government Furnished Materials
line items.
C.6.1.2.2. Line item: An item or system denoted in the UPB by a unique line item
number.
C.6.1.2.3. Bare costs: The cost of a line item without any multiplier.
C.6.1.2.4. Multipliers: All factors added to the bare cost pricing of the UPB. This
includes the City Cost Index (CCI) and the Contractor’s coefficients.
C.6.1.2.5. Pre-priced line item: A line item from the UPB with approved changes.
C.6.1.2.6. Non-pre-priced line item (NPI): A line item that is not a pre-priced line
item.
C.6.1.2.7. Conventional line item: A line item listed directly from an RSMeans
Cost Data Guide(s).
C.6.1.2.8. RSMeans trades line item. These are the bare cost hourly rates found in
the back of the annually published RSMeans hardback books.
C.6.1.2.9. Selective demolition line item: The removal of material with no
concern for its replacement. If a line item can be found in the UPB for selective
demolition, that line item will be used. If there is no line item for selective
demolition, the Contractor will locate the line item in the UPB. Then the
Contractor will create an alternate pre-priced line item removing the cost for the
material and equipment, and the remaining labor amount will be multiplied by
50%. This will be used as the means to demolish that item. This line item will be
pre-priced. If the line item cannot be found in the UPB, the demolition will be an
NPI.
C.6.1.2.10. Removal and replacement line item: An item that is to be removed
and then replaced without damaging the item. If a line item can be found in the
UPB for removal and replacement, that line item will be used. If there is no line
item for removal and replacement, the Contractor will locate the line item in the
UPB. Then the Contractor will create an alternate pre-priced line item removing
the cost for the material and equipment, and the remaining labor amount will be
multiplied by 150%. This will be used as the means to demolish that item. This
line item will be pre-priced. If the line item cannot be found in the UPB, the
demolition will be an NPI.
C.6.1.2.11. Average line item: An item that is created by using a minimum and
maximum line item. If an average line item can be found in the UPB, that line
item will be used. If there is no line item for an average, but there is a line item for
minimum and maximum and the average line item is applicable the contractor will
locate the two line items, the minimum and the maximum in the UPB. Then the
Contractor will create an alternate pre-priced line item using the average total cost
of the two line items. This will be used as a means to create an average line item
when none exists. This line item will be pre-priced. If the minimum and
maximum line item cannot be found in the UPB, the average line item will be an
NPI.
C.6.1.2.12. Government Furnished Materials (GFM): On occasion, the
government may choose to supply the Contractor with materials to accomplish
project requirements. If this occurs, the line item prices for labor and equipment
only will be used. They are considered as pre-priced. The Contractor will not
adjust the labor and equipment pricing. The materials are to be cared for by the
Contractor, and excess materials are to be returned to the government.
C.6.1.2.13. All prices in the UPB are for completed and in-place construction
unless explicitly described otherwise. Incidental fasteners, such as, nails, screws,
bolts, weldments, connectors, and adhesives are included in the bare material cost.
Unless specifically omitted in the UPB line item description, testing, adjusting,
balancing, and start-up of installed equipment is included in the unit price line
number cost found in the UPB. Line items are for end finishes. For example, the
line item price for concrete broom finish included all finishes necessary to result in
the broom finish.
C.6.1.2.14. The UPB prices certain line items with a “Minimum labor/equipment
charge.” This minimum charge is often the price a tradesman would charge to
make a special visit to perform that work. If the contractor is already on-site and
the minimum is met, then this item shall not be used as an adjustment to the Unit
Price line items.
C.6.1.2.15. All line item prices assume the installation of the material under
normal working conditions. This includes working from scaffolding when
appropriate. In other words, the productivity for brick veneer is based upon
working not only from the ground, but also from working on scaffolding.
Therefore unless the division has specific height exceptions, no allowance or
change to the unit price is required for working at different heights. The cost to
rent and erect the scaffolding is required. All scaffolding line items are based upon
a one month rental of the scaffolding. Scaffolding is measured by the square foot
of face area where the work is being performed (working height in feet multiplied
by the length of the wall in feet) or, in the case of when scaffolding must be
erected inside a structure in Order to access the ceiling, by the cubic feet (volume)
of the actual scaffolding components. Scaffolding is priced separately. There are
line items for the material costs and line items for erection/dismantling. It is not
appropriate to use the scaffolding line items separately for each subcontractor.
Scaffolding should be applied to the job cost once, and the subcontractors are
“allowed” to use it.
C.6.1.2.16. Line items for mobilization and demobilization are for one or the other
unless noted otherwise. Normally, a piece of equipment will need to be mobilized
and demobilized. Therefore, the line item would normally be included twice per
piece of equipment used. Small equipment placed in rear of truck or towed by a
pickup truck is limited to those items included in the RSMeans crews.
C.6.1.3. PRICE DETERMINATION
C.6.1.3.1. CITY COST INDEX (CCI): The CCI will be applied directly to the
bare cost of each line item.
C.6.1.3.1.1. The CCI for Task Orders at Fort Jackson will use the quarterly
published CCI for Columbia, SC.
C.6.1.3.1.1.1. City Cost indexes are published around the middle of each of these
months: February, May, August, and November.
C.6.1.3.1.2. Conventional line items will use the Weighted Average Total CCI.
C.6.1.3.1.3. The RSMeans trades, selective demolition, removal and replacement,
average, and GFM lines items will be summated and multiplied by the most
current quarterly published Weighted Average Total CCI.
C.6.1.3.2. PREPRICED LINE ITEMS: Bare cost line items from the UPB will be
summated with the CCI applied as described above. The appropriate coefficient
shall then be applied to the total. This is the pre-priced line item total.
C.6.1.3.3. NON-PREPRICED LINE ITEMS: The non-pre-priced line items shall
be summated and the appropriate coefficient applied. This is the non-pre-priced
line item total.
C.6.1.3.4. FINAL PROJECT PRICE: The summation of the pre-priced and nonpre-priced line item totals shall result in the final project price.
C.6.1.4. COST ESTIMATE ORGANIZATION: Cost Estimates will be
comprised of three sections: 1) Division Summary, 2) Totaling Components and 3)
Line Item Estimate.
C.6.1.4.1. SECTION 1, DIVISION SUMMARY: This section shall include the
RSMeans pre-priced divisions, Trades, Assemblies and Alternates (both pre-priced
and non-pre-priced). These items shall make up the Bare Total. No markups shall
be applied at this level. (CCI’s shall be applied as described above.)
C.6.1.4.2. SECTION 2, TOTALLING COMPONENTS: This section includes
totaling components setup for all applicable markups, including contractor
coefficients. (CCI’s shall be applied as described above.)
C.6.1.4.3. SECTION 3, LINE ITEM ESTIMATE: This section shall include all of
the estimate line items. The report shall include a sequential line item number, full
RSMeans item number, unit of measure, quantity, and bare unit cost, total amount
(quantity multiplied by bare unit cost). The report will print: pre-priced line items
by division for all RSMeans pre-priced line items found in the UPB, with division
breaks and division subtotals, and a listing of the Trades, Assemblies and
Alternates, both pre-priced and non-pre-priced. (CCI’s shall be applied as
described above.)
C.6.1.4.3.1. All non-pre-priced line items will be submitted with three
independent price quotes including line item number, description, material, labor,
and equipment breakdowns. List the supplier names and telephone numbers for
each non-pre-priced item. Do not apply any type of markup to these line items.
C.6.1.5. PREPRICED UNIT PRICE BOOK
C.6.1.5.1. UNIT PRICE BOOK (UPB): The UPB shall consist of the most current
RSMeans Facilities Cost Data and the RSMeans Master Composite Cost Data
Guides – consisting of Building Construction, Electrical, Mechanical, Plumbing,
Green Book, Interior, Site Work & Landscape, Concrete & Masonry and Heavy
Construction Cost Data. This guide shall be provided in two formats (as described
below): bound RSMeans’ hard copy books and electronic software database to be
used by the cost estimating software. All costs used from the databases shall be
bare costs; the Assemblies guide will be used by the government only.
C.6.1.5.1.1. All bound volumes, electronic databases, and software licenses shall
be provided by the Contractor to the Government, and will remain the property of
the Government.
C.6.1.5.1.2. The following Subdivisions/Major Classifications, as contained in any
of the RSMeans bound or electronic databases shall not be used as line items in
pricing Task Orders issued under this contract. These costs shall be covered in the
contractor’s coefficients:
C.6.1.5.1.2.1. Subdivision 01-31 – Project Management and Coordination,
excluded in its entirety.
C.6.1.5.1.2.2. Subdivision 01-32 – Construction Progress Documentation,
excluded in its entirety.
C.6.1.5.1.2.3. Subdivision 01-41 – Regulatory Requirements, excluded in its
entirety.
C.6.1.5.1.2.4. Subdivision 01-52 – Construction Facilities, excluded in its entirety.
C.6.1.5.1.2.5. Subdivision 01-54-39 – Construction Equipment, excluded in its
entirety.
C.6.1.5.1.3. No informational portion of RSMeans books (introduction, chapter
tips, etc) shall be construed as permitting cost changes or deviations from the
RSMeans line items used for the UPB.
C.6.1.5.2. The Contractor shall provide the following copies of software,
electronic databases, and hard copy books for the Government.
C.6.1.5.2.1. Provide eight (08) network licenses of e4Clicks Premier Project
Estimator.
C.6.1.5.2.2. Provide eight (08) electronic database licenses of the RSMeans
Assemblies Cost Data.
C.6.1.5.2.3. Provide eight (08) electronic database licenses of the RSMeans
Facilities Cost Data.
C.6.1.5.2.4. Provide eight (08) electronic database licenses of the RSMeans
Master Composite Cost Data.
C.6.1.5.2.5. Provide two (02) each RSMeans Assemblies hard copy books for the
government.
C.6.1.5.2.6. Provide two (02) each RSMeans Facilities hard copy books for the
government.
C.6.1.5.2.7. Provide two (02) complete set(s) of RSMeans Master Composite hard
copy books for the Government.
C.6.2. Contractor Coefficients.
The contractor's coefficient for each Option year will be a loaded fixed unit price
rate that will consist of the direct and indirect costs; general and administrative
expenses to perform and complete each project Task, and to plan, operate and
manage the contract. This includes licenses, permits, fees, insurance, taxes,
environmental compliance’s, clean-up, protection and moving of government
property, quality control, bonding (See Para. C.6.5. Bonding), site office,
mobilization, as-built drawings, and profit. The Contractor shall compute the value
of the pre-priced work by multiplying the appropriate coefficient(s) times the unit
prices in the UPB.
C.6.3. Non Pre-priced Work.
Line items not covered in the pre-priced UPB but within the scope and general
intent of the contract and necessary to complete the requirements of a specific Task
Order may be negotiated and incorporated into the Task Order by the Contracting
Officer. These non-prepriced line items (NPI’s) shall only be allowed if the
Government deems that an appropriate line item is not provided by the pre-priced
UPB. To permit recurrent use, a non-pre-priced line item must be incorporated by
supplemental agreement into the non-pre-priced UPB. This may be done at any
time during the contract period.
C.6.4. UPB Modifications.
During the life of the contract, the Contracting Officer and the Contractor may
negotiate to add new items to the UPB. The items must be within the scope and
general intent of the contract and not previously covered. The negotiated unit price
shall reflect the UPB year and location. The item shall be assigned a line item
number and the negotiated price shall be divided by the current coefficient, so that
after the coefficient is applied, the price will be consistent with the UPB.
C.6.5. Bonding.
The contractor shall have sufficient bond coverage during the course of the
contract. All costs (specifically including bond premiums) shall be included in the
coefficient. If the estimated annual maximum value is exceeded, FAR 28.102-2 (a)
and (b) apply. Since all costs associated with bonding shall be included in the
coefficient, there will be no separate repayment(s) for bond premiums.
C.6.6. Annual Adjustment for Option Years.
Pricing for this contract is based on the e4Clicks Cost Database. This publication
is updated annually. The coefficient does not change over the course of the
contract unless the Contractor proposed different coefficients in the option years.
The Contractor shall generate cost estimates using the publication current when the
Task Order is awarded. The contractor will be responsible for maintaining and
updating the UPB. No adjustment to the established option year coefficients will be
made unless the Davis Bacon Act influences the prices.
C.7. Submittals.
The Contractor shall submit 4 complete sets of; shop drawings, certificates of
compliance, user selected items, laboratory test reports, warranties, and other items
specified in the Task Order on ENG Form 4025. The Government may request
catalog cuts or equipment data as needed. The contractor shall also provide copies
of certificates of compliance as required by the Task Order, to show that materials
meet specifications. An official of the manufacturing company shall sign each
certificate, which lists the project name and location, quantity, and date of
shipment or delivery. Laboratory reports submitted with certificates shall contain
the name and address of the testing laboratory and date of the tests. The
Government reserves the right to perform its own tests on any material. If any tests
fail, previous certifications shall not relieve the Contractor from furnishing
satisfactory materials.
C.8. Master Submittal List.
The Contractor shall initiate a Master Submittal List for items that he will use
throughout the life of the contract. These submittals (4 sets) need be submitted and
approved only once, unless the contractor substitutes a different item in its place.
C.9. Subcontractors.
The Contractor shall provide a list of subcontractors and update it monthly. The
list will be submitted to the Contracting Officer by the 10th day of each month.
C.10. Contractor Quality Control (CQC)
C.10.1. General. The Contractor Quality Control Plan (QCP) with which the
contractor proposes to implement the requirements of the clause 52.246-12
“Inspection of Construction,” shall identify personnel, procedures, instructions,
records and forms to be used. The Contractor may not begin performance under
an individual Task Order until the Contractor’s QCP has been approved by the
Contracting Officer.
C.10.2. Coordination Meeting. The Contractor shall meet with the Contracting
Officer/COR and/or designated representatives to discuss the Contractor’s quality
control system. During the meeting, a mutual understanding of the system details
shall be developed, including the forms for recording the Contractor’s Quality
Control (CQC/QC) operations, control activities, testing, administration of the
system for both on-site and off-site work and the interrelationship of the
Contractor’s inspection and control with the Government’s Quality Assurance
(QA). Minutes of the meeting shall be prepared by the Contractor and signed by
both the Contractor and the Contracting Officer/COR. The minutes shall become a
part of the contract file. There may also be occasions when subsequent
conferences will be called to re-confirm mutual understandings.
C.10.3. Quality Control Plan. The QCP shall include as a minimum, the
following:
C.10.3.1. A description of the quality control organization, including chart
showing lines of authority and acknowledgment that the CQC staff shall report to
the project manager or someone higher in the Contractor’s organization.
C.10.3.2. The qualifications, duties, responsibilities and authorities of each person
assigned to the QC function.
C.10.3.3. A copy of the letter to the CQC manager signed by an authorized official
of the firm, which describes the responsibilities and delegates the authorities of the
CQC manager.
C.10.3.4. Procedures for scheduling and managing submittals, including those of
subcontractors, off-site fabricators, suppliers and purchasing agents.
C.10.3.5. Control testing procedures for each specific test performed on any Task
Order will be submitted and approved prior to start of construction on that Task
Order. The Contractor shall provide the written qualifications and/or licenses of
proposed Laboratory facilities to the Contracting Officer for review and acceptance
prior to use.
C.10.3.6. Reporting procedures including proposed reporting formats and
distribution of the documents.
C.10.4. QUALITY CONTROL ORGANIZATION
C.10.4.1. Contractor Quality Control System Manager: The contractor shall
identify an individual, within its organization at the site of the work, who shall be
responsible for overall management of CQC operations and have the authority to
act in all QC matters for the contractor. The CQC System Manager shall report to
someone in the company higher than the on-site project manager and shall not have
duties other than CQC. The CQC System Manager’s resume and qualifications
shall be provided to the Contracting Officer for review and acceptance.
C.10.4.2. Personnel: A QC staff shall be maintained under the direction of the
CQC System Manager to perform all QC activities. The actual strength of the staff
during any specific work period may vary to cover work phase need, shifts, and
rate of placement. The personnel of this staff shall be fully qualified by experience
and technical training to perform their assigned responsibilities and shall be
directly hired by and work for the prime contractor. The inspectors shall have no
duties other than QC. However, the inspector may perform other than CQC duties
related to Task Orders or work elements for which he/she is not assigned QC
functions. (In other words, an inspector shall not conduct QC for work he/she has
accomplished.) The Contractor shall not employ subcontractors as QC personnel,
inspectors or contractor project managers. The Contracting Officer reserves the
right to have the Contractor replace any member of the QC staff found not to be
performing assigned duties in an effective manner. See contract, FAR 52.236-5,
“MATERIAL AND WORKMANSHIP” (APR 1984).
C.10.4.3. Qualifications: CQC Inspectors shall have a working knowledge of
general construction. The major areas of construction are electrical, mechanical,
site work, masonry, finish work and carpentry. The CQC inspectors must have
sufficient proficiency in each to ensure quality workmanship is performed.
C.10.4.4. Staffing: Each Task Order in progress shall be comprehensively
inspected at least daily and these inspections shall be documented.
C.10.5. Submittals: The CQC organization shall be responsible for certifying that
all submittals are in compliance with the contract requirements.
C.10.6. Control: CQC is the means by which the Contractor assures itself that its
construction complies with the requirements of the contract plans and
specifications. The controls shall be adequate to cover all construction operations,
including both on-site and off-site fabrications, and will be the key to the proposed
construction sequence. QC includes, as a minimum, the following functions:
 All submittals are provided to the Government for review and approval in a
timely fashion.
 The supplies that are delivered are the same as the ones on the submittal.
 The supplies are in the proper condition when delivered.
 The supplies are properly stored.
 The construction equipment is correct and meets contract requirements.
 Testing provisions are reviewed and testing equipment and personnel are
available and correct.
 All tests are performed at the proper time and in the proper places.
 All test reports meet contract requirements.
 The workers are cognizant of the required level of workmanship.
 Inspect each area of work to ensure the preparation for the work is correct.
 Inspect each feature of the work to ascertain that no deficient work is
covered up by succeeding work.
 Inspections shall continue throughout the performance of the Task Order.
 Document all inspections.
 The documentation covers both conforming and defective work.
 All deficiencies are corrected and corrective measures are identified.
 Develop procedures to ensure that deficiencies do not recur.
 Develop a “punch list” for the completion inspection.
 Government officials are notified at least eight (8) working hours in advance
of the proper times of inspections or tests that are required.
C.10.7. Tests
C.10.7.1. Testing Procedures: The Contractor shall perform tests specified or
required to verify that control measures are adequate to provide a product which
conforms to contract requirements. The contractor shall procure the services of an
industry recognized testing laboratory or establish an approved testing laboratory
at the project site. The laboratories utilized for testing shall meet the criteria
detailed in the current issues of ASTM D3740-04a, “Standard Practice for
Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of
Soil and Rock as Used in Engineering Design and Construction,” and ASTM
E329-07, “Standard Specification for Agencies Engaged in Construction
Inspection and/or Testing.” The Contractor shall perform the following activities
and record and verify:
1. Testing procedures comply with contract requirements.
2. Facilities and testing equipment are available and comply with testing
standards.
3. Test instrument calibration data against certified standards.
4. Recording forms, including all of the test documentation requirements, have
been prepared.
C.10.7.2. Testing
C.10.7.2.1. Capability Check: The Government’s designated representative has
the right to check laboratory equipment in the proposed laboratory for compliance
with the standards set forth in the contract specifications and to check the
laboratory technician’s testing procedures and techniques.
C.10.7.2.2. Project Laboratory: The Government’s designated representative has
the right to utilize the Contractor’s control testing laboratory and equipment to
make assurance tests and to check the Contractor’s testing procedures, techniques,
and test results at no additional cost to the Government.
C.10.7.2.3. Transportation of Samples for Testing: Costs incidental to the
transportation of samples or materials will be borne by the Contractor. Costs
incidental for transportation of samples of materials for test verification and
acceptance testing by the Government shall be borne by the Contractor.
C.10.8. Completion of Inspection: At the completion of all work or any increment
thereof established by a completion time stated elsewhere in the specifications, the
CQC System Manager shall conduct a completion inspection of the work and
develop a “punch list” of items which do not conform to the approved plans and
specifications. Such a list shall be included in the CQC documentation, as required
by subparagraph C.l.4.9 below, and shall include the estimated date by which the
deficiencies will be corrected. The CQC System Manager or CQC staff shall make
a second completion inspection to ascertain that all deficiencies have been
corrected and so notify the COR. The completion inspection and any deficiency
corrections required shall be accomplished within the time stated for completion of
the entire work or any particular increment thereof if the project is divided into
increments by separate completion dates. The completion inspection and any
subsequent second inspection shall be performed before the project is turned over
to the COR as being complete. Correction of punch list deficiencies after the
completion date shall be considered as late completion of the work and shall be
documented as such in the Government’s official individual Task Order file and in
the Contractor’s Performance Evaluation.
C.10.9. Records: The contractor shall maintain current records of quality control
operations, activities and tests performed including the work of suppliers and
subcontractors. These records shall be on the Contractor’s Daily Construction
Quality Control Report Form and indicate a description of trades working on the
project, the numbers or personnel working, the weather conditions encountered,
delays encountered and acknowledgment of deficiencies noted along with
corrective actions taken on current and previous deficiencies. The Contractor shall
provide the proposed Form to the Contracting Officer for review and acceptance
prior to commencement of the initial Task Order. The Contractor shall provide the
original of the report to the Contracting Officer.
1. Content: These records shall include factual evidence that required activities
or tests have been performed, including but not limited to the following:
2. Type and number of control activities and tests involved.
3. Results of control activities or tests.
4. Nature of defects, causes for rejection, and other pertinent information
5. Proposed remedial action.
6. Corrective actions taken.
C.10.10. Notification of Noncompliance: The Contracting Officer shall notify the
Contractor of any noncompliance with the foregoing requirements. The Contractor
shall, after receipt of such notice, immediately take corrective action. Such notice,
when delivered to the Contractor or its representative at the work site, shall be
deemed sufficient for the purpose of notification. If the Contractor fails or refuses
to comply promptly, the Contracting Officer may issue an Order stopping all or
part of the work until satisfactory corrective action has been taken. No part of the
time lost due to any such stop Orders shall be made the subject of a claim by the
Contractor for extension of time or for excess costs or damages.
C.11. Inspection
C.11.1. Quality Assurance (QA).
Inspection and acceptance of construction will be by the Government’s QA
Representative and COR. The Government’s Representatives may review the
work at any time. The Contractor shall not rely on Government inspection to
provide quality control.
C.11.2. Closure Inspections.
The Contractor shall advise the Government 48 hours before performing any
concrete pouring, backfilling, wall covering, or test operation that will encase or
cover his work. For soil compaction tests, a minimum of 72 hours notification
shall be required.
C.11.3. PRE-FINAL AND FINAL INSPECTIONS
C.11.3.1. For each individual Task Order, the Contractor and the COR shall
jointly conduct a pre-final inspection prior to the Contractor requesting a final
inspection. The pre-final inspection date shall be determined by joint agreement of
the parties. Any discrepancies noted during the pre-final will be corrected within
(5) working days. If the Contractor’s Quality Control (CQC) manager determines
that the discrepancies have been corrected, a final inspection may then be
requested.
C.11.3.2. The Contractor shall notify the COR in writing five (5) working days in
advance for a final inspection, and shall provide three (3) copies of all operation
and maintenance manuals and extended manufacturer/material warranties to the
Government before the final inspection.
C. 11.3.3. Pre-final and final inspections and any correction of deficiencies shall
be accomplished within the Task Order’s period of performance.
C.11.4. ACCEPTANCE OF WORK
Prior to final acceptance of the job, the Contractor shall ensure the following:
1.
2.
3.
4.
5.
Final payrolls are on file;
All payrolls are complete;
Contractor’s Standard 1-year warranty (FAR 52.246-21) is submitted;
All product warranties (FAR 52.246-21) are submitted; and
All Government property is accounted for or restitution has been made.
Final acceptance will not be made prior to the COR receiving all submissions
required. Failure to submit required items could result in withholding of
payment of funds on the Task Order.
C.12. Safety.
The Contractor shall safeguard and maintain all Government Property as well as
provide for the safety and well being of personnel employed in support of this
contract, including but not limited to, compliance with all Occupational Safety and
Health Agency (OSHA) requirements and with Corps of Engineers Safety and
Health Requirements Manual EM 385-1-1, (which can be viewed at
http://www.usace.army.mil/usace-docs), and all State, and Local regulations.
C.12.1. Safety Plan.
C.12.1.1. The contractor shall develop, implement and maintain, a Safety Plan for
employees. The Safety Plan shall be submitted to the COR within 30 days from
award for review and approval by the COR and the Installation Safety Office. As a
minimum, the safety plan shall address;








Purpose
Company safety policy
Responsibilities
Administration
OSHA Requirements
Injury and Accident report procedures
Hazard communication information (if applicable)
Inspections and records
 Education and training to include safety meetings. Copies of all safety
meeting minutes shall be provided to the COR and Contracting Officer.
 Incentive awards program for safety and suggestions (if applicable)
 Fall protection plan
C.12.1.2. The safety plan shall specifically address work with asbestos, fiberglass,
and lead paint. For safety and health reasons the Contracting Officer reserves the
right to issue a suspension of work notice IAW FAR 52.242-14.
C.12.1.3. Task Orders may require work in hazardous areas or under hazardous
conditions. These areas may include hazardous materials or unexploded ordnance.
The Task Order will identify the hazardous areas and specify any safety
requirements necessary for work in the area.
C.12.2. Fire Protection.
The Contractor shall comply with Army Regulation 420-1 and observe all
directions for fire prevention from the Ft. Jackson Fire Department. Note: Ft.
Jackson Regulations are located at the army.mil intranet website
http://www.army.mil/search/index.php?search=ft.+jackson+regulations.
C.13. Scheduling of Work.
C.13.1. Before commencing any of the work under an individual Task Order, the
Contractor shall confer with the Government’s representatives (COR/Contracting
Officer) and agree on a sequence of procedure; means of access to premises and
buildings; space for storage of materials and equipment; delivery of materials and
use of approaches; use of corridors, stairways, elevators, and means of
communications and the location of chemical latrines (if necessary) for contractor
employees. Prior to commencement of any work, the Contractor shall provide the
Contracting Officer a construction schedule as contemplated by contract clause
52.236-15 “Schedules for Construction Contracts” utilizing the current version of
Microsoft Project. The report contemplated by clause 52.236-15 shall be
accomplished in a format acceptable to the Government. In addition to the bar
chart schedule the contractor will submit AF Form 3064, Jun 90 Contract Progress
Schedule for determination of interim progress payment percentages approved by
the COR/Contracting Officer.
C.13.2. Furniture, window coverings (e.g., drapes, mini-blinds) and portable
office equipment in the immediate area shall be moved by the Contractor and
replaced to its original position upon completion of work. If the work required by
the Task Order will not allow furniture, window coverings, or portable equipment
to be replaced in its original position, the new locations shall be designated by the
Government for placement by the Contractor. The Contractor shall not move
information technology equipment such as computer and monitors or any personal
items such but not limited to, desk lamps, books, and radios, pictures on office
walls, shelves, or desks. The Government is responsible for moving and storing
these types of items.
C.13.3. Delivery of materials and equipment shall be made with a minimum of
interference to Government operations and personnel.
C.13.4. The work so far as is practical, shall be done in definite sections or
divisions and confined to limited areas which shall be completed before work in
other sections or divisions are begun.
C.13.5. Most work will be performed in occupied areas. When feasible, the
Contractor shall erect appropriate dust and noise barriers between the work site and
occupied work areas.
C.13.6. The Contractor shall take all precautions to ensure that no damage will
result from its operations to private or public property. All damages shall be
repaired or replaced by the Contractor at no cost to the Government.
C.13.7. The Contractor is responsible for providing all work site protective
barriers and site control devices in accordance with EM 385-1-1, Safety and Health
Requirements this includes, but is not limited to, protective fences, protective tapes
and protective signage. The Contractor is responsible for providing all necessary
traffic control, such as street blockages, traffic cones and flagmen as required for
each specific Task Order at no additional cost to the Government. Proposed traffic
control methods shall be submitted to the COR/Contracting Officer for review and
acceptance. No street shall be completely closed to traffic without prior
acceptance by the COR/Contracting Officer.
C.14. Work Site Requirements.
The Contractor shall mark work sites in a clear manner to identify potential
hazards to both workers and the public. The contractor may not attach signs to
undisturbed permanent walls, posts or other areas without the permission of the
Government. The worksite shall be cleaned at the end of each workday.
C.14.1. Security Requirements.
C.14.1.1. Search and Seizure.
Contractor personnel and property shall be subject to search and seizure upon
entering the confines of the installation, while on the installation, and upon leaving
the confines of the installation.
C.14.1.2. Installation Access.
C.14.1.2.1. The contractor shall be responsible for assuring all contractor
personnel authorized to perform work under this contract obtain installation access
as follows:
Ten (10) days prior to commencing work, the company shall provide to the address
below, a listing of all personnel employed that will be on-site at Ft. Jackson.
MICC - Fort Jackson
4340 Magruder Avenue
Fort Jackson, SC 29207-6810
Phone: (803) 751-4343
The information required for each employee is as follows:






Employee’s full name
Social Security Number
Date and Place of Birth
Naturalization Number (if applicable)
Citizenship
Alien Registration Number shall be provided for each employee who is not a
citizen of the United States
 Date of Visit: From________ To________
 Purpose of Visit
 Ft. Jackson Point of Contact (POC)
C.14.1.2.2. Any changes in personnel information furnished on the above visit
request resulting from hiring, discharge, termination or employee action or other
personnel changes shall be reported immediately in writing to the above address.
C.14.1.3. Site Security
The Contractor shall be responsible for the security of all supplies, material,
equipment, and facilities. The Contractor shall secure work areas and protect the
public from hazards that may be caused by jobsite conditions.
C.14.1.4. Vehicle Registration and Ft. Jackson Security Badge.
C.14.1.4.1. Department of Defense Registered Vehicle decals are no longer
required for access to the Ft. Jackson Installation. All personnel entering the
installation will be required to show a picture identification card (drivers license or
other suitable picture ID). The Ft. Jackson Mission Installation Contracting
Command will provide contractors, project identification papers that will list all
contractor personnel participating in the current contract to which installation
entrance is being requested.
C.14.1.4.2. All contractor employees who require access onto the installation,
have need of computer access, or travel on official Government business shall
comply with the requirements to obtain and maintain a Common Access Card
(CAC). Application for the CAC is obtained by contacting the COR for
completion of this requirement. In Order to acquire the CAC, the Contractor
employee shall present an identification card containing their name and a recent
photograph. Proper identification with their Social Security Number is also
required. The application will be submitted in the Contractor Verification System
(CVS) by the COR and processed for issuance.
C.14.1.4.3. The Contractor shall ensure all Contractor employees return security
photographic identification cards, permits, CAC, government driver’s
licenses/permits, Government property, keys, photo passes, range passes and
access to the Local Area Network (LAN) email has been cancelled. An
employee/installation clearance form will be developed by the Contractor to certify
that an employee has returned all required badges, permits and other accountable
items. All out-processing Contractor employee CAC must be returned to the
Garrison Human Resources Office no later than the next business day after the
employee has cleared the installation.
C.14.1.5. Security Range Passes.
Contractor employees working on the Ft. Jackson ranges are required no additional
entrance documents other than those that are required for entrance to the Ft.
Jackson installation. To ensure range accessibility, contactors are encouraged to
coordinate with the COR prior to traveling to range locations.
C.14.1.6. Automation Security.
C.14.1.6.1. The contractor shall comply with AR 25-2 and applicable supplements
regarding accreditation of any computer system to be used at Ft. Jackson. The
Contractor’s employees performing on this contract in positions designated
Automated Data Processing (ADP) Category I, II, III, sensitive per AR 380-67,
paragraph 3-614 and Appendix K, shall have the appropriate investigation
completed prior to using any computers linked to the Ft. Jackson network. The
appropriate investigation levels are:
ADP I - Background Investigation or Special Background Investigation
ADP II - National Agency Check or Agency Check with Inquiries
ADP III - National Agency Check or National Agency Check with inquiries
C.14.1.6.2. If an individual is placed in an ADP sensitive position requiring an
investigation and the investigation is not favorable as determined by the Defense
Security Service (DSS), the individual shall be removed and shall not be
authorized to work at Ft. Jackson. Employees who possess a security clearance
issued by DSS do not need to be reprocessed. The Contractor shall prepare a
listing of ADP sensitive position to be sent to the Information Assurance Office.
The listing shall include:




Employee’s full name
Social Security Number
Job title and number (if applicable)
Data Processing Activities Number/Identification at Ft. Jackson (provided
by the COR)
 ADP Category per AR 380-67, paragraph 3-614, Appendix K
C.14.1.6.3 The Contractor shall develop and maintain an Information Assurance
Program to include policy, in accordance with Information Assurance regulation
AR 25-2. Contractor shall submit within 60 calendar days after contract award the
proposed Plan to the COR, who in turn will provide to the Information
Management Division for review and approval.
C.14.1.6.4. The Contractor may be required to attain and maintain a Security
Clearance under this contract. The cost to obtain the appropriate level of security
will be borne by the Government. Use of privately owned computer is prohibited
at Ft. Jackson without prior approval of the Information Management Division.
C.14.1.7. Protection and Privacy of Information.
Information submitted such as that addressed in the Installation Access
Requirements (i.e., visit request) shall be protected from unauthorized disclosure.
C.14.1.8. Security Inspections.
The Contractor shall be subject to announced and unannounced security
inspections conducted by Physical Security, AIS Security, Industrial Security, etc.
Inspection reports shall be provided through the COR to the Contractor for action.
C.14.1.9. Damage.
The Contractor is responsible for the safeguard and protection of all materials and
equipment under his/her control. The Contractor shall report any damage,
vandalism, or theft of his/her property to the Ft. Jackson Security Office of Police
Desk.
C.14.2. Noise Control.
The Contractor shall comply with all applicable laws and regulations for noise
control.
C.14.3. Disposition of Material and Items Removed.
C.14.3.1. Unless otherwise stated on the Task Order, all materials and items not
designated for re-use on the project shall become the property of the Contractor.
The Contractor will remove this property from the Government premises upon
completion of the Task Order.
C.14.3.2. It is the responsibility of the contractor to select the appropriate landfill;
however, when the contractor is disposing of hazardous waste, including asbestos
containing material Asbestos Containing Material (ACM), the contractor must
obtain the prior approval of the COR before using a landfill. The contractor shall
provide two copies of all Disposal Tickets for material containing asbestos
materials to DPW within five (5) calendar days of the disposal.
C.14.4. Site Occupancy.
The construction site shall be vacated or occupied as agreed per the individual
Task Order. Buildings or areas adjacent to the construction site may remain
occupied during the construction phase.
C.14.5. Coordination with Occupants.
The Contractor shall notify occupants 48 hours before work begins. The
Government will resolve scheduling conflicts with occupants.
C.14.6. Hazardous Waste.
The Contractor shall handle, transport, store, and dispose of waste materials
generated under this contract in accordance with applicable environmental laws
and regulations and Ft. Jackson DPW Environmental Office policies. The DPW
will issue to the contractor a packet from the Ft. Jackson Environmental Office,
which contains policies for the removal and disposal of Lamp Ballasts, Fluorescent
Light Tubes and Back-up Batteries for Emergency Ballasts.
C.14.7. Asbestos/Lead-Based Paint.
The Contractor shall remove asbestos and lead-based paint in accordance with all
applicable laws and regulations applicable to inspection, management, abatement
and disposal of regulated asbestos containing material and enforced by the
environmental Protection Agency and the South Carolina Department of Health
and Environmental Control (DHEC). A copy of the DHEC regulations is available
at http://www.scdhec.gov/environment/bag/regulatory.aspx. The contractor must
provide the government a copy of the asbestos license and a list of all workers that
will be engaged in the removal of Regulated Asbestos Containing Materials
(RACM) prior to start of work. The contractor will provide a copy of the approved
abatement permit issued by DHEC prior to the start of work and also “post” the
permit in the work area. The contractor will provide the government a certification
letter stating that all work and material were in compliance with DHEC regulatory
requirements and there were no asbestos containing materials used in the
performance of his work. Information required for permits from the State of South
Carolina will be provided to DPW at least ten (10) calendar days before any
asbestos removal operation.
C.14.8. Protection
When the Contractor works in locations where the potential for exposure to
asbestos fibers or lead-based paint exists, the Contractor shall provide adequate
protection for all persons and prevent contamination of property, materials,
supplies and equipment.
C.14.9. LEED (Leadership in Energy and Environmental Design). The
contractor shall be required to comply with LEED v2.2, New Construction (NC)
and Existing Building (EB. All projects shall meet the appropriate LEED and
ADA criteria and capable of achieving LEED ‘Silver’ rating. The contractor shall
provide LEED checklist(s) in accordance with LEED as well as the ADA Checklist
reporting criteria during Design Phase and throughout construction as required.
C.14.10. Record and As-Built Drawings.
C.14.10.1. During the progress of an individual Task Order, the Contractor shall
keep a careful record at the job site of all changes and corrections from the layouts
shown on the drawings. The Contractor shall enter such changes and corrections
on contract or record drawings promptly. All of these changes shall be coordinated
between the COR and the Contractor’s QC on a continuous basis.
C.14.10.2. The record drawings shall indicate, in addition to all changes and
corrections, the actual location of all subsurface utility lines. In Order that the
location of these lines and appurtenances may be determined in the event the
surface openings or indicators become covered over or obscured, the record
drawings shall show, by offset dimensions to two permanently fixed surface
features, the end of each run, including each change in direction. Valve, splice
boxes and similar appurtenances shall be located by dimensioning along the utility
run from a reference point. The average depth below the surface of each run shall
also be recorded.
C.14.10.3. Building Construction As-Built: At the time of beneficial occupancy or
acceptance of each structure or facility involved under an individual Task Order,
the Contractor shall submit to the COR/Contracting Officer, as-built prints
showing the aforementioned data. If the Government provides the initial drawings,
the Contractor shall “red line” those drawings to reflect all changes. The
Government will review the “red line” drawings for acceptance, and if accepted,
the Contractor shall transfer the “red line” drawings to a read/write digital format
in Bently MicroStation Version 8 (or current version) for submission to the
Government.
C.14.10.4. If new construction is accomplished or the need for new drawings is
occasioned by work, the Contractor shall be Tasked to develop the necessary
drawings, the Contractor shall furnish to the Government digital renderings in
Bently MicroStation Version 8 (or current version). These drawings must be
provided by a South Carolina licensed Architecture and Engineering firm.
C.14.10.5. If the Contractor fails to maintain the record drawings or red line markups as required herein, the Contracting Officer may consider that satisfactory
progress has not been achieved for the period in question, thereby requiring the
retainage of ten percent (10%) of any progress payments to be made until such
drawings are made current.
C.14.11. Warranty.
In addition to the warranty provisions of FAR 52.246-21, the Contractor shall
schedule and conduct a warranty inspection at 4 and 10 months after Task Order
completion and submit a written report of inspection results within ten (10)
calendar days after the inspection to the COR. The Contractor shall provide all
extended manufacturer/material warranties to the Government at the final
inspection.
C.15. Permits and Utility Outages.
C.15.1. Digging Clearance.
The Contractor shall obtain a digging clearance request for each work area and
time frame from the DPW Operations and Maintenance contractor. Digging
clearances will be issued in accordance with current Ft. Jackson policies and
regulations.
C.15.2. Utility Outages and Road Closures.
The Contractor shall provide a written request for utility outages or road closures
to the COR ten (10) working days in advance for approval. All utility outages and
road closures shall occur at the convenience of the Government.
C.15.3. Public Utility Companies.
Dig Permit Stake Laws govern digging clearance requirements for all public
utilities within the state of South Carolina. If there are utilities in the area, the
phrase "Dig Permit Required" will be written on the digging clearance form from
DPW. The Government will provide the point of contact for Dig Permits and
Contractor requirements, responsibilities and liabilities with the original approved
request.
C.16. Contractor Staff, Location and Utilities.
C.16.1. Staff.
The Contractor shall maintain adequate engineering, quality control and
administrative staff to respond to the requirements set forth in the Contract. The
Contractor shall provide the names and telephone numbers of staff who will
interface with the Government to the Contracting Officer & COR within five (5)
days of contract award. Changes in personnel shall be provided to the Contracting
Officer & COR as they occur. The Contractor shall furnish, in writing, the level of
authority granted the designated Project Manager who will commit the Contractor.
C.16.2. Conduct of Personnel.
The Contracting Officer may require the contractor to remove from the job site,
any employee working under this contract for reason of misconduct, security, or
found to be or suspected to be under the influence of alcohol, drugs, or other
incapacitating agent. Contractor employees shall be subject to dismissal from the
premises upon determination by the Contracting Officer that such action is
necessary in the interest of the Government. In accordance with local directives
and 18 U.S.C. 1382 (1972) the Installation Commander has the authority to bar
individuals from the installation. The removal from the job site or dismissal from
the premises shall not relieve the Contractor of the requirement to provide
sufficient personnel to perform the Task as required under this contract.
C.16.3. Facilities.
The Government will provide the Contractor with a temporary parcel of land on Ft.
Jackson. The Contractor may, if the Government agrees, place a trailer or
temporary building for office use on this land (see paragraph C.4). The Contractor
may establish an office at an off-post location within ten (10) miles of Ft. Jackson.
The Government will not provide space at sites other than Ft. Jackson.
C.16.4. Telephone.
The Contractor shall obtain his own communication services.
C.16.5. Utilities.
The Government, at no cost to the contractor, will provide utility services if and
where available, for performance of the work on the installation. The contractor,
in consideration of this, agrees to utilize energy efficient fixtures within their
facility and to observe an effective energy conservation policy.
C.17. Review of Progress and Technical Adequacy
At appropriate times, representatives of the Contracting Officer may review the
progress and technical adequacy of the work. Such review shall not relieve the
Contractor from performing all contract requirements, except as may be waived by
written instruction.
C.18. Progress Reports
The Contractor shall submit progress reports on a monthly basis to the COR, Ft.
Jackson that shall include all Task Orders that have not been completed. The
reports shall be submitted by the 10th of each month and may be included with the
request for payment. The progress reports shall indicate work performed, costs of
work completed and problems incurred during the time period. The Contractor,
under this contract, shall interpose no objection or restriction to the Contracting
Officer's designation of another Contractor for the purpose of reviewing the
adequacy and correctness of the work performed under this contract.
C.19. Conference or Meeting Notes and Confirmation Notices
C.19.1. Conference or Meeting Notes
The Contractor shall be responsible for taking notes and preparing the reports for
all conference or meetings for the program and/or each specific Task Order.
Conference notes shall be prepared in typed form and the original furnished to the
COR within five (5) calendar days after date of conference/meeting for
concurrence prior to distribution to all attendees. This report shall include the
following items as a minimum:
1. Date and place the conference/meeting was held with a list of attendees.
The roster of attendees shall include each attendee's name, organization, and
telephone number.
2. Description of all discussions and action items identified at the meeting.
C.19.2. Confirmation Notices
The Contractor shall be required to provide a record of all discussions, verbal
directions, telephone conversations, etc., participated in by the Contractor and/or
their representatives on matters relative to this contract and the work, irrespective
of whom the other participants may have been. These records, entitled
"Confirmation Notices," shall be numbered sequentially and shall fully identify
participating personnel, subject discussed and any conclusions reached. The
Contractor shall forward a reproducible copy of said confirmation notices to the
COR as soon as possible (not more than five (5) work days). Distribution of said
confirmation notices shall be made as necessary.
C.20. Data Security
The Contractor shall provide security for all data collected or created (electronic or
hard copy) for the Task Orders on this contract due to potential sensitivity of the
data as indicated in the individual Task Orders. The individual Task Orders will
indicate the type of data and security required for each type of data in the Task
Order. Once the Task Order is completed, the data will be archived at Ft. Jackson
as indicated by the COR.
C.21. U.S. Government Property
All materials purchased in the performance of each Task Order shall remain the
property of the Government and shall not be used or distributed by the Contractor
without specific permission from the Contracting Officer or COR. However, the
contractor will be responsible for clean-up and removal and then proper disposal of
construction debris.
C.22. Public Affairs
The Contractor shall not make available to the news media or publicly disclose any
data generated in the performance of this work. If and when approached by the
news media, the Contractor shall refer them to the Ft. Jackson Public Affairs
Office for response.
C.23. Submittals.
The following guidance is to be followed for all construction related submittals, all
submittals required in Division 1 specifications and all submittals identified in
Statements of Work as requiring Contracting Officer approval.
C.23.1. Submittal Classification/Identification.
Throughout these specifications submittals may be identified with the prefix "SD"
followed by a number. This number and prefix are for book keeping and record
sorting in the system. The SD stands for submittal data and the number is a
category, e.g., data, drawings, reports, etc. The submittal register shows either the
title of the item being submitted or the number or title of the item being submitted.
These numbers, if used, may be different in different sections of these
specifications for items with the same title.
C.23.1.1. Data:
Submittals that provide calculations, descriptions, or documentation regarding the
work.
C.23.1.2. Drawings:
Submittals which graphically show relationship of various components of the
work, schematic diagrams of systems, details of fabrication, layouts of particular
elements, connections, and other relational aspects of the work.
C.23.1.3. Instructions:
Preprinted material describing installation of a product, system or material,
including special notices and material safety data sheets, if any, concerning
impedances, hazards, and safety precautions.
C.23.1.4. Schedules:
Tabular lists showing location, features, or other pertinent information regarding
products, materials, equipment, or components to be used in the work.
C.23.1.5. Statements:
A document, required of the Contractor, or through the Contractor, from a supplier,
installer, manufacturer, or other lower tier Contractor, the purpose of which is to
confirm the quality or Orderly progression of a portion of the work by
documenting procedures, acceptability of methods or personnel, qualifications, or
other verifications of quality.
C.23.1.6. Reports:
Reports of inspections or tests, including analysis and interpretation of test results.
Each report shall be properly identified. Test methods used shall be identified and
test results shall be recorded.
C.23.1.7. Certificates:
Statement signed by an official authorized to certify on behalf of the manufacturer
of a product, system or material, attesting that the product, system or material
meets specified requirements. The statement must be dated after the award of this
contract, must state the Contractor's name and address, must name the project and
location, and must list the specific requirements, which are being certified.
C.23.1.8. Samples:
Samples, including both fabricated and non-fabricated physical examples of
materials, products, and units of work as complete units or as portions of units of
work.
C.23.1.9. Records:
Documentation to record compliance with technical or administrative
requirements.
C.23.1.10. Operation and Maintenance (O&M) Manuals:
Data that forms a part of an operation and maintenance manual.
C.23.1.11. Submittal Classification:
Submittals are classified as follows:
C.23.1.11.1. Government Approved
Contracting Officer approval is required for extensions of design, critical materials,
deviations, equipment whose compatibility with the entire system must be
checked, and other items as designated by the Contracting Officer. Within the
terms of the Contract Clause entitled "Specifications and Drawings for
Construction" they are considered to be "shop drawings." Submit in four (4) copies
unless specific project specifies otherwise.
C.23.l.11.2. Information Only
All submittals not requiring Government approval will be for information only.
Submit in two (2) copies.
C.23.1.12. Basic Contract Submittals
Basic Contract submittals can be Government Approved or Information Only.
Basic contract submittals are submittals that are generic in nature for all work
under the JOC and shall be identified by the Contractor (annotation of Basic
Submittal in the remarks column of the ENG Form 4288-R) when providing his
submittal register for approval in accordance with paragraph Submittal Register of
this section. Basic contract submittals shall be submitted within fifteen (15)
calendar days of approval of the submittal register. The Contract Quality Control
Plan, the Accident Prevention Plan and submittals required by C.7.11/C.7.15.1 that
impact the contract as a whole are mandatory Basic Contract Submittals.
C.23.1.13. Task Order Specific Submittals
Task Order specific submittals can be Government Approved or Information Only.
These submittals are identified in each specific Task Order and describe Task
Order specific requirements of materials and/or procedures. Task Order specific
submittals shall be available at time of negotiations (as applicable) and submitted
for final approval within ten (10) days of award of the respective Task Order. The
Contractor may request approval to use Task Order specific submittals as Basic
Contract submittals.
C.24. Approved Submittals
The approval of submittals by the Contracting Officer shall not be construed as a
complete check, but will indicate only that the general method of construction,
materials, detailing and other information are satisfactory. Approval will not
relieve the Contractor of the responsibility for any error, which may exist, as the
Contractor under the CQC requirements of this contract, is responsible for the
dimensions and design of adequate connections, details and satisfactory
construction of all work. After the Contracting Officer has approved submittals, no
re-submittal for the purpose of substituting materials or equipment will be given
consideration unless accompanied by an explanation as to why a substitution is
necessary.
C.24.1. Disapproved Submittals
The Contractor shall make all corrections required by the Contracting Officer and
promptly furnish a corrected submittal in the form and number of copies as
specified for the initial submittal. If the Contractor considers any correction
indicated on the submittals to constitute a change to the contract, notice as required
under the Contract Clause entitled "Changes" shall be given promptly to the
Contracting Officer.
C.25. Environmental Work Statement Clause for all Exterior Work
C.25.1. Through the South Carolina Pollutant Discharge Elimination System
(SCPDES) permitting program, the South Carolina Department of Environmental
Quality (SCDEQ) regulates the discharge of storm water from construction sites
throughout the state including those on military installations.
C.25.2. “Construction” refers to actions that result in a disturbance of the land,
including clearing, grading, excavating, and other similar activities. It also includes
“construction-related activities,” areas that support the construction project such as
stockpiles, borrow areas, concrete truck washouts, fueling areas, material storage
areas and equipment storage areas.
C.25.3. The SCPDES Storm water Program requires operators of construction
sites one acre or larger (including smaller sites that are part of a larger common
plan of development) to obtain authorization to discharge storm water under an
SCPDES construction storm water permit. The Contractor is responsible for
determining whether its construction site will exceed this minimum threshold with
consideration of the definition provided above and if so, obtaining coverage under
an SCPDES construction storm water permit.
C.25.4. Obtaining coverage under an SCPDES permit entails preparing and
implementing a Storm Water Pollution Prevention Plan (SWPPP) in accordance
with SCDEQ requirements and submitting a Notice of Intent (NOI) for coverage
under the applicable SCPDES general permit. Once SCDEQ receives the NOI,
ACDEQ then issues an authorization certificate to the Contractor. If a contractor
has a sub-contractor working together on the same project, then the contractor and
sub-contractor(s) will have to submit a NOI for the same job and separate
authorization certificates will be issued to each party.
C.25.5. If the Contractor determines that the project will not exceed the minimum
threshold and does not submit an NOI and it is later determined that the threshold
is exceeded; the Contractor will be required to stop all work until they have
completed the above process. If the appropriate documentation is not provided to
the Government prior to the start of construction or once the threshold is exceeded,
the Contracting Officer will be notified of the failure to comply with a contract
requirement, the SCDEQ Enforcement Section will be notified, and other
appropriate action will be taken to resolve the matter. The Contractor and any subcontractor(s) will be liable for any fines levied by SCDEQ.
C.25.6. A critical component of the SWPPP is final site stabilization. This
generally involves restoring the disturbed area to at least 70% of its former
vegetative state. After implementing all aspects of the SWPPP, to include final site
stabilization, the contractor submits a Notice of Termination to SCDEQ, ending
coverage under the SCPDES permit.
An example SWPPP can be found at the following website:
http://cfpub1.epa.gov/npdes/stormwater/swppp.cfm
C.25.7. The Contractor is encouraged to follow the format and content of the
sample SWPPP. It is the responsibility of the Contractor to develop a SWPPP that
meets applicable requirements; the Government will not review the Contractor
SWPPP for compliance with applicable laws. The Contractor and any subcontractor(s) shall provide a copy of the SCDEQ Authorization Certificate and a
copy of the SWPPP to the COR prior to any construction or construction-related
activities as defined above.
C.26. Telecommunications Work
C.26.1. Applicability of Installation Information Infrastructure and Architecture
(I3A) Standards. All Inside Plant and Outside plant shall be in accordance with the
I3A Guide (February 2010).
C.26.2. General Installation Requirements. All installations shall meet the
following general installation requirements unless otherwise specified in paragraph
3. All Inside Plant data cable will be shielded Category 6 (CAT 6) and plenum
rated and terminated using the 568B standard. All Outside Plant Fiber Optic (FO)
cable will be a minimum of 12 strand single mode armored (rodent protected)
cable polished and terminated to SC type connectors. All Outside Plant multi-pair
voice backbone cable shall meet the requirements of Insulated Cable Engineers
Association (ICEA) S-80-576 and TIA/EIA-568-B.2 for riser-rated UTP cable.
Conductors shall be solid untinned copper, 24 AWG, with a nominal characteristic
impedance of 100 ohms. All grounding cables shall be a minimum of No. 6 AWG
green-jacket copper stranded wire. All buried cable will be buried at a minimum
48” depth. Installed backboards in communications rooms will be 4’ x 8’ x ¾”
fire-rated plywood painted with fire retardant paint. All cable terminations shall
have a minimum of a 10’ maintenance loop on backboards and a 20’ maintenance
loop in all manholes and hand holes. All ducts and wall penetrations will be sealed
with fire stop sealant. Installation shall include all copper and FO patch panels,
protected entrance terminal, 110 blocks, backbone cables, ladder racks and all
other equipment required in accordance with the I3A Guide, other Army and
Commercial standards as applicable.
C.26.2. Installation Standards.
C.26.2.1. Workstation Communications Outlet. Outlet boxes of at least 2-1/8 in.
depth shall be used where outlets are required. Workstation outlets shall be
installed using 1” surface mounted raceway or 1” EMT within wall structures as
indicated.
C.26.2.2. Outlet Connector. CAT 6 connectors must be used for all voice and data
circuits. Gray colored CAT 6 cable will be used for all voice cables, and blue
colored CAT 6 cable will be used for all data cables. All dual (voice and data)
jacks will be installed with the data outlet on the top and the telephone outlet on
the bottom. Data outlets will be colored blue and voice outlets will be colored
white.
C.26.2.3. Copper Outlet/Connector. Copper outlet/connector must be TIA/EIA
CAT 6 for all projects. All connectors must be 8-pin/8-position insulation
displacement terminations wired per T568B standards for capability with existing
installation.
C.26.2.4. Electrical Outlets. All electrical outlets specified for communications
closets will be installed 18 inches Above Finished Floor (AFF), and shall be 20
AMP dedicated circuits.
C.26.2.5. FO and Copper Splice points. The Government shall identify splice
points as applicable to include strand/pair count identification.
C.26.2.6. Plant-in-Place. The Contractor shall identify and leave in place and in
current condition, any underground cables, wires, conduit that are required to
remain in service. If Contractor removes or disables active cable connected to
circuits that were identified to remain in service or otherwise if outside the scope
of this contract, Contractor will take whatever action is required (at Contractor’s
expense) to immediately return those circuits to their original-working condition.
Immediate restoration requires that Contractor make whatever temporary repairs
are necessary to return the affected circuit(s) to operational service within 60
minutes from cessation of service, regardless of weather.
C.26.3. Drawings
C.26.3.1. Final Red-Line Drawings. Throughout the installation process, the
Contractor shall maintain an up to date, red-line, copy of all changes made to the
original project design drawings. The Contractor shall, upon completion of the
final system acceptance test, furnish two sets of the red-line project design
drawings to show the routing of conduit, cables, placement of terminals; all splice
points, and all major components. Electronic drawings are required under this
effort. The Contractor shall use these files as the basis for the final submission.
The red-line project design drawings shall be submitted in paper prior to final
submission. One copy of the drawings (electronic and hardcopy) shall be provided
to DPW and the second to NEC.
C.26.3.2. Drawing Format. The Contractor shall produce final plant-in-place
drawings in CAD format, based on the final red line drawings to include plan and
profile drawings. The Contractor shall provide these drawings to the NEC.
C.26.4. Testing. The Contractor shall utilize the equipment manufacturer’s
standard commercial/quality assurance practices during system installation. The
Contractor shall document all results. Results shall be available for Government
for COR review. The Contractor shall furnish required equipment for testing. The
Contractor shall notify the Government at least two weeks before the start of any
testing. The system shall not be cutover/committed without specific Government
approval by a representative from NEC.
C.26.4.1. FO Testing. Two optical tests shall be performed on all optical fibers:
Optical Time Domain Reflectometry (OTDR) Test and Attenuation Test. These
tests shall be performed on the completed end-to-end spans which include the nearend pre-connectorized single fiber cable assembly, outside plant as specified, and
the far-end pre-connectorized single fiber cable assembly.
C.26.4.2. OTDR Test. The OTDR test shall be used to determine the adequacy of
the cable installations by showing any irregularities, such as discontinuities, microbendings, improper splices, for the cable span under test. Hard copy fiber signature
records shall be obtained from the OTDR for each fiber in each span and shall be
included in the test results. The OTDR test shall be measured in both directions. A
reference length of fiber, 1 km 3280 feet minimum, used as the delay line shall be
placed before the new end connector and after the far end patch panel connectors
for inspection of connector signature. The OTDR test shall be conducted in
accordance with EIA TIA/EIA-455-81B for single-mode fiber. Splice losses shall
not exceed 0.1db. Attenuation losses shall not exceed 0.5 db/km at 1310 nm and
1550 nm for single-mode fiber.
C.26.4.3. Attenuation Test. End-to-end attenuation measurements shall be made
on all fibers, in both directions, using a [1300] nanometer light source at one end
and the optical power meter on the other end to verify that the cable system
attenuation requirements are met. The measurement method shall be in accordance
with EIA ANSI/EIA/TIA-455-53A.
C.26.4.4. Copper Cable Testing. All copper cable installed under Task Orders
shall be tested. Testing will consist of but not be limited to, the following cable
test: Insulation resistance, Short/crosses, Grounds, Opens, Reversals, Splits,
Transpositions, Shield continuity, Loop resistance, Capacitance.
C.26.5. Telecommunications Labeling Standards
C.26.5.1. Outlet Standards. The following standards shall apply to labeling of
jacks.
Single Gang
Double Gang
TR133-PPA-V22
TR133-PPB-D22
TR133-PPA-V22
VOICE
VOI
CE
DAT
A
DATA
DAT
A
DAT
A
TR133-PPA-V22
TR133-PPB-D22
TR133-PPB-D22
Room # of
telecom closet
Jack # from
patch panel
Patch panel
letter
Location Standards
 Voice is always left & top
 Voice is gray cable and jack
 Data is blue cable and jack
Labeling Standards
 IAW TIA/EIA-606-A
 Minimum of ¼-inch high

Label is room # of telecom closet – patch
panel letter – jack number on patch panel
C.26.5.2. Rack Standards. The following standards shall apply to labeling on
racks.
Single Rack
Two or More Racks
Fiber
Patch
Fiber
Patch
Voice
Patch
Voice
Patch
Data
Patch
Voice
Patch
Switches
Data
Patch
Power/
UPS
Data
Patch
LAYOUT STANDARDS
 Fiber is always top
 Voice is always left & top below fiber
 Data is always below voice and on the left rack
 Switches are below patch panels and/or on the right rack
 Power/UPS devices are always right and bottom
Switches
Power/
UPS
C.26.5.3. Patch Panel Standards. The following standards shall apply to
labeling on patch panels.
LOCATION
STANDARDS
 Voice patch panel
is always left &
top
 Voice is gray
cable and jack
 Data is blue cable
and jack
LABELING
STANDARDS
 IAW TIA/EIA606-A
 Minimum of ¼inch high
 Label is room #
where jack is
located
PANEL A - VOICE
RM126
RM126
RM127
1
2
3
RM143
4
RM156
RM157
5
6
RM157
7…
RM162
48
PANEL B - DATA
RM126
RM126
RM127
1
2
3
RM143
4
RM156
5
RM157
6
RM157
7…
RM162
48
C.26.5.4. Room Standards. The following standards shall apply to labeling
within rooms.
Wall-mounted voice
outlets are notated
with a “W” and outlet
covers contain a
single RJ45 with
mounting studs.
LABELING STANDARDS


Begin in the northwest corner of the
room with lowest number available on
patch panel
Move clockwise around the room,
number jacks sequentially with patch
panel numbers
C.26.5.5. Telecommunication Symbols. The following telecommunications
symbols shall be used in all telecommunications drawings submitted for design
review.
WALL MOUNT TELEPHONE - ONE VOICE CABLE
ONLY. WP INDICATES WEATHERPROOF.
TELECOM OUTLET - X = VOICE CABLES Y =
DATA CABLES.
COUNTER HEIGHT TELECOM OUTLET - X =
VOICE CABLES Y = DATA CABLES.
FIBER OPTIC TELECOM OUTLET.
CATV LOCATION -ONE RG6 QUAD SHEILD
COAXIAL + ONE CAT6 CABLE.
DATA OUTLET BOX - 1" CONDUIT TO
ACCESSIBLE CEILING U.O.N.
RECESSED FLOOR BOX OUTLET - X = VOICE
CABLES Y = DATA CABLES.
CEILING MOUNTED TELECOM OUTLET - ONE
DATA CABLE ONLY.
JUNCTION BOX - X= NUMBER OF 1" CONDUITS
TO ACCESSIBLE CEILING.
VIDEO TELECONFERENCE OUTLET FOR GFGI
SYSTEM.
AUDIO VISUAL OUTLET - (2) 1" EMPTY
CONDUITS TO ACCESSIBLE CEILING.
DOOR MONITORING SYSTEM - BALANCED
MAGNETIC SWITCH.
DOOR MONITORING PANEL.
INTRUSION DETECTION SYSTEM PANEL.
BALANCED MAGNETIC SWITCH
VOLUMETRIC MOTION DETECTOR
DURESS BUTTON
KEYPAD
12" LADDER RACK
4" x 12" BASKET TYPE CABLE TRAY
RATED SLEEVE
C.27. CONTRACTOR RESPONSIBILITIES;
C.27.1. AT Level I Training. This provision/contract text is for contractor
employees with an area of performance within an Army controlled installation,
facility or area. All contractor employees, to include subcontractor employees,
requiring access Army installations, facilities and controlled access areas shall
complete AT Level I awareness training within ten (10) calendar days after
contract start date or effective date of incorporation of this requirement into the
contract, whichever is applicable. The contractor shall submit certificates of
completion for each affected contractor employee and subcontractor employee, to
the COR or to the contracting officer, if a COR is not assigned, within five (5)
calendar days after completion of training by all employees and subcontractor
personnel. Antiterrorism Level I Training now resides on Joint Knowledge Online
(JCONTRACTING OFFICER), and can be reached via the following site:
https://jContracting Officerdirect.jten.mil/ Users will need to enroll in Course # JSUS007-14
to receive the training.
C.27.2. Access and General Protection/Security Policy and Procedures.
Contractor and all associated sub-contractors employees shall comply with
applicable installation, facility and area commander installation/facility access and
local security policies and procedures (provided by government representative).
The contractor shall also provide all information required for background checks to
meet installation access requirements to be accomplished by installation Provost
Marshal Office, Director of Emergency Services or 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 individual facility or installation change, the
Government may require changes in contractor security matters or processes.
C.27.3. iWATCH Training. This standard language is for contractor employees
with an area of performance within an Army controlled installation, facility or
area. The contractor and all associated sub-contractors shall brief all
employees on the local iWATCH program (training standards provided by the
requiring activity ATO). This local 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 COR. This training shall be completed within fifteen
(15) calendar days of contract award and within 30 calendar days of new
employees commencing performance with the results reported to the COR NLT 30
calendar days after Contract Award.
C.27.4. Contract Requires OPSEC Training. Per AR 530-1, Operations Security,
new contractor employees must complete Level I OPSEC training within 30
calendar days of their reporting for duty. All contractor employees must complete
annual OPSEC awareness training. Training can be accessed on line the following
link; https://jContracting Officerdirect.jten.mil/ you will need to enroll in course
number EUC-ECJ6-110-N-LB; You may use your CAC card if you have one to
sign in or you will need to register and create a password.
C.28. ENVIRONMENTAL SAFETY, HEALTH, AND ENVIRONMENTAL
PROTECTION
(Read in conjunction with clauses FAR 52.236-7, Permits and Responsibilities;
and 40 CFR Part 247, Comprehensive Products Containing Recovery Material; if
incorporated herein).
C.28.1. In performing work under this contract the Contractor shall comply with
the applicable requirements and standards set forth in the following regulations and
publications as well as other applicable statutes and regulations. Compliance with
the regulations and publications listed below form a part of the requirements of this
contract. The Contracting Officer shall provide copies of regulations and
publications to the Contractor upon request or shall advise where they may be
obtained.
(1) Code of Federal Regulations (CFR):
√ OSHA General Industry Safety and Health Standards, 29 CFR 1910,
Publication V2206.
√ OSHA Construction Industry Standards, 29 CFR 1926.
√ Wetlands, 33 CFR Parts 320 through 330, and 40 CFR Part 230.
√ National Primary and Secondary Ambient Air Quality Standards, 40
CFR Part 50.
√ Standards of Performance for New Stationary Sources, 40 CFR Part
60.
√ National Emission Standards for Hazardous Air Pollutants, 40 CFR Part
61.
√ Regulation of Fuels and Fuel Additives, 40 CFR Part 80.
√ Protection of Stratospheric Ozone, 40 CFR Part 82.
√ Discharge of Oil, 40 CFR Part 110.
√ Designation of Hazardous Substances, 40 CFR Part 116.
√ Determination of Reportable Quantities for Hazardous Substances, 40
CFR Part 117.
√ National Pollutant Discharge Elimination System (NPDES), 40 CFR Part
122.
√ Toxic Pollutant Effluent Standards, 40 CFR Part 129.
√ National Primary and Secondary Drinking Water Regulations, 40 CFR
Parts 141 and 143.
√ Regulations of Acceptance, Disposal and Storage of Pesticides and
Pesticide Containers, 40 CFR Part 165.
√ Certification of Pesticide Applicators, 40 CFR Part 171.
√ Noise Abatement, 40 CFR Parts 201 through 211.
√ Standards for Tracking and Management of Medical Waste, 40 CFR
Part 259.
√ Hazardous Waste Management System, 40 CFR Part 260.
√ Identification and Listing of Hazardous Waste, 40 CFR Part 261.
√ Standards Applicable to Generators of Hazardous Waste, 40 CFR Part
262.
√ Standards for Owners and Operators of Hazardous Waste Treatment,
Storage, and Disposal Facilities, 40 CFR Part 264.
√ National Oil and Hazardous Substances Pollution Contingency Plan, 40
CFR Part 300.
√ Designation, Reportable Quantities, and Notification, 40 CFR Part
302.
√ Polychlorinated Biphenyls (PCBs) Manufacturing, Distribution in
Commerce, and Use Prohibitions, 40 CFR Part 761.
√ Asbestos, 40 CFR Part 763. AA. Endangered and Threatened Wildlife
and Plants, 50 CFR Parts 17.11, 17.12, 17.95, 17.96, and 222.
(2) Agency Regulations and Publications:
√ Federal Standard 313B, Material Safety Data Sheets, Preparation and the
Submission of.
√ U.S. Army Corps of Engineers Safety and Health Requirements Manual,
EM 385-1-1.
√ Use of Asbestos Containing Material, ETL 1110-1-118.
√ Policy and Guidelines for Asbestos Management, DA Circular
40-834.
√
√
√
√
√
Environmental Protection and Enhancement, DA Regulation 200-1.
Environmental Effects of Army Actions, DA Regulation 200-2.
Historic Preservation, DA Regulation 420-40.
Solid and Hazardous Waste Management, DA Regulation 420-47.
Natural Resources-Land, Forest and Wildlife Management, DA
Regulation 420-74.
√ Pest Management, DA Regulation 420-76.
√ Hazardous Material/Hazardous Waste Management, Fort Jackson
Regulation 200-3.
(3) Ensure that any additional measures the Contracting Officer determines to
be reasonably necessary for the purpose of compliance with applicable safety,
health, and environmental laws and regulations are taken.
C.28.2. Work covered: These requirements are applicable to all work covered by
this contract.
C.28.3. Definitions of Hazardous Materials and Hazardous Wastes: Refer to
Designation of Hazardous Substances in Part 116, 40 CFR; hazardous wastes in
Part 261 of 40 CFR; Designation in Part 302 of 40 CFR; hazardous materials in
Parts 106 through 178 of 49 CFR; hazardous and toxic materials/substances
included in Subparts H and Z of 29 CFR 1910; and to others as additionally
defined in Fed. Std. 313. Those most commonly encountered include asbestos,
polychlorinated biphenyls (PCBs), explosives, radioactive material, and solvents,
but may include others. The most likely products to contain asbestos are sprayedon fireproofing, insulation, boiler lagging, and pipe covering.
C.28.4. Asbestos.
(1) THE CONTRACTOR IS WARNED that exposure to airborne asbestos
has been associated with four diseases: lung cancer, certain gastrointestinal
cancers, pleural or peritoneal mesothelioma and asbestosis. Studies indicate there
are significantly increased health dangers to persons exposed to asbestos who
smoke, and further, to family members and other persons who become indirectly
exposed as a result of the exposed worker bringing asbestos-laden work clothing
home to be laundered.
(2) The Contractor is advised that friable and/or non-friable asbestoscontaining material may be encountered in areas where contract work is to be
performed. Friable asbestos-containing material means any material that contains
more than one percent asbestos by weight that hand pressure can crumble,
pulverize or reduce to powder when dry. Non-friable asbestos-containing
materials are materials in which asbestos fibers are bound by a matrix material,
saturate, impregnate or coating. Non-friable asbestos-containing materials do not
normally release airborne asbestos fiber during routine handling and end use.
However, excessive fiber concentrations may be produced during uncontrolled
abrading, sanding, drilling, cutting, machining, removal, demolition or other
similar activities.
(3) Care must be taken to avoid releasing, or causing to be released, asbestos
fibers in the atmosphere where they may be inhaled or ingested. The Occupational
Safety and Health Administration (OSHA) has set standards at 29 CFR 1910.1001
for exposure to airborne concentrations of asbestos fibers, methods of compliance,
medical surveillance, housekeeping procedures and other measures that must be
taken when working with or around asbestos-containing materials. 29 CFR
1910.1001 has been identified as applicable to construction (29 CFR 1926.55
gases, vapors, fumes, dusts and mists). The Environmental Protection Agency
(EPA) has established standards at 40 CFR 61.140-156 for the control of asbestos
emissions to the environment and the handling and disposal of asbestos wastes.
(4) Friable asbestos containing materials are not permitted by current criteria
and shall not be used in new construction or modification projects (ETL 110-1118). Plans and specifications for all new construction and modification projects
will be reviewed to ensure that the use of friable asbestos-containing materials is
not specified or required.
(5) Maintenance, modification, or demolition activities where exposure to
asbestos dust may occur from previously installed friable or non-friable asbestoscontaining material will be identified. The Contractor shall strictly adhere to all
precautions, to include proper work practices, medical surveillance, respiratory
protection, industrial hygiene, and environmental protection requirements of
OSHA (29 CFR 1910.1001), EPA (40 CFR 61.140-156) and DA Circular 40-834,
as applicable.
C.28.5. Solid, Liquid, and Gaseous Contaminants.
(1) Contractor shall be responsible for the proper disposal of all solid, liquid,
and gaseous contaminants in accordance with all applicable federal, state and local
codes and regulations, together with, but not limited to, the following
requirements:
(2) Discharge gaseous contaminants so that they will be sufficiently diluted
with fresh air to reduce the toxicity to an acceptable level.
(3) Liquid contaminants may, subject to applicable regulatory standards, be
diluted with water to a level of quality acceptable in the local sewer systems, or
shall be disposed of in approved vessels at approved sites.
(4) Disposal of Refuse: Remove refuse resulting from operations from the site
and dispose of as directed by the Contracting Officer. However, in no case shall
refuse be removed or disposed contrary to any applicable environmental law or
regulation. The Contractor shall notify the Contracting Officer of any direction
given by any government employee or agent, including the Contracting Officer,
which is contrary to any applicable law or regulation.
(5) Covered Chutes: All chutes for refuse, and the like, shall be covered or of
such design to fully confine the material to prevent the dissemination of dust.
C.28.6. Noise Control. The Contractor shall comply with all applicable federal,
state and local laws, ordinances, and regulations relative to noise control.
C.28.7. The installation safety officer shall be designated as the responsible
individual for monitoring the Contractor in the area of safety and accident
prevention.
C.28.8. The Contractor shall be responsible for and comply with all applicable
notification, permit and license requirements identified in the regulations and
publications identified above and as well as in other
applicable federal, state and local statutes and regulations.
C.28.9. The Contractor shall include these SAFETY, HEALTH, AND
ENVIRONMENTAL PROTECTION special contract requirements in all
subcontracts.
Website for SC DHEC Bureau of Air Quality - http://www.scdhec.net/baq/
C.29. HAZARDOUS MATERIALS/HAZARDOUS WASTE
MANAGEMENT AND DISPOSAL
C.29.1. Hazardous wastes must be disposed of in accordance with the Resource
Conservation and Recovery Act and other applicable federal, state and local laws
and regulations.
C.29.2. If this contract involves the generation, use, storage, treatment, or disposal
of hazardous materials or hazardous wastes, the Contractor shall:
(1) Provide the Environmental and Natural Resources Division of Fort
Jackson DPW with hazardous material inventory information for the hazardous
material being used on Fort Jackson.
(2) Properly label, store, and transport hazardous material and/or hazardous
waste as directed in Fort Jackson Regulation 200-3, and comply with local, State,
and Federal regulations.
(3) Dispose of hazardous waste generated on Fort Jackson in accordance with
local, State, and Federal laws and regulations, using Fort Jackson's EPA
identification No. SC321002048. The Contractor is responsible for considering
and including all disposal costs in submitting an offer for this contract.
(4) Provide the Environmental and Natural Resources Division, DPW, with
inventory information, and forward to the Contracting Officer, with a copy to the
Environmental and Natural Resources Division, a copy of all
hazardous waste manifests.
(5) Provide the Contracting Officer with a copy of all approved permits,
licenses, and forms required to be obtained from EPA, South Carolina Department
of Health and Environmental Control, and/or any other regulatory body incident to
work on this contract. Notice to Proceed will not be issued by the Government
until such permits, licenses or forms have been provided to the Contracting
Officer.
C.29.3. The Contractor shall include these HAZARDOUS
MATERIALS/HAZARDOUS WASTE MANAGEMENT AND DISPOSAL
special contract requirements in all subcontracts.
Website for SC DHEC Bureau of Air Quality - http://www.scdhec.net/baq/
Related documents
Download