+ All Categories
Home > Documents > MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and...

MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and...

Date post: 16-Apr-2020
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
16
MAHG -10-1038 04 May 2012 Page 1 of 10 GENERAL CONDITIONS STATEMENT OF WORK FOR MAHG-10-1038 Maintain and Re-Paint Elevated Water Tank No. 4 KEESLER AFB, MISSISSIPPI 1.1 SCOPE: The Work performed under this Contract shall consist of furnishing all labor, materials, and equipment necessary to perform maintenance repair and re-paint Elevated Water Tank #4, as described in this Statement of Work. Contractor is required to examine the site and make note of all requirements of the Work before submitting any bids. Any accessories or incidental items not specifically shown on the Drawings and detailed in the Statement of Work herein, which are necessary and/or required to complete the work within the intent of the these documents, shall be included by the Contractor without additional cost to the CSC. All work shall be done in a neat and workmanlike manner and in keeping with generally accepted standards for similar work. All work shall be performed in strict accordance with the SOW/specifications/plans and drawings and subject to the terms and conditions of the contract. Contractor is responsible for Disposing of all Material and cleaning the area of work at the completion of the project. Contractor is responsible for protecting all facilities, equipment, motor vehicles, Government and privately owned from all damage from repair and painting operations for Elevated Tower work. If any facilities, equipment, vehicles Government or Privately owned are damaged from Elevated Tank repairs or Painting, Contractor is responsible for the repairs and or restoration of any damaged facilities, equipment, vehicles, Government or private to same condition prior to damage. CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFING ALL MEASUREMENTS AND EVALUATING EXISTING CONDITIONS. All work described on attached report for EWT # 4 Interior Paint System- Sandblast all rusted and abraded areas to an SSPC # 10 (near white metal) followed by an SSPC # 7 (sweep blast) to all remaining areas to establish an anchor profile, spot prime bare metal areas with epoxy primer, stripe coat seams with an epoxy followed by a complete epoxy system 8-10 mils dry film thickness. Include removal of sediment and /or debris from the tank interior. Work to be in accordance with latest AWWA and MSHD latest standards for the Interior Paint System Exterior Paint System- Power wash all exterior surfaces, hand tool clean rusted and abraded areas, spot prime and apply one complete coat of enamel. Work shall be in accordance with latest AWWA, OSHA, and EPA standards for the Exterior Paint System. Exterior Painting shall include Water Tower Graphics in accordance with UFC 3-120-01, Feb 6, 2003; Section 4E- Water Tower Graphics. ( Attached) Contractor shall provide documentation indicating minimum 5year prior successful experience in Elevated Water Tank maintenance and painting. Include Super Chlorinated to 50 ppm, Bac-T Tested, 2 days consecutive. Coordinate testing with Base Utility Shop in charge of Elevated Water Tower, and Base Bio Environmental,
Transcript
Page 1: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

MAHG -10-1038

04 May 2012

Page 1 of 10

GENERAL CONDITIONS

STATEMENT OF WORK FOR MAHG-10-1038 Maintain and Re-Paint Elevated Water Tank No. 4

KEESLER AFB, MISSISSIPPI 1.1 SCOPE: The Work performed under this Contract shall consist of furnishing all labor, materials, and

equipment necessary to perform maintenance repair and re-paint Elevated Water Tank #4, as described in this Statement of Work.

Contractor is required to examine the site and make note of all requirements of the Work before submitting any bids. Any accessories or incidental items not specifically shown on the Drawings and detailed in the Statement of Work herein, which are necessary and/or required to complete the work within the intent of the these documents, shall be included by the Contractor without additional cost to the CSC.

All work shall be done in a neat and workmanlike manner and in keeping with generally accepted standards for similar work.

All work shall be performed in strict accordance with the SOW/specifications/plans and drawings and subject to the terms and conditions of the contract. Contractor is responsible for Disposing of all Material and cleaning the area of work at the completion of the project.

Contractor is responsible for protecting all facilities, equipment, motor vehicles, Government and privately owned from all damage from repair and painting operations for Elevated Tower work. If any facilities, equipment, vehicles Government or Privately owned are damaged from Elevated Tank repairs or Painting, Contractor is responsible for the repairs and or restoration of any damaged facilities, equipment, vehicles, Government or private to same condition prior to damage.

CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFING ALL MEASUREMENTS AND EVALUATING EXISTING CONDITIONS.

• All work described on attached report for EWT # 4 • Interior Paint System- Sandblast all rusted and abraded areas to an SSPC # 10 (near white metal)

followed by an SSPC # 7 (sweep blast) to all remaining areas to establish an anchor profile, spot prime bare metal areas with epoxy primer, stripe coat seams with an epoxy followed by a complete epoxy system 8-10 mils dry film thickness. Include removal of sediment and /or debris from the tank interior. Work to be in accordance with latest AWWA and MSHD latest standards for the Interior Paint System

• Exterior Paint System- Power wash all exterior surfaces, hand tool clean rusted and abraded areas, spot prime and apply one complete coat of enamel. Work shall be in accordance with latest AWWA, OSHA, and EPA standards for the Exterior Paint System.

• Exterior Painting shall include Water Tower Graphics in accordance with UFC 3-120-01, Feb 6, 2003; Section 4E- Water Tower Graphics. ( Attached)

• Contractor shall provide documentation indicating minimum 5year prior successful experience in Elevated Water Tank maintenance and painting.

• Include Super Chlorinated to 50 ppm, Bac-T Tested, 2 days consecutive. Coordinate testing with Base Utility Shop in charge of Elevated Water Tower, and Base Bio Environmental,

Page 2: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

MAHG -10-1038

04 May 2012

Page 2 of 10

• Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000 Par-4.3.11 & UFC 3-570-06 Jan,31,2003, Par 1-2.1 & 3-4. Work shall provide all Engineering, materials, labor, equipment, supervision, and miscellaneous items for a complete working system. The system shall include rectifier equipped with automatic controller, vertical suspended titanium mixed metal oxide anode assembles and all accessories as required. Existing equipment in good working condition may be re-used. All work shall be approved by a Certified Cathodic Protection Engineer experienced in Elevated Water Tank Cathodic Protection

• After all work is complete, Clean, Chlorinate, & Sanitize Tank per approval of KAFB Water Works Manager & Missippi State Department of Health.

• Provide splash Block as shown on attached Plan. • Provide Crushed Stone (Size #57) , 4” thick over area under tower to fence line. Undercut

existing soil surface 3”(+/-), grade similar to existing, provide layer of geo-textile cloth over graded area; spread 4” firm compacted stone over area. Provide an area approximately 12’ x 12’, excavated to 8” (+/-) below existing grade and back fill with stone; cover with 4” stone pad and splash block as shown on Plans.

• Provide new 1” Globe valve and hose -bibb at existing test line.

Include all cost for labor, tools, equipment, scaffolding, rigging, overhead and profit for six each additional steel welding repairs to outside of Elevated Water Tower structure which may include ladders, railings, walkways, miscellaneous bracing, standoffs and other steel parts as directed by Contracting Officer.

Addendum #3 25Apr2012- De-chlorinate Tank Maintain and Re-Paint Elevated Water Tank No. 4

1.1 Add to the Scope of Work the following items: 1. De-chlorinate tank prior to draining as directed by KAFB Utilities Water Operations Supervisor.

Alternate #1- Add Fabric Type Skirt Enclosure, (full height of tank) for Protecting Surrounding Area from air-borne particulars during Exterior Cleaning, Welding and Painting

Maintain and Re-Paint Elevated Water Tank No. 4 1.1 SCOPE: The Work performed under this alternate shall consist of furnishing all labor, materials,

and equipment necessary to furnish and remove a Fabric type enclosure around tank for the full height during exterior cleaning, welding and painting of Elevated Water Tank #4,

Contractor is required to examine the site and make note of all requirements of the Work before submitting any bids. Any accessories or incidental items not specifically shown on the Drawings and detailed in the Statement of Work herein, which are necessary and/or required to complete the work within the intent of the these documents, shall be included by the Contractor without additional cost to the CSC.

All work shall be done in a neat and workmanlike manner and in keeping with generally accepted standards for similar work. and subject to the related terms and conditions of the contract.

Page 3: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

MAHG -10-1038

04 May 2012

Page 3 of 10

Enclosure details shall be submitted to Contracting Officer and PM for approval before installing. Contractor to install temporary enclosure prior to starting any exterior work and continue enclosure until all exterior is completed. Enclosure shall be secured during any Hurricane threats Contractor will remain responsible for any damage to surrounding property caused by any of the

contractor’s work

1.1.1 SCHEDULING: Scheduling of all work shall be coordinated and approved by the CSC buyer prior to the start of any work.

1.1.2 COMPLETION TIME: The completion date for this project is 120 calendar days , per project number,

from the notice to proceed. 1.2 WORKING CONDITIONS: The Contractor shall take all necessary and prudent safety precautions to

ensure the safety of the workforce and other exposed personnel. 1.2.1 Building Occupancy: The building area involved will not be vacant. However, adjacent rooms will be

occupied. Sound and dust barriers will be required at all openings into occupied spaces. 1.2.2 Maintenance of Traffic Flow: Work performed under this contract shall be planned to minimize

disruption to normal traffic flow. Partial or complete interruption to normal traffic flow shall be approved by the Contracting Officer. Barricades shall be utilized where necessary to properly route vehicular or pedestrian traffic.

1.2.3 Underground Utilities: Protect all active utilities. Any damage to existing utility lines caused by the

Contractor will be the Contractors responsibility. 1.2.4 Hazardous Electrical Exposure: Provide Safety protection and precautions for any electrical exposure. 1.2.5 Permits: Contractors will be required to obtain permits as required by Keesler in the performance of their

work. Contractors shall post or have readily available all permits before work is commenced The following permits must be obtained anytime referenced work is required. Dig Permit , CSC customer service Burn Permit, Keesler AFB Fire Department Confined Entry Permit, Certified Personnel, obtain permit from CSC project management personnel, or

CSC safety office. Notification to fire department of actual day and time work is accomplished.

1.3 WORKING HOURS: Work performed shall be during normal work hours defined as 7:00 am - 5:00 am

Mondays – Fridays.

The following are legal holidays:

Page 4: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

MAHG -10-1038

04 May 2012

Page 4 of 10

New Year’s Day Martin Luther King, Jr’s Birthday - Third Monday in January President’s Day - Third Monday in February Memorial Day - Last Monday in May Independence Day Labor Day - Second Monday in September Columbus Day - Second Monday in October Veteran’s Day Thanksgiving Day Christmas Day

No work shall be accomplished outside of the normal base working hours, on weekends, or on federal holidays without the prior written approval of the CSC buyer, or as required by project requirements. Approval shall be requested at least 10 days in advance of the unusual hours. However, the CSC buyer may require certain work to be performed outside of normal working hours in order to minimize disruption of base functions and activities.

1.4 SPECIFICATIONS: All accessories or incidental items not specifically shown and detailed in the

specifications herein, which are necessary and/or required to complete the work within the intent of the specifications, shall be included by the Contractor without additional cost to CSC.

1.5 MATERIAL DELIVERY AND STORAGE: 1.5.1 Delivery: The Contractor shall have all materials for his work delivered during normal working hours or

shall have a representative present to receive shipments. The contractor should be particularly aware that all delivery vehicles must have sufficient information to locate project site. This includes name and address of the project site and name of prime contractor and a point of contact for delivery.

1.5.2 Storage: The Contractor shall be responsible for the storage of all material and equipment. All items shall

be properly stored to maintain their original condition until actually installed. 1.6 REPAIR OF GOVERNMENT -OWNED FACILITIES: In order to complete the work on this job,

certain CSC-owned facilities may have to be removed or altered in some way and others may be inadvertently damaged. It is the responsibility of the Contractor to return these facilities to a condition acceptable to the CSC buyer.

1.7 UTILITIES: All reasonable amounts of electricity and water required for the completion of this project

will be furnished to the Contractor without charge from existing Government facilities where feasible. 1.8 INTERRUPTION OF UTILITY SERVICE: Interruptions to utility services shall be minimized.

Necessary outages shall be coordinated with the CSC buyer a minimum of 10 days in advance of the planned outage.

1.9 TEMPORARY SANITARY FACILITIES: Portable sanitation units for this project shall be supplied by

the contractor. This includes maintenance, transportation to and from job site, secure placement of unit as not to obstruct normal public activity, and unit clean-out as needed. The type units provided and the placement location(s) shall be approved by the CSC buyer.

1.10 STORM DAMAGE: Should warnings of winds of gale force or stronger be issued, the Contractor shall

take every practical precaution to minimize danger to persons and damage to property. These precautions

Page 5: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

MAHG -10-1038

04 May 2012

Page 5 of 10

shall be coordinated through the CSC buyer and shall include closing all openings; removing all loose materials, tools, and equipment from exposed locations; as well as removing or securing scaffolding and other temporary work. Contractor will follow Keesler requirements for Hurricane Conditions in force.

1.11 SAFETY: The Contractor shall observe all Safety, Security, Traffic and Fire regulations presently

enforced at Keesler Air Force Base. And comply with latest issue of OSHA requirements. 1.12 CONSTRUCTION: 1.12.1 Material: All material furnished by the Contractor for this job shall be new, unused material of high

quality. 1.12.2 Cleaning: The Contractor shall maintain the premises, including any staging area or storage areas, free

from accumulations of waste, debris, and rubbish caused by the Contractor’s work and shall minimize the spread of dust and flying particles. As work is completed, or at the end of each day, the site shall be cleaned and all waste material shall be properly disposed of.

1.13 JOBSITE MAINTENANCE AND STORAGE AREAS: The contractor shall maintain the jobsite and

staging areas in conformance with Keesler standards. 1.13.1 Lay down/staging areas shall be kept neat and free of loose debris at all times. Grass shall be cut and

maintained regularly. Height and maintenance shall be consistent with normal Base standards and consistent with the immediate area.

1.13.2 Jobsites and lay down/staging areas shall be enclosed with a 6’ chain link fence with brown fabric

screening. Materials and equipment may be stored inside storage units. Items stored in the lay down area shall be arranged neatly.

1.13.3 All temporary storage trailers and storage containers shall present a neat and clean appearance and shall be

in a state of good repair and shall be located within the fenced area described in paragraph above. 1.13.4 If allowed by the contract and if approved by the CSC buyer, an office mobile unit may be located outside

of a fenced area. At a minimum, this unit shall be in a paved area and shall present a neat, professional appearance. Unit shall be of Keesler standard colors, shall have presentable skirting and access stairs. Ancillary items, such as porches and canopies, shall be neat and painted Keesler brown. Contractor shall submit a picture of the proposed unit for approval and before unit is moved to Base.

1.13.5 Execution of work may require excavation or other type of work both at and away from primary work

area. These areas shall be secured and work times shall be kept to a minimum. Open excavations shall be directly in progress or shall be covered directly after work complete. Open excavations requiring extended period of inactivity shall be temporarily backfilled. In no case shall an excavation be open for more than 72 hours. Barricades, fences and other warning devices shall be maintained neatly at all times.

1.14 PHASING: The work on this job shall be divided into three phases. These phases are described

following:

Phase I - Submittals: All submittal documentation shall be received by the CSC buyer during this phase. No work, including mobilization, shall commence until after approval by the CSC of all submittals and notice to proceed for phase II has been be issued.

Page 6: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

MAHG -10-1038

04 May 2012

Page 6 of 10

Phase II - Construction: All construction work shall be performed during this phase. The period of performance shall begin upon the contractor’s receipt of a written notice to proceed for this phase. Phase III - Punch list: All punch list items noted during the final inspection of phase II shall be completed during this phase.

1.15 SUBMITTALS: Submittals shall be provided as outlined in these specifications. At a minimum all major

materials used shall be submitted for documentation which shall include the manufactures pre-printed cut sheets showing all salient qualities of the items specified. The contractor shall highlight the pertinent salient characteristics with a brightly colored transparent marker. The contractor may his normal submittal form however, all submittal documents received that do not clearly delineate and display the information which is being submitted will be returned to the contractor. The contractor shall ensure that pertinent information showing compliance with the drawings and specifications is shown on the documents submitted.

List of Specific submittals required for this project in addition to the materials submissions: Shop Drawing Sign Markings on Tank Paint material data sheet, Interior Epoxy System, and Exterior spot prime and finish Enamel coat. 1.15.1 INTERUPTION OF MECHANICAL, ELECTRICAL, PLUMBING SERVICE: Interruptions to any mechanical, electrical or plumbing services shall be minimized. Necessary outages shall be coordinated with the STM a minimum of 10 days in advance of the planned outage. The Contractor shall fill out a “Utility Service Outage Request Form” and submit it to the STM. The STM may require the contractor to attend a coordination meeting to access the purpose, intent, and impact of the outage request with the facility and any or all operations departments. Contractors shall not shut-down or start-up any mechanical, electrical or plumbing system without the coordination and/or permission of the STM. 1.16 INCLEMENT WEATHER: The performance period for this project has incorporated allowances for

inclement weather. The basis for determining this allowance is shown as follows Month weather days January 3 February 4 March 3 April 3 May 3 June 2 July 2 August 2 September 3 October 3 November 4 December 4

For the purposes of this contract, weather days shall be defined as a working day in which work cannot be effectively performed due to inclement weather. If the number of weather days in any given month

Page 7: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

MAHG -10-1038

04 May 2012

Page 7 of 10

exceeds the planned number shown in the table, the performance period will be extended on a one for one basis upon request and approval by the CSC buyer. For consideration, this request shall be submitted monthly with the progress report. All requests should identify all weather days in that month.

1.17 Recycled Content and Bio based Products: Executive Order 13514, 5 Oct 09, outlines the federal conserving and protecting natural resources and the environment. If applicable, material and product submittals for all recycled-content items should list the recycled and recovered materials used and the percentage content (by weight). Submittals for bio-based products should describe the bio-based materials used and the percentage content (by weight). This data is required to be submitted by the subcontractor on an AF Form 3000 (Material Approval Submittal) to the buyer upon completion of performance construction). 1.18 Environmental Protection: Contractor personnel shall, at all times, perform all work and take such steps required to prevent any interference or disturbances to the ecological balance of the environment. All work must be performed in accordance with applicable Federal, State, Local, and Air Force environmental regulations. Use good management practices to protect air, water, land and wildlife and to prevent noise, solid waste, radiant energy, dust and radioactive pollutants. In the event of a chemical or hazardous material spill, the contractor must immediately notify the Keesler Fire Department at 228-377-1839 and the CSC representative at 228-377-8255 1.19 Waste Materials: Unless otherwise specified, all waste materials, excess dirt and rubble, empty containers, etc., shall be disposed of at an approved off-base location in accordance with all applicable Federal, State, County and Municipal laws. 1.20 Hazardous Materials: In the event that hazardous materials will be used in the execution of this contract, the contractor will be required to provide a list of materials, quantities, and Material Safety Data Sheets (MSDS) to the buyer before work begins. The hazardous materials must be approved through the Keesler Hazardous Materials Management Program prior to being brought onto Keesler AFB. This approval process may take up to two weeks, which should be considered in the performance period of this contract. Unless otherwise specified, all unused hazardous materials should be removed from the base at the end of the project. 1.21 Storm Water Management: If ground disturbing activities will take place as part of this project, the following items must be completed:

• For any construction activity greater than 5,000 square feet of ground disturbance, the contractor shall comply with all provisions of the Energy Independence and Security Act (EISA) concerning storm water run-off from Federal development projects.

• The construction contractor shall complete all paperwork necessary, including the Storm Water Pollution Prevention Plan (SWPPP) to apply for the appropriate Large (>5 acres) or Small (>1acre but <5 acres) Construction Storm Water General Permit (Permit) from the Mississippi Department of Environmental Quality (MDEQ).

• The contractor shall furnish CSC/CEV copies of the Permit application, SWPPP, Permit, confirmation letter from the MDEQ and any other pertinent storm water information related to the project.

• The initial storm water permit application and original SWPPP shall be submitted to CSC/CEV for review and comment prior to or at the time of submittal to the MDEQ.

• The contractor shall comply with all provisions of the Permit throughout the duration of the project.

Page 8: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

MAHG -10-1038

04 May 2012

Page 8 of 10

• Any construction site/land disturbance activity greater than 20,000 sq/ft, but < 1 acre shall have a SWPPP prepared and approved by CSC/CEV prior to construction or implementation of the land disturbance activity.

• The contractor shall ensure that effective BMPs are installed in areas of imported fill material, including, but not limited to, bench tests or other testing methods of potential imported backfill sediment run-off for proper BMP selection.

• The Keesler AFB Small Municipal Separate Storm Sewer System (MS4) Permit requires Keesler AFB to maintain a file for each construction site. The file must contain the storm water training credentials of all contractor personnel involved in storm water management at each construction site. The contractor shall furnish CSC/CEV copies of storm water training credentials for all pertinent employees prior to commencement of construction activities. CSC/CEV training information is available to the contractor.

• The contractor shall modify the SWPPP at any time to ensure the SWPPP is current with the existing site conditions at any time for the duration of the project.

• The contractor shall maintain all appropriate post construction storm water Best Management Practices (BMPs) until final site stabilization is achieved.

1.22 Required Asbestos Abatement and Management Procedures:

These steps are in accordance with Air Force Instruction, EPA, and MDEQ. OSHA governs all worker safety and must be complied with by contractors and subcontractors. These requirements are summarized in the Keesler Air Force Base Asbestos Operations and Management Plan. Please reference the Plan.

These steps are required by all personnel or contractors doing work on Keesler Air Force Base.

• If the personnel or contractor encounters what they think may be asbestos, they are required to stop and call the KAFB Asbestos Point of Contact which is Tom Minton at the Keesler Environmental Section. He can be reached at 228-377-1262 or 228-377-3004 during duty hours and 228-348-0864 during off hours.

• Once it is determined by the Asbestos POC that asbestos is present, the following actions are required (Only the APOC and Bioenvironmental are certified to make that determination).

NO ABATEMENT WORK IS TO BEGIN WITHOUT WRITTEN APPROVAL FROM THE APOC.

A Mississippi State certified asbestos abatement contractor must be used to conduct the abatement. Please note that non-friable asbestos can easily be made friable and become regulated.

The following documents must be submitted to the Asbestos POC and approved in writing before abatement can begin:

• 10 Day MDEQ notification and return acknowledgment letter

• Asbestos Hazard Abatement Plan (to be certified by a Mississippi Certified Management Planner and or Certified Industrial Hygienist )

• Asbestos Work Plan (scope of work, removal procedures, worker protection, air monitoring, disposal location, containment procedures)

• MDEQ Asbestos Abatement Certification for the Company

• Supervisors qualifications and state certification

Page 9: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

MAHG -10-1038

04 May 2012

Page 9 of 10

• CURRENT State Certifications (applications will not be accepted) for all individuals working on site

• Respirator fit test for all individuals

• Physicals for all individuals

Once the submittals are approved in writing, the following actions are required.

• The contractor is required to set up their containment areas, negative air machine, and critical barriers and obtain approval from our Asbestos POC to begin work.

• The Asbestos POC routinely checks the abatement work to ensure that the containment area and critical barriers are secure, that the workers are wearing the appropriate personal protective equipment that the asbestos containing material is being bagged appropriately, and that air monitoring is being conducted on the workers and outside the abatement area. This also includes reviewing the daily log maintained on site to assure that no uncertified individuals are performing abatement work.

• Upon completion of the abatement work, the contractor contacts the Asbestos POC to conduct a walk-through of the area and approve that all abatement has been completed and that the area has been cleaned of asbestos fibers. This will require at least a 24-hour period. Please reference cleaning procedures in the Asbestos Management and Operations Plan.

• Air sampling results are required to be taken and submitted for approval by the APOC before the containment area, negative air machine, and critical barriers can be removed.

• All asbestos waste must be handled and disposed of in accordance with State law. The APOC must review the waste prior to leaving the base and the manifest will be signed by a designated Keesler CSC representative. Contractors will not sign manifests for ACM.

After the abatement has been complete, and approved by the APOC, the contractor shall submit the following items in a post-job submittal to be maintained in the Asbestos Abatement Files.

Air sampling results

Daily report logs

Daily worker sign in/out sheets

Waste manifest (Generator Copy)

The APOC and Environmental Section are available at any time to provide asbestos awareness training and consultation to project managers, contractors and subcontractors prior to beginning the project.

1.23 LANGUAGE/CLAUSES TO BE USED IN STATEMENTS OF WORK INVOLVING LEAD-BASED PAINT ACTIVITIES:

1. Any building older than 1978 must be painted using Lead Paint Protocol, including poly-lay-down, collection of paint chips, and contractor must always have a minimum of lead hazard training for all workers. The contractor shall notify Tom Minton, CSC/CEV, at 228-377-3004 before start of project.

2. Paint contractor must collect paint chips in their own clean buckets, and then have CSC/CEV dispose (if contract requires CEV dispose). Contractor must place plastic on the ground at rate of 1-1/5 times the height of the building in an effort to capture loosened paint chips and control water run-off. The contractor

Page 10: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

MAHG -10-1038

04 May 2012

Page 10 of 10

must use water or amended water when scraping or chipping. All members of the contractor’s work force must wear protective clothing, under OSHA rules, and booties for hazardous waste which will be worn on t the poly, and all such PPE shall be stored on the protective plastic, not removed until complete, and shall be disposed of in an approved manner. Minimum respiratory protection for any OSHA “trigger task” such as scraping, manual sanding, demolition, heat gun and power tool cleaning is a half-mask APR with HEPA filter that is at least 99.97 percent efficient (i.e. P100). APR fit tests evidence must be provided. Other circumstances may warrant higher protection.

3. The contractor shall meet with CSC/CEV just prior to beginning project to discuss protective measures, best management practices (BMP’s), any landfill disposal, and maintenance of chips and their collection (until they are turned over to CSC/CEV, if contract specifies CEV dispose).

4. Any buildings with lead-based paint, if bead blasted to remove old paint, shall have a contractor with proper training. Any exterior paint removal by sanding, grinding, high pressure washing, etc., must be completed by certified lead-based paint workers and supervisor, and also certified by the State of Mississippi, Air Division-Lead Section.

5. The contractor, under OSHA rules, must conduct contract under lead paint rules (including notification to CSC/CEV and MDEQ, as well, if job is an abatement), appropriate prior training and possible personal monitors on workers until it is demonstrated there is no airborne lead risk.

6. Full abatements such as removal of paint to substrate, encapsulation, enclosure, removal and/or removal/replacement of components, or soil removal/covering require fully trained/ certified companies, workers, and supervisors, as well as six (6) prior work-days notification to MDEQ. CSC/CEV must be provided copies of and verify the 6-day notice, all Mississippi state Certifications, copies of medical examinations, and copies of respirator fit tests before beginning any job.

1.24 Security Requirements: The Contractor is responsible for obtaining passes to enter the installation. The contractor shall coordinate with CSC buyer to obtain approval and documentation for application of passes/ID.

END

Page 11: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000
Page 12: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000
Page 13: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

Section 4E – Water Tower Graphics 4.33. General Description. The size and visual prominence of water towers provide an excellent opportunity to exhibit a consistent, professional and recognizable image to the surrounding community. In order to ensure that these image qualities are achieved and maintained, all water tower tanks located on Air Force installations are to be painted in conformance with the following standards. 4.34. Information. The face of the water tower tank shall contain only the following information: The Air Force Symbol. The title “AIR FORCE” in upper case letters. 4.35. Other Graphics and Lettering. No additional graphics or lettering are to be applied. 4.36. Colors. The paint scheme for the AF Symbol and letterforms will consist of four (4) colors as indicated in Figure 4.49. The background color for the body of the tank will be a uniform light tone consistent with installation standards. 4.37. Proportions/Shapes. The application of the symbol and letterforms template may vary in overall size, but must maintain the composition and proportions as shown (see Figure 4.49.). The shape of the letterforms are based on “Arial Black” font. The shapes of neither the symbol nor the letterforms are to be altered in any way. 4.38. Visibility. Due to the diversity of water tower tank shapes, configurations and orientations, the UFC 3-120-01 FEBRUARY 6 2003 119 following guidelines are provided in order to facilitate consistent and effective implementation. 4.38.1. Number of Applications. Avoid a cluttered appearance by having no more than two (2) applications of the symbol and letterforms on one tank. 4.38.2. Orientation. Orient the symbol and letterforms on the side(s) of the tank that provide the best visibility from public ways. 4.38.3. Size. Size the symbol and letterforms as large as is practical so as to be easily read from a reasonable distance. 4.38.4. Position. Position the symbol and letterforms in a manner that minimizes visual interference by railings or other structural elements, and minimizes distortion due to any vertical curvature of the tank surface. Figure 4.49. Template for Air Force Symbol on Water Tower Tanks 16 UNITS 45 UNITS 3 UNITS 1 UNIT 14.5 UNITS

3 Need Fig 4.49 (pg 119) in this place UNITS 4 UNITS 2.5 UNITS 4 UNITS 26 UNITS

Note: Unit proportions are measured to the

Page 14: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

edges of the Color #1 portion of the image . Color #1: Pantone 287 Color #2: Black Color #4: Pantone Cool Gray 4 (metallic) Color #3: Pantone Cool Gray 9 (metallic) Specify paint to match the following colors: Color #2 (Shadow) Color #1 (Body of Letter) Color #3 (Dark Edge) Color #4 (Edge of Letter) Color #2 (Shadow) Color #4 (Light Edge) Color #1 (Symbol Body)

UFC 3-120-01 FEBRUARY 6 2003

Page 15: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000
Page 16: MAHG -10-1038 04 May 2012 - Amazon S3 · MAHG -10-1038 04 May 2012 Page 2 of 10 • Refurbish and repair existing Cathodic Protection system to meet requirements of AF132-1054, 1March2000

Recommended