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/