+ All Categories
Home > Documents > MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is...

MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is...

Date post: 29-Feb-2020
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
53
MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) Joint Base Elmendorf-Richardson, Alaska STATEMENT of WORK GENERAL CONTRACT PROVISIONS 12 January 2017 FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work Page 1 of 53
Transcript
Page 1: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)

Joint Base Elmendorf-Richardson, Alaska

STATEMENT of WORK

GENERAL CONTRACT PROVISIONS

12 January 2017

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 1 of 53

Page 2: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

TABLE OF CONTENTS SECTION DESCRIPTION PAGES 01000 GENERAL CONTRACT REQUIREMENTS 3 thru 8 01100 GENERAL SITE REQUIREMENTS 9 thru 24 01200 GENERAL DESIGN REQUIREMENTS 25 thru 31 01300 TASK ORDER EXECUTION 32 thru 40 01400 CONTRACTOR’S QUALITY CONTROL 41 thru 44 01500 ENVIRONMENTAL CONTROLS 45 thru 53

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 2 of 53

Page 3: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

Section 01000 General Contract Requirements

1. Contract Description 1.1. The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements Civil Engineer’s (CE) in-house capability to perform minor construction, facility repair/alteration, and real property repair/alteration projects on an as needed basis. This requirement is geared primarily towards repair/alteration projects but may also be used to perform new construction projects. The contractor shall provide all material, equipment, labor and general conditions to accomplish “non-complex” and/or “simple” design, repair, and minor construction projects in an expeditious manner. The work may include facility upgrades, utility work, airfield pavement, roads, roofs and other assorted repair and alteration projects. The construction work includes tasks in various trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Design as used in this acquisition means project estimating and preparation of minimal designs. All construction/design shall be in compliance with the Elmendorf Architectural Compatibility Standards, the Richardson Installation Design Guide and Section 1200 General Design Section. 1.2. Green Procurement: Following award of the basic contract and prior to the MACC Orientation Seminar, the contractor shall submit a comprehensive Green Procurement Plan. The plan shall describe the step-by-step process for complying with the mandatory Green Procurement requirements, both for the design and the construction phase of task orders. The contractor shall be solely responsible for all lost costs associated with design omissions and failure to include costs associated with Green Procurement in the Task Order Request for Proposal (TORFP). 1.3. Design Build: MACC contractor shall develop project design documentation including drawings, Scope of Work, cost estimate broken out by CSI division and submittals representative of up to a 65% design effort (as identified within each Task Order) as adequate to perform the construction. Upon completion of design, and upon acceptance by the Government, construction execution shall commence and be completed in accordance with Task Order requirements. 1.4. Construction Only: MACC contractor shall be provided completed design document drawings, Scope of Work and available specifications to initiate and complete construction execution in accordance with Task Order requirements. The MACC contractor will then develop a price proposal and a schedule to complete project. 1.5. The geographic scope of this contract includes military installations throughout the State of Alaska. The general provisions stated herein apply to work performed on Joint Base Elmendorf-Richardson (JBER). For work to be performed at other locations, the Contracting Officer will provide site specific provisions with the request for proposal and resulting Task Order. 2. Contract Requirements 2.1. The contractor shall furnish all personnel, labor, equipment, tools, materials, supervision, and other items and services necessary to design, manage, and accomplish a broad range of repair, alteration, and/or new construction work on various real property facilities. The projects will include tasks in a variety of trades such as demolition, site work, excavation, cast-in-place concrete, masonry, structural steel, electrical, mechanical (including HVAC), painting, carpentry, roofing, road repair, and other specialty and general contracting work.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 3 of 53

Page 4: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

3. Contractor Organization 3.1. The contractor shall have available a design and construction staff to respond to the requirements of this multi-discipline MACC type contract. The contractor’s organizational approach shall integrate with this staff to provide project management, project design/engineering, on-site superintendence, quality control and administration. 4. Ordering Procedures 4.1. As the need arises for performance under the terms of this contract, the Contracting Officer or authorized representative will issue a ‘Task Order Request for Proposal’ (TORFP) providing statement of work, specifications. The proposed project requirements, define the government evaluation method(s) to be used for subsequent award of Task Order, and establish the date, time and location of the pre-proposal site visit. 4.2. Normal Response Requirements: If the requirement is determined to be a normal response requirement by the Contracting Officer, the contractor shall submit a Task Order Proposal to fulfill the requirement within a maximum of fourteen (14) calendar days from written notification. Additional time may be allowed at the discretion of the Contracting Officer. 4.3. Quick Response Requirements: If the requirement is determined to be a quick response requirement by the Contracting Officer, the contractor shall submit a Task Order Proposal to fulfill the requirement within a maximum of seven (7) calendar days from written notification 4.4. During this period, a site visit with the contractor, Civil Engineering technical representative, and the Contracting Officer or representative shall take place to clarify the scope of the requirement and verify the existing conditions. The contractors shall email detailed site visit questions to the contracting officer within one (1) work day following the site visit. The Contracting Officer will provide a finalized scope of work by amendment to the TORFP within two (2) business days following submission of the site visit questions; unless determined otherwise by the Contracting Officer. 5. Project Locations 5.1. The geographic scope of this contract includes military installations throughout the State of Alaska. The primary location of work performed under this contract shall be on Joint Base Elmendorf-Richardson (JBER). For work to be performed at other locations, the Contracting Officer will provide site specific provisions with the request for proposal and resulting Task Order. The contractor shall accomplish all work under this contract in accordance with each Task Order. 6. Working Hours 6.1. Standard Working Hours for the contractor are for the period from 7:30 a.m. to 4:30 p.m., Monday through Friday, excluding Saturdays, Sundays, and Federal Holidays. If the contractor desires to work during non-standard working hours, on a Standard Working Hours Task Order, additional Government inspection forces may be required. The contractor shall notify the Contracting Officer in writing by email, three working days in advance of his/her intention to work during periods other than Standard Working Hours. This notification shall allow the inquiry into the availability of additional Government Inspectors. If the Contracting Officer confirms that additional Government Inspectors are reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than Standard Working Hours; however, if the Government Inspectors are required to perform in excess of their normal duty days solely for the benefit of the contractor, the actual cost of inspection at overtime rates may be charged to the contractor.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 4 of 53

Page 5: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

6.2. Non-Standard Working Hours will be defined on individual task orders and shall be outside the definition of the standard working hours and not in controlled areas. 6.3. Standard and Non-standard Work in Controlled areas will be specified in each affected task order. All work in restricted areas is assumed to be within standard working hours. All work inside of controlled areas may be subject to brief delays due to security processing (30 minutes time each process on and off per visit to the controlled area) or interruption to the normal work schedule to permit the completion of mission essential operations. Such interruptions, if required, will be given on short notice and expeditious action will be required. Each interruption may last up to sixty (60) minutes. The contractor shall not be compensated for said delays. 7. Submittals 7.1. Upon issuance of a Task Order, the contractor shall provide submittals as required by the specifications. The Contracting Officer may request submittals in addition to those specified when deemed necessary to adequately describe the work covered in the respective sections. Units of weights and measures used on all submittals shall be the same as those used in the contract drawings. Each submittal shall be complete and in sufficient detail to allow ready determination of compliance with contract requirements. Submittals shall include items such as: contractor’s work plans / schedules, material submittal register, samples, brochures, manufacturers data, product data sheets, shop drawings and/or certificates of materials (relative to the construction execution), contractor's, manufacturer's, or fabricator's drawings; descriptive literature including (but not limited to) catalog cuts, diagrams, operating charts or curves; test reports; test cylinders; samples; O&M manuals (including parts list); certifications; warranties; and other such required submittals. Contractor shall plan for, and submit all submittals requiring Government approval prior to the acquisition of the material or equipment covered thereby, in accordance with design criteria, specifications and Task Order Requirements. If the material submittals provided are in variance from the design criteria and/or contract specifications, the contractor shall describe such variations in writing at the time of submission and request a variance from the design criteria and/or contract specifications in accordance with the terms and conditions of the contract. Failure to provide such notification will not relieve the contractor from his responsibility of meeting the design criteria and/or contract specifications regardless of whether or not the submittal is approved by the Government. Material submittals shall be as specified under each specification section and be submitted in quadruplicate or on CD unless otherwise indicated; or in electronic format if approved by the Contracting Officer. All the material submittals as indicated in the applicable specification section shall be submitted at the same time. If the submittal requirement is listed on the drawings, all material submittals of like work shall be submitted simultaneously along with all corresponding specification sections. A system of standard submittals for each contractor will be used to minimize the submittal requirement. Failure to submit all material submittals associated with an individual specification section at the same time may be cause for rejection. 7.2. Approved Equal: The Statement of Work (SOW), drawings and the Technical Provisions of the specifications may, in some instances, refer to certain items of equipment, material, or article by trade name. References of this type shall not be construed as limiting competition, but shall be regarded as establishing a standard of quality. 7.3. Submittal Classifications: Submittals are classified as follows: 7.3.1. Government Approved: Governmental approval is required for extensions of design, critical materials, deviations, equipment whose compatibility with the entire system must be checked, and other items as indicated on the Submittal Register or 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”.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 5 of 53

Page 6: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

7.3.2. Re-Certification: Contractor shall provide the requested submittals for each task order unless otherwise specifically approved by the Contracting Officer for the task order in question. If approved and the contractor intends to use previously approved materials or equipment, a letter certifying the specific material or equipment in lieu of a submittal is acceptable. Certification letter will contain the task order number and approved electronic copies of AF Form 3000 submittal. 7.3.3. Approved Submittals: The Contracting Officer’s approval of submittals shall not be construed as a complete check, but will indicate only that the general method of construction, materials, detailed and other information are satisfactory. Approval will not relieve the contractor of the responsibility for any error that may exist, as the contractor under the Contractor Quality Control (CQC) requirements of this contract is responsible for dimensions, the design of adequate connections and details, and the satisfactory construction of all work. After submittals have been approved by the Contracting Officer, no resubmittal for the purpose of substituting materials or equipment will be considered unless accompanied by an explanation of why a substitution is necessary. 7.4. Disapproved Submittals: The contractor shall make all corrections required by the Contracting Officer and furnish a corrected submittal. Corrected submittals shall be submitted within seven (7) working days, or as required by the disapproved submittal, after receipt of disapproval, in the form and number of copies specified for the initial submittal. If the contractor considers any correction indicated on the submittals to constitute a change to the contract, a notice in accordance with the Contract Clause “Changes” shall be given promptly to the Contracting Officer. 7.5. Material Approval Submittal Form (Electronic AF IMT 3000, 20030901, V1) 7.5.1. The contractor shall fill out and submit an electronic Material Approval Submittal (AF Form 3000) listing of equipment and materials that are required; this list may not be all inclusive and additional submittals may be required. Submit the material submittals and shop drawings to the Contracting Officer for approval within fourteen (14) calendar days after issuance of the Notice to Proceed for each task order. If additional time is required by the contractor to provide specific submittals, the contractor shall identify the submittals requiring the time extension and request an extension from the Contracting Officer; including the reason for the needed time extension and the date the submittals will be provided. The extension must be approved by the Contracting Officer. 7.5.2. Scheduling: Submittals covering component items forming a system or items that are interrelated shall be scheduled to be coordinated and submitted concurrently. Certifications to be submitted with the pertinent drawings shall be so scheduled. Adequate time (a minimum of fourteen (14) calendar days) shall be allowed for review and approval. 7.6. Submittal registers (AF Form 66): Submittal Registers shall be submitted by the contractor at the time the 90 percent design is submitted or within fourteen (14) calendar days after issuance of the Notice to Proceed and prior to any material processing. 7.7. Control of Submittals: The contractor shall carefully control his procurement operations to ensure that each individual submittal is made on or before the contractor scheduled submittal date. 7.8. Government Approved Submittals: Upon completion of review of submittals requiring Government approval, the submittals will be identified as having received approval and dated. One copy of the submittal will be returned to the contractor. 8. Project Status Updates

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 6 of 53

Page 7: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

8.1. At a frequency determined by the Contracting Officer, the contractor is required to provide project status update meetings for all active projects. This meeting is to include staff from CES, Contracting Officials, and the contractor. It will include any pertinent information regarding projects and provide a current percentage of completion for active construction projects. 9. Interruption of Work 9.1. If it becomes necessary to interrupt work activities in buildings and/or areas for construction purposes (except as otherwise described in the task order), the contractor shall request permission, in writing, from the Contracting Officer no less than fourteen (14) working days in advance. The contractor shall submit written requests for approved street closings no less than fourteen (14) working days prior to closing of the street. Requests shall stipulate the location of the work, the time at which the shutdown will occur, and the duration of the closure. Closures shall be kept to a minimum both in number and duration. Where multiple closures are required, as many as can be accurately scheduled shall be submitted as a group. Contractor must receive written approval of any requested interruption or closure plan prior to implementing the requested closure. 10. Project Coordination 10.1. The contractor shall coordinate all work schedules with the Contracting Officer or designated representative and CES MACC PM prior to the start of work. 10.2. Paving, Fencing, and Painting. Prior to start of any paving, fencing, or painting under this contract, the contractor shall coordinate start and completion dates in writing with the Contracting Officer five (5) working days prior to the scheduled start date. 10.3. Temporary construction. Any contractor installed temporary construction intended to prevent interruption of normal work activity or loss of utility services is subject to approval of the Base Civil Engineer through the Contracting Officer. 10.4. Medical Facilities. The contractor shall coordinate all work in medical facilities through the CES MACC PM with hospital staff liaisons to minimize interruption of service. 11. Project Schedules and Reports (AFFARS 5336.291) 11.1. The progress schedules and reports for this contract shall be prepared using AF Form 3064 (Project Schedule) and AF Form 3065 (Progress Report) in electronic format. Progress reports shall be prepared for all projects with performance times over 60 days. The submitted schedule must breakdown the project into distinct tasks, show which tasks will be accomplished simultaneously, and indicate the critical path. The purpose of the submitted project schedule is to aid in the determination of the construction period. 12. Meetings and Conferences 12.1. Pre-Construction Conference: The Contracting Officer or designated representative will schedule a meeting attended by designated representatives of the Government, the contractor and customer after project award but before the start of work to discuss all aspects of the required work for a task order. 12.2. Coordination Meeting: After the Pre-construction Conference, before start of construction, and prior to acceptance by the Government of the Quality Control Plan, the contractor shall meet with the Contracting Officer or his/her authorized representative to discuss the contractor's quality control system. During the meeting, a mutual

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 7 of 53

Page 8: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

understanding of the system details shall be developed, including the forms for recording the CQC operations, control activities, testing, administration of the system for both on-site and off-site work, and the interrelationship of contractor's management and control with the Government's quality assurance. Minutes of the meeting shall be prepared by the contractor, approved and signed by both the Contracting Officer and CES Representative. The minutes shall become a part of the contract file within 3 working days. There may be occasions when subsequent conferences will be called by either party to reconfirm mutual understandings and/or address deficiencies in the CQC system or procedures that may require corrective action by the contractor. 12.3. Work Scheduling Meeting: Prior to start of work and as needed, a meeting between the contractor's project manager and staff, the Government's project managers and Inspectors, and the Contracting Officer and administrators shall be held to discuss any problems or scheduling of work. The Contracting Officer will schedule as needed. 12.4. Safety Assurance: 12.4.1. Safety Meeting: The contractor shall keep a Safety Meeting log of weekly meetings held with his /her employees on Safety and the government has the right to inspect it at any time. Representatives of the contractor shall meet with the Contracting Officer and his/her representative(s) prior to the start of repair, alteration or construction activities for the purpose of reviewing the contractor's safety and health programs and discussing implementation of all safety and health provisions pertinent to the work to be performed under the contract. The contractor shall be prepared to discuss, in detail, the measures he/she intends to take in order to control any unsafe or unhealthy conditions associated with the work to be performed under the contract. This meeting may be held in conjunction with the pre-construction conference, if so directed by the Contracting Officer. The conduct of this meeting is not contingent upon a general pre-construction meeting. The level of detail for the safety meeting is dependent upon the nature of the work and the potential inherent hazards. The contractor's principal on site representative(s), the general superintendent, and his/her safety representative(s) shall attend this meeting. 12.4.2. Requirement for Safety Coordination: The Base Civil Engineer, or his/her authorized representative, shall be the determining office for each design requiring coordination with other safety offices, such as Ground Safety, Environmental, etc.

End of Section

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 8 of 53

Page 9: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

Section 01100 General Site Requirements

1. Regulations 1.1. The contractor shall comply with all applicable Federal, State, Local, Air Force, Army, and DOD regulations, including supplements pertaining to safety, traffic control, and fire prevention. 2. Standard Products 2.1. Materials and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of-such products, which are of a similar material, design, and workmanship. The standard products shall have been in satisfactory commercial and/or industrial use for 2 years prior to use. The 2-year use shall include applications of equipment and materials under similar circumstances and of similar size. The 2-year experience must be satisfactorily completed by a product that has been sold or is offered for sale on the commercial market through advertisements, manufacturers' catalogs, or brochures. Products having less than a 2-year field service record will be acceptable, if a certified record of satisfactory field operation, for not less than 6,000 hours exclusive of the manufacturer's factory or laboratory tests, can be shown and approved by the Government. The contractor shall not purchase "close-out" products that are being discontinued by the manufacturer. 2.2. Recovered Materials Procurement: In accordance with Executive Order 13514 the contractor shall use sustainable environmental materials, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. The materials shall be non-ozone depleting and non-toxic odorless products, where such products and services meet project performance requirements. The applicable materials are given by the U.S. EPA Comprehensive Procurement Guidelines and the USDA BioPreferred Catalog. Determination of feasibility of using these materials shall be in accordance with FAR 23.405(c). 2.2.1. The contractor shall provide the Government with a list of locally available sustainable environmental materials as listed by the U.S. EPA Comprehensive Procurement Guidelines in the Construction Products and Landscaping Products categories as well as the USDA BioPreferred Catalog for the life of the contract. The list shall be furnished to the Contracting Officer no later than 30 days of contract award. Additionally it shall be updated as requested by the Contracting Officer. 3. Safety 3.1. Compliance with the current U.S. Army Corps of Engineers "Safety and Health Requirements Manual", (EM 385-1-1); Occupational Safety and Health Act (OSHA) standards, and current JBER safety regulations is mandatory. The prime contractor shall be held responsible to insure that his/her workforce and any subcontractor or supplier workforce comply with the above safety requirements. 3.2. JBER has a hospital on site should an injury occur, base medical staff can provide emergency medical treatment. Follow-on care after initial emergency treatment will not be provided. The contractor shall be required to reimburse the Government at an established rate for non-beneficiaries in accordance with DOD Regulation 6010.15-M. 3.3. SAFETY ASSURANCE: The contractor shall prepare and submit a safety plan detailing the means and methods that will be implemented to ensure that there is full compliance with all safety regulations, practices, and standards. 3.3.1. Pre-construction Safety Meeting: The Pre-construction Safety Meeting shall be as described in Section 1000, paragraph 12.4.1. Safety Meeting.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 9 of 53

Page 10: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

3.3.2. Compliance with Regulations: All work, including the handling of hazardous materials or the disturbance or dismantling of structures containing hazardous materials shall comply with the applicable requirements of 29 CFR 1926/1910. Work involving the disturbance or dismantling of asbestos or asbestos containing materials; the demolition of structures containing asbestos; and/or the disposal and removal of asbestos shall also comply with the requirements of 40 CFR, Part 61, Subparts A and M, ETL 1110-1-118 and DA Circular 40-83-4. All work shall comply with applicable state and local safety and health requirements. Where there is a conflict between applicable regulations, the most stringent shall apply. The contractor or any of his subcontractors responsible for handling hazardous and toxic materials shall have the necessary certification before doing so. 3.3.3. Contractor Responsibility: The contractor shall assume full responsibility and liability for compliance with the applicable regulations pertaining to the health and safety of personnel during the execution of work, and shall hold the Government harmless for any action on his part or that of his employees or subcontractors, which results in illness, injury, or death. 3.3.3.1. Materials and Equipment: Special facilities, devices, equipment, clothing, and similar items used by the contractor in the execution of work shall comply with the applicable regulations. 3.3.3.2. Hazardous Materials: The contractor shall bring to the attention of the Contracting Officer any previously known material suspected of being hazardous which he encounters during execution of work. A determination will be made by the Contracting Officer as to whether the contractor shall perform tests to determine if the material is hazardous. If the Contracting Officer directs the contractor to perform tests, and/or if the material is found hazardous and additional protective measures are needed, a contract change may be required, subject to equitable adjustment under the terms of the contract 3.4. Special Safety Requirements: The contractor shall comply with Air Force and local fire regulations and NFPA 241-1986 "Safeguarding Building Construction and Demolition Operations." Fire extinguishers rated and approved by the National Fire Protection Association, of sufficient size, type, and quantity to cope with all known hazards shall be provided by the contractor at the construction site during the execution of this contract; the extinguishers shall be removed upon acceptance of the project. 4. Staging/Storage Area 4.1. Area will be provided by the Government when requested in writing to the Contracting Officer, when available. The contractor shall coordinate the proposed layout of the work with the 673 CES and submit various site plans, field office requirements, dust control plans, for overall contract storage area and proposed storage areas in accordance with the project requirements associated with each Task Order. 4.2. Administrative Field Offices and Material Storage Trailers: The exterior need not comply with base standard colors; however, office and storage trailers shall be skirted, with skirting color matching body color. 4.3. Staging/Material Storage Area(s): The requirement for lay-down areas (staging areas) associated with a Task Order shall be dependent upon the size of project and in accordance with specific criteria as detailed in the Task Order. Prior to starting the work, the contractor shall submit site plan to the Contracting Officer for approval, showing the layout and details of all temporary facilities planned for use on identified Task Order. The plan shall include the location of the safety and construction fences, location of all site trailers, equipment and material storage areas, construction entrances, trash dumpsters, temporary sanitary facilities, and worker parking areas as required by the Task Order. Site photographs prior to the start of work may be included with the plan. At completion of work, the contractor shall remove the facilities and restore the site to its original condition. For most construction projects, the MACC PM will provide the contractor with a single staging area. A supplemental storage area may be identified

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 10 of 53

Page 11: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

if necessary by the detailed Task Order. All staging areas shall be completely screened with six-foot high chain-link construction fencing and include visual screening with brown mesh. At the Outside Storage Area, the contractor shall erect a sign in accordance with JBER sign standards. The sign will prominently display the company's name and phone number. 4.4. All contractor trailers, stored materials, and idle equipment shall be located in the designated staging area. The staging area shall be kept clean and orderly. Tarps are to be used, as necessary, to secure loose materials. The on-site representative of the Contracting Officer is the sole judge as to what constitutes an acceptable staging area. Dumpsters may be located outside the staging area, but must be sited as approved by the on-site representative of the Contracting Officer. Any movement of a dumpster to another area on the project site must be approved by the Contracting Officer. 4.5. Housekeeping: The contractor shall perform normal housekeeping functions, at the contractor's expense, inside and outside his/her facilities and Staging/Storage Areas as outlined in Base regulations and as directed by the Contracting Officer. Such functions include snow and ice removal, sweeping, mopping, dusting, disposal of accumulated waste materials and rubbish, and other operations necessary to present a neat appearance at all times. Contractor facilities shall conform to base standards, including the color of the temporary office space. All rubbish and waste materials shall be removed daily and shall be placed in approved containers outside the building where designated. Trash disposal is at the contractor's expense. The contractor shall not allow grass/weeds within the staging/storage area to exceed six inches in height. 4.6. All items in the staging area shall be promptly (within two (2) weeks unless otherwise stated) removed when no longer needed or when the contract is completed. 5. Vehicles, Pass & Identification, Security Requirements 5.1. Search, Inspection, and Seizure: All vehicles, personnel, and hand-carried items, entering or exiting any base control point, or while on the base, are subject to search and inspection and seizure of any prohibited item, at any time. Random, unannounced, and regular searches and inspections can be conducted. These searches and inspections are intended to assure prohibited articles are not introduced into, and government property is not removed from the base or its facilities. These delays will not be charged to the Government, as they are to be expected entry procedures for the installation. Delays entering the installation can be experienced during military exercises and increased threat postures; the contractor assumes all liabilities associated with such delays. 5.2. Parking: Parking of the contractor's vehicles shall be restricted to the area of work. The company name shall be prominently displayed on all construction vehicles parked where work is being accomplished. 5.3. Driver's Licenses: All persons entering or working on JBER that are required to operate a motor vehicle shall possess a valid Driver's License. For personnel operating specialized equipment, a Commercial Driver’s License (CDL) is required as appropriate. 5.4. The use of seatbelts by all vehicle operators and passengers is mandatory on JBER. Vehicle operators caught not wearing seatbelts will lose their driving privileges, subject to laws governing Military and Civilian Employees. 5.5. On-base contractor employees shall ensure the following pass and identification items required for contract performance, are obtained for employees and non-government owned vehicles. 5.6. Base Access: All contractor personnel are required to pass security checks prior to being issued a base pass allowing them access to JBER. The Contracting Officer or his designated representative will provide instructions and forms for the contractor to fill out and return to the Contracting office. These will be reviewed and forwarded to

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 11 of 53

Page 12: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

the security office for approval. Once approval/disapproval has been received, they will be forwarded to the contractor. This will be notice that the employees may go to the visitor’s center and get their access pass. 5.6.1. FPCON Restrictions: Access to Base may be restricted dependent upon the established ‘FPCON’ level at any time during the execution of the Task Order. Contractor shall be issued badge and vehicle pass allowing normal access to the Base throughout FPCON levels ‘A’ and ‘B’. Increased FPCON levels approaching ‘C’ and/or ‘D’ shall be more restrictive, requiring further confirmation of current security requirements as provided by Contracting Officer. 5.6.2. Weather: Occasionally weather dictates early release, late report, or complete base closure resulting in absence of JBER personnel. When such weather conditions cause one of the above situations, contractor personnel will be denied access to the base, unless they have been notified by the Contracting Officer their contract service has been determined essential. Denied access in these situations will result in no additional cost to the Government. 5.6.2.1. Some of the following radio and television stations broadcast and monitor JBER closing and late reporting information: KFQD (750 AM), KENI (650 AM), KWHL (106.5FM), KTVA (TV CH 11), KIMO (TV CH 13) and JBER Facebook or homepage or 552-INFO. 5.7. Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g., terminated for cause, retirement, etc. 5.8. For Official Use Only (FOUO). The contractor shall comply with AFI 37-131, Freedom of Information Act Program (FOIA) requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material. 6. Security Requirements 6.1. The contractor shall comply with security requirements imposed by the Installation Commander and/or the agency occupying the space where work is to be performed, including any necessary security clearances. Prior to mobilization the contractor shall provide the Contracting Officer or authorized representative a list of personnel requiring authority to work on JBER. The list shall be kept current and the Contracting Officer or authorized representative shall be notified as to any changes in the list. 6.1.1. Additional Security Requirements: In accordance with DOD 5200.1-R, and AFI 31-401, the contractor shall comply with requirements identified in AFSSI 9100, Communications Security (COMSEC), Command, Control, Communications and Computer (C4) Systems Security, Security Awareness Training Education (SATE), and Operations Security (OPSEC). 6.2. Reporting Requirements: The contractor shall comply with AFI 71-101VI, "Criminal Investigations Program" requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DOD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment. 6.3. Traffic Laws: The contractor and its employees shall comply with base traffic regulations. Cell Phone Use While Driving: COMPACAF Policy prohibits cell phone use while operating motor vehicles on PACAF installations. Vehicle operators on all PACAF installations will not use cell phones unless the vehicle is safely parked or they are using a hands-free device. A violation of this nature will result in the loss of on-base driving privileges for 30 days.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 12 of 53

Page 13: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

6.4. Key Control: The contractor shall establish and implement methods of making sure all keys issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the Government. 6.4.1. The contractor shall immediately report to the Contracting Officer any occurrences of lost or duplicated keys. 6.4.2. In the event keys, other than master keys, are lost or duplicated, the contractor may be required, upon written direction of the Contracting Officer, to re-key or replace the affected lock or locks without cost to the government. The government may, however, at its option, replace the affected lock or locks or perform re-keying and deduct the cost of such from the monthly payment due the contractor. In the event a master key is lost or duplicated, the government shall replace all locks and keys for that system and the total cost deducted from the progress payment due the contractor. 6.4.3. The contractor shall prohibit the use of keys, issued by the government, by any persons other than the contractor's employees and the opening of locked areas by contractor employees to permit entrance of persons other than contractor employees engaged in performance of contract work requirements in those areas. 6.5. Lock Combinations: The contractor shall control access to all government provided lock combinations to preclude unauthorized entry. 6.6. Controlled/Restricted Areas: The contractor shall implement local base procedures for entry to JBER controlled/restricted areas where contractor personnel will work. 7. Contractor’s Telephone 7.1. The contractor shall provide the Contracting Officer with a telephone number at which the contractor, or his/her representative, may be contacted at any time during standard working hours. 7.2. Telephone Service: When the contractor is located on Base, if the contractor requires temporary telephone service line(s) installed at their office site, a company with compatible hook-ups to existing systems shall be the installation agent and shall be consulted prior to installing any telephone equipment. 7.3. Contract Completion: At the completion of the contract, all temporary telephone equipment shall be removed at the expense of the contractor. 7.4. Costs: All costs incurred as a result of the telephone installation and service shall be borne by the contractor. 7.5. Emergency Phone Number: An after standard hours emergency telephone number for the contractor shall be provided to the Contracting Officer or his/her authorized representative. Updates shall be provided to the Contracting Officer, or his/her authorized representative within 24 hours of the change. 7.6. Communications Security (COMSEC): All communication with Department of Defense (DOD) organizations are subject to COMSEC review. Contractor personnel will be aware that telecommunications networks are continually subject to intercept by unfriendly intelligence organizations. The DOD has authorized monitoring of the military phone calls originating from or terminating at DOD organizations. Therefore, civilian contractor personnel are advised that any time they place a call to or receive a call from a USAF organization, they are subject to COMSEC procedures. The contractor shall assume the responsibility for ensuring wide and frequent dissemination of the above information to all employees dealing with official DOD information.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 13 of 53

Page 14: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

8. Employee Standards 8.1. The Contracting Officer may, in writing, require the contractor to remove from the site any employee the Contracting Officer deems incompetent, careless, or otherwise objectionable. The following shall apply: 8.1.1. All work under this contract shall be performed in a skillful, workmanlike, and professional manner. 8.1.2. Proper Attire: Improper attire, i.e. attire not providing sufficient safety protection and a professional appearance (minimum of long trousers, shirt and shoes) will be reported to the Ground Safety Office and the Contracting Officer respectively. In addition, no profane, illegal, offensive or discriminatory language/symbols shall be displayed. 8.1.3. Subcontractors: The Government shall not exercise any supervision or control over the contractor's employees performing service under this contract; such employees shall be accountable not to the Government, but solely to the contractor, who in turn, is responsible to the Government. 8.1.4. Unauthorized Personnel: Circulation of said personnel will be limited to official business only. Persons in violation of the above will be apprehended and appropriately disciplined. 9. Prohibited Items 9.1. Certain items are prohibited on base. Personnel who are found to be in possession of prohibited items will be challenged and the item confiscated pending an investigation. Personnel in possession of prohibited items are subject to disciplinary action, withdrawal of access authorization, or arrest and prosecution. The following non-government owned items are prohibited on base, unless an exception is noted: 9.1.1. Tobacco products use is permitted in designated, outside use areas only. No use will be allowed within any base facility. 9.1.2. Alcohol, controlled substances including non-prescription drugs and associated paraphernalia. In accordance with Federal law, marijuana is prohibited on the installation 9.1.3. Firearms, ammunition, and other dangerous or deadly weapons, explosives or incendiary devices. 9.1.4. Cell phone use while driving is prohibited on JBER. 9.1.5. Pets, wild or domestic. 9.1.6. Other items prohibited by local, state, or federal law. 9.1.7. Other items prohibited by Wing Instructions and regulations, Air Force Instructions, or DOD regulations. 10. Materials and Equipment 10.1. All contractor furnished materials shall meet required specifications of this SOW, the individual Task Order and as set forth in Paragraph 2 of this section.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 14 of 53

Page 15: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

10.2. Contractor furnished equipment: The government expects the contractor to provide his/her own equipment and/or hire subcontractors who have their own equipment common to the trade in which they are employed. 10.2.1. Equipment Condition: Equipment and vehicles used on base shall be safe and in good operating condition. The Contracting Officer, or designated representative, reserves the right to inspect any on-base equipment and reject such equipment if he/she considers it unsafe, in poor operating condition, or inappropriate for work. The contractor must notify the Contracting Officer of any contractor equipment broken down on any base road. Every effort should be made to move broken down equipment to the nearest parking lot before leaving it. 10.3. Government Furnished Equipment, Facilities and Materials (GFE/M): At the time of contract authoring there are no Government furnished equipment or facilities. Government furnished materials will not be provided to the contractor as a general rule. However, the government reserves the right to use GFE/M on any task order. In such cases, the contractor shall provide receipt for these materials to the Government and the material cost shall be excluded from the price of the task order. The contractor shall follow the instructions of the Government representative regarding the disposition of all government-furnished property not consumed in performance of the task order. 10.3.1. Property Administrator: The Base Civil Engineer, or his/her authorized representative, is designated as Property Administrator for Government-furnished equipment/material to be furnished to the contractor for performance under this contract. 10.3.2. Transportation: The contractor, with his own forces, shall transport all Government furnished equipment/materials (GFE/M), if any described on the task order. The equipment/material shall be transported from the Government storage area to the work site indicated on the task order. 10.3.3. Contractor Responsibility: The contractor assumes the risk and responsibility for the loss or damage to the Government-furnished property. 10.4. Government Liability: The Government shall not be liable for any loss or damage to the contractor's property, including stock or for expense incidental to such loss or damage. Suspected theft shall be reported to the Security Forces as soon as possible. 11. Site Utilities 11.1 Site available water and electrical may be used in this work at no cost to the contractor. Contractor shall make arrangements for such services with the Contracting Officer or his designated representative. This use is voluntary, and all connections, service lines and meters shall be made and removed at the expense of the contractor. Water in Quantities for Minimum Operations; contractor can connect to nearest existing Base service point as approved by Government personnel. All temporary outages of any utility services required for the performance of work shall be scheduled with JBER no less than 14 calendar days in advance of such outages. See Paragraph 16. of this section for additional utilities information. 12. Work 12.1. Scheduling: Before any of the work is initiated under any individual task order, the contractor shall confer with the Contracting Officer, or his/her authorized representative(s), and agree on: a sequence of procedure; means of access to premises and building; 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 partitions, eating spaces, and restrooms for contractor's employees.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 15 of 53

Page 16: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

12.2. Permits: The contractor is responsible for acquisition of all permits required by JBER, State, and Federal Governments, to include 673rd Wing Form 3 (Dig Permit) and Work Clearance Request. Required permits may include, but are not limited to, environmental permits, such as asbestos disposal documents and storm drainage permits, transportation permits, and welding permits, (The contractor shall obtain a welding permit from the Base Fire Chief immediately prior to performing any welding by a certified welder.) 12.3. Concealed Work / Concrete Work: All items of work to be concealed shall be Government inspected prior to concealment. Contractor shall notify the Contracting Officer's 673 CES representative of his/her intention to conceal / place concrete a minimum of 24 hours in advance and no items shall be concealed until the contractor has received approval to do so from the Contracting Officer's 673 CES representative. If a response is not received within 24 hours where delay will affect contractor’s schedule, contractor should call 673 CES Construction Management at (907) 384-3081. 12.4. Furniture Moving: Furniture and portable office equipment in the immediate work area shall be moved by the contractor and replaced to original position as identified in each Task Order upon completion of the work. If the work required by the task order will not allow furniture and portable office equipment to be replaced to its original position, new locations will be designated by the Contracting Officer or the representative for replacement by the contractor. This work will be identified in the Task Order Scope of Work or drawing notes. 12.5. Material Delivery: Delivery of materials and equipment shall be made with a minimum of interference to Government operations and personnel. 12.5.1. Incoming Supplies: The contractor shall coordinate with suppliers and shippers to ensure incoming materials are properly identified with the contractor's name, contract number, and task order description. Also, a designated individual shall be identified to receive shipments. No covered storage area is available for the contractor's use. 12.6. Material Testing: The contractor shall notify the Contracting Officer or the representative a minimum of 24 hours in advance of when and where testing is to be performed so the Government will have the option of witnessing the test. 12.7. Site Fencing and Mowing: When safety dictates, as defined by the government, the contractor shall provide and maintain at his expense adequate chain link fencing around each work site; all site storage areas are considered a part of the work site and should be controlled in such a fashion that safety is paramount. When grass/weeds exceed six inches in height, all areas contained within each task order shall be mowed. The contractor is responsible for maintaining all newly sod/seeded areas established due to the work performed by the contractor for a period not to exceed one (1) growing season at no additional cost to the government. 12.8. Area: Coordination with affected facility occupants (Using Agency) shall be made through the Contracting Officer to assist the contractor in completing the work with a minimum of interference and inconvenience. The work shall, so far as practicable, 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 in each individual task order. 12.9. Special Events: Bases may schedule a variety of special events during the contract effort. During the course of these events, more stringent standards may be required for contract operations. Examples are stricter requirements for staging areas, worksites, and haul routes. The on-site representative of the Contracting Officer will provide specific requirements to the contractor. The special events, and their approximate time periods will be as identified during the contract performance period.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 16 of 53

Page 17: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

12.10. Elevators: Any temporary use of an existing elevator shall be by arrangement through the Contracting Officer and subject to his/her controls. Such use will be of an intermittent nature. The contractor shall provide and maintain suitable and adequate protection covering for the elevator machinery, the hatchway entrance, and the interior of elevator during the period of temporary use. Loads in excess of the rated capacity of the elevator will not be permitted. On completion of the work, the contractor shall remove the protective coverings along with any resultant dirt and debris, and leave the equipment in a condition equal to or better than that in which it was found. 12.11. Toilet Facilities: Contractor's personnel will be permitted to use existing toilet facilities, if available; on the work premises unless disapproved by the Contracting Officer or his/her designated representative, on an individual task order basis. If toilet facilities are not available then the contractor shall provide portable restroom units for his employees on the job site at his expense. 12.12. Security at The Work Site: Whenever facility security is breached to perform work required under this contract, the contractor will be responsible for providing temporary measures in order to assure security is maintained at the level existing prior to construction. The contractor shall provide adequate protection at his cost against vandalism and theft for all parts of the building wherever work under this contract is performed. This may include such security items as fencing around a facility or closing all openings in a structure during non-working hours. If vandalism or theft occurs as a result of contractor negligence, it will be the responsibility of the contractor to repair or replace lost or damaged materials, equipment, or facilities. 12.13. Protection of Government Property: Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor’s failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. Property which is to be demolished, shall be protected until its scheduled demolition time. Protection shall include, but not be limited to, protection from construction generated dust, debris, water, and vibration. 12.14. Equipment on the Work Site: Contractor shall store all supplies and equipment on project site so as to preclude theft or damage. The contractor is responsible for securing all their equipment left on the work site. The contractor shall cover equipment that is to remain in-place within the area of work and protect it against loss or damage. Equipment removed in performance of work where directed for reuse in work as required by drawings and/or the Statement of Work shall be satisfactorily stored. Equipment temporarily removed shall be protected, cleaned, and replaced equal to its condition prior to starting work. Security for equipment and material that is to be reused and is removed for temporary storage shall be the sole responsibility of the contractor. Contractor shall maintain the work site in a safe and orderly manner. 12.15. Fill Materials: Unless otherwise approved by the Contracting Officer or his/her designated representative, or as identified in the task order scope of work, excess fill material, including rock, gravel, sod, broken concrete or asphalt, plaster, etc., shall be hauled off JBER grounds and disposed of in accordance with applicable state and local regulations. Additional fill material shall be hauled to the site from off JBER grounds as a necessary part of the work. 12.16. Cleanup and Disposal of Debris: At the end of each work day, the contractor shall clean the work area and stack building materials in a neat manner as approved by the Contracting Officer or his/her designated representative. Contractor shall ensure that trash is contained and not allowed to be blown around by the wind. Upon completion of the work, the contractor shall ensure that all dirt, trash and debris resulting from construction operations are removed from the work area. Disposal of debris shall be made by the contractor at his/her expense. All debris shall be delivered to a state approved sanitary landfill.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 17 of 53

Page 18: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

12.17. Waste Disposal: All spoil, waste and debris removed from the work site and not specified for re use or identified as salvageable items, shall become the responsibility of the contractor and shall be disposed of off-base/site in areas authorized by the applicable county and/or state agencies and in accordance with current rules and regulations governing the disposal of solid waste. Disposal of hazardous waste shall be in compliance with local, state and federal standards as further described in Section 01300 – Environmental Controls. 12.17.1. Unless specified in the Task Order, there are no general use disposal or borrow pits located on Joint Base Elmendorf-Richardson. Special use of any disposal or borrow pits located on Joint Base Elmendorf-Richardson will be by written permission of the Contracting officer. 12.18. Precautionary Measures: It is the contractor's responsibility to take all necessary precautions to minimize delays resulting from weather conditions. This may include, but is not limited to, trenching, protective covering(s), temporary structures (walls to prevent mud slides), etc. 13. Roadways 13.1. Cleanliness of Paved Surfaces: When paved surfaces are jointly used by the Air Force and contractor, the contractor shall keep all paved surfaces, such as runways, taxiways, and hardstands, clean at all times and, specifically, free from small stones or debris which might damage aircraft propellers or jet aircraft. In restricted areas the traveled areas shall be cleaned using a self-propelled vacuum, vacuum truck, or other appropriate equipment and shall be cleaned to the approval of the using agency through the Government representative. Additionally, the contractor shall comply with all EPA, ADEC, NEPA and JBER environmental regulations to prevent soil erosion and control at the work site. 13.2. Hauling: Loose debris on trucks leaving the site shall be loaded in a manner that will prevent dropping of materials on streets and conform to local ordinances and laws. Fasten suitable cover, such as a tarpaulin, over the load before entering surrounding streets. The contractor shall be responsible for cleaning up materials that fall from trucks immediately after he becomes aware of it. 13.3. Load Limits On Pavement: Vehicle traffic on concrete pavement shall be restricted to equipment with pneumatic tires. 13.3.1. The limit for vehicular loading on all areas of concrete over building structures and access bridges shall be a pickup type truck with a payload not to exceed 1,000 pounds or a gross vehicular load of 5,000 pounds. 13.3.2. The limit for vehicular loading on concrete access ramps and "on-grade" concrete pavement shall be 5,000 pounds per vehicle wheel. For the purpose of this limitation, dual wheels shall be considered as two wheels. 13.3.3. The contractor shall comply with any other seasonal load limit restrictions imposed by JBER on any JBER road. 13.4. Traffic Control: The contractor shall comply with the recommendations contained in Part 6 of the U.S. Department of Transportation, Federal Highway Administration's Manual on Uniform Traffic Control Devices and Guides for Traffic Controls for Street and Highway Construction, Maintenance, Utility, and Incident Management Operations (D6.1-1978) to insure proper warnings to motorists and adequate traffic control. All signs, warning lights, barricades, and other traffic control devices shall be provided by the contractor at his expense.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 18 of 53

Page 19: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

13.5. Upkeep And Work Adjacent To Roads And Highways: In addition to the requirements in CONTRACT CLAUSE entitled "Operations and Storage Areas," (FAR 52.236-10 Apr 1984) the contractor shall comply with the following requirements: Where the construction work is on or adjacent to, or involves hauling over public or private roads, streets, or highways, as herein referred to as "roads," the said roads shall, except as otherwise specified or directed, be kept open for traffic at all times during the construction period. Further, the contractor shall, during said construction, provide, erect and maintain warning signs, lanterns or torches or other safety devices and, when necessary, provide flagmen for protection of traffic to the satisfaction of the Contracting Officer and local authorities. The contractor shall keep the right-of-way of the roads free of debris that might be caused to accumulate thereon by his operations and upon completion of the work, shall clean up the said roads and repair any damage to the roads occasioned by his operations under this contract to the satisfaction of the Contracting Officer and the Highway Department. The drainage from the roads shall not be obstructed by the construction work. The contractor shall be responsible for obtaining and paying for all permits required for operation on all roads. 14. Airfield Requirements 14.1. The contractor shall coordinate all Airfield work with 673 CES PM/Inspector who will contact Airfield Management Operations, JBER,(907) 552-2107, for construction restrictions involving the flightline, taxiway, and runway areas and shall comply with all Air Force regulations. 14.1.1. Airfield Safety: Base Airfield includes a Restricted Access Security Area, identified by a red boundary line and entry control points labeled “Entry Point.” Individual Task Orders will identify applicable safety and security requirements. Airfield Manager and Base Operations will brief all workers and truck drivers on Flightline driving procedures. The Flightline Driving Briefing and Agreement for contractor and TDY Personnel will be conducted by Airfield Management. This agreement, along with contractor badges (issued by Base Security Forces) shall be carried by all individuals operating vehicles on the Flightline. 14.2. Access within the flightline fence requires training from Airfield Management that lasts approximately 2 hours. 14.3. Government provided two-way VHF radio contact shall be maintained with Base Operations and all vehicles, equipment, contractor and subcontractor personnel working on the flightline, taxiways, and runways. The frequency shall be addressed at the Pre-Construction Conference. 14.4. Airfield Safety Precautions: See DFAR Clause 252.236-7005. 15. Work in Restricted Areas 15.1. General: Because restricted areas are restricted access areas, working conditions will be subject to the following security restrictions and construction sequencing. 15.2. Flame-Producing Devices: Flame-producing equipment such as matches and lighters are not permitted inside a restricted area. Smoking within this area is prohibited except in limited designated areas. Electrically operated lighters shall be used at these locations. The use of torches for cutting, welding, etc., is also restricted to certain areas and must be coordinated in advance with the Fire Department. 15.3. Equipment Stockpiles and Construction Debris: Equipment stockpiles and construction debris shall be kept a minimum of 50 feet away from perimeter fencing.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 19 of 53

Page 20: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

15.4. Contractor Operational Facilities: The contractor shall be required to provide portable latrine facilities inside the free zone and also locate, as necessary, office and storage trailers in the area. All trailers left inside a restricted area after hours must be lockable from the exterior with a padlock and hasp. 15.5. Miscellaneous: 15.5.1. Contractor's use of CBs, recording devices, cell phones, and cameras shall be prohibited in a restricted area. The use of 2-way portable radios will be allowed with prior approval from 673rd Communications Squadron (Elmendorf) and 59th Signal Battalion (Richardson). 15.5.2. During the course of this contract, the contractor's workforce may be required to work within safety clear zone of explosives stored inside ammunition storage igloos. 15.6. Drainage: Grading and excavating shall be done in a manner to prevent standing water in all cases. 15.7. Emergency Outages: The Contractor shall notify the Contracting Officer immediately when an emergency outage of a utility occurs. No outage shall exceed four (4) hours in duration. The Contractor shall bear the cost for all repairs. The following list of contacts shall also be informed when an outage occurs: GAS LINES 673 FIRE DEPT 911 Then ENSTAR SECURITY SENSORS 673 SFS LE DESK 552-3421 PHONE LINES 673 CS JOB CONTROL 552-9700 or 611 POWER LINES/WATER LINES/SEWER LINES 773 CES SERVICE CALL 552-3726/3727 15.8. Security Fence Work: Any digging under the security fence due to contractor operations shall be backfilled by the end of the contractor's workday so that no breach of physical security is present overnight. All excavations underneath the security fence shall be backfilled or barricaded in a manner acceptable to the security forces through the Contracting Officer or the representative prior to the end of each workday or when the contractor leaves the immediate work site. 15.9. Security Lighting/Communication Outages: All outages of the existing security lighting system must be coordinated seven (7) working days in advance through the Contracting Officer and must not exceed four (4) hours in duration. The security lighting system must be functional at all times during hours of darkness. Work on this lighting system must be scheduled and performed in stages with this requirement in mind. Lighting, being replaced by new lighting, cannot be deactivated until the new system is proven completely functional unless otherwise coordinated through the Contracting Officer. 15.9.1. Any outages occurring to the security lighting/communication systems due to the contractor digging in a restricted area must be repaired within four hours at the contractor's expense. 16. Utilities Services (FAR 52.236-14) 16.1. Government Provision: Available water and electricity for Task Orders may be used in reasonable quantities in this work at no cost to the contractor. The contractor shall make arrangements for such services with the Contracting Officer or his/her designated representative. Should utilities not exist it is the contractor's responsibility to provide them if necessary.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 20 of 53

Page 21: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

16.2. Contractor-Caused Outage: All temporary outages of any utility services required for the performance of work shall be scheduled through 673 CES no less than fourteen (14) calendar days in advance of outages. Requests shall be made in writing to the Contracting Officer. Requests shall stipulate specific utility system(s) (and circuits) to be affected, the location of the work, the time at which the shutdown will occur, and the duration of the outage for each system. Outages shall be kept to a minimum both in number and duration. Where multiple outages are required, as many outages as can be accurately scheduled shall be submitted as a group. 16.2.1. In the event of a contractor caused utility failure/disruption; the contractor will first make the area safe, then immediately contact the Base Civil Engineer Customer Service Desk (552-3726 or 552-3727) and the Contracting Officer. 16.2.2. If the damaged utilities were previously known or shown to the contractor, or there is negligence on his part, the utilities will be repaired by the contractor in a timely manner at no cost to the Government. Should the contractor opt not to fix the damage, it can be repaired by the Government and billed to the contractor. 16.3. Utility Provider Responsibility: Utilities on JBER-Elmendorf are owned and operated by JBER with the exception of the natural gas distribution system which is owned and operated by Enstar under utilities privatization contract FA5000-05-C-0011. Utilities on JBER-Richardson are owned and operated by Doyon Utilities LLC. They can be contacted at: Fort Richardson, P.O. Box 5469, Fort Richardson, AK 99505, (907) 337-3900. Responsibilities and coordination with the utility provider will be applicable to the location of the task order work. 16.3.1. JBER-Elmendorf: The Government will approve service tie-in points, disconnect and reconnect utility service for contractor tie-ins. Connections to these tie-in points shall be the responsibility of the contractor. Civil Engineer personnel are responsible for the switching to de-energizing and energizing of all utility systems. 16.3.2. JBER-Richardson: Doyon Utilities will approve service tie-in points, disconnect and reconnect utility service for utility tie-ins. Connections to these tie-in points shall be done by Doyon Utilities unless otherwise approved by them. Doyon Utilities personnel are responsible for the switching to de-energizing and energizing of all utility systems. 16.4. Interruption of Service: The Government may not be held responsible for interruptions of utility service and will not be liable for contractor delays, damages, or increased costs occasioned by any interruption of service. 16.5. Contractor Responsibility: The contractor shall be responsible for installing and maintaining temporary cords, lines, or other equipment in a safe condition. Only compatible adapters shall be utilized for hydrant connections. A hydrant wrench of correct size shall be used to control the flow. Temporary connections to fire hydrants shall be disconnected at the end of each work day. The temporary connections shall be controlled with an auxiliary valve such that the hydrant remains at a full-open or full-closed position, and a backflow preventer. On JBER-Richardson, Doyon Utilities will approve all hydrant connections, operation procedures and tools. On JBER-Elmendorf, 773 CES will approve all hydrant connections, operation procedures and tools. 16.6. Prior to Final Acceptance: All temporary cords, lines, or other equipment shall be removed and the existing outlets and lines restored to the condition existing prior to the start of construction. 16.7. Existing Utility Verification: 16.7.1. JBER-Elmendorf: The locations, sizes, and types of all utility lines shown on the Plans are for informational purposes only and are not to be relied upon without verification by exploratory digging. The contractor shall verify the field location of all existing underground utilities in service within the immediate area of any proposed

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 21 of 53

Page 22: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

construction which may conflict with existing utilities. No less than ten (10) working days written notice shall be given by the contractor for locating and flagging of existing utilities. The contractor shall excavate exploratory trenches in the presence of representatives from all utility companies and the Contracting Officer or representative. The trench shall be a minimum of three (3) feet wide and excavated to a depth at least two feet below the respective construction shown on the plans, or deeper if directed by the Contracting Officer or the representative. Hand diggings, probing, and remote detection techniques shall precede machine excavation. It is the responsibility of the contractor to protect all utilities which are to remain in service for the duration of the project construction, or until their abandonment is directed by the Contracting Officer or the representative. 16.7.2. JBER-Richardson: Doyon Utilities will provide information on locations, sizes, and types of all utility lines. Utilities information shown on the Plans are for informational purposes only and are not to be relied on. The contractor shall contact Doyon Utilities to verify the field location of all existing underground utilities in service within the immediate area of any proposed construction which may conflict with existing utilities. No less than thirty (30) working days written notice shall be given by the contractor for locating and flagging of existing utilities. It is the responsibility of the contractor to protect all utilities which are to remain in service for the duration of the project construction, or until their abandonment is directed by the Doyon Utilities representative. 16.8. Excavation permits: The contractor shall obtain and process a written excavation permit (673 Form 3, Base Civil Engineer Work Clearance Request) before starting any excavation. The 673 Form 3 also requires the Base Civil Engineer's or his authorized representative signature. Contractor shall allow a minimum of ten (10) working days from date of application to process the excavation permit. Contractor shall use the latest version of 673 ABW Form 3 Base Civil Engineer Work Clearance Request as provided in the Appendix of Referenced Standards. 16.9. Utility Marking Of Yet To Be Accepted Work: The contractor shall be required at the request (in writing three calendar days) of other contractors working in the area to flag the utilities being installed on his specific contract within 10 working days of the request. 16.10. Protection Of Utility Lines: It shall be the contractor's responsibility to protect all existing utility lines from damage during excavation for utilities systems. Any damage resulting to existing utility systems shall be repaired by the contractor, to the satisfaction of the Contracting Officer, at no additional cost to the Government. 16.10.1. Existing buried utility lines will be marked to delineate a four (4) foot area of liability. Any damage done to an existing line within two (2) feet of the flag shall be repaired by the contractor. If the damage occurs outside the area, Civil Engineer will assume responsibility for needed repairs. 16.11. Base Policy for the Operation of all Hydrants and Valves on the Base Water Distribution System: The following is the base policy for the operation of all hydrants and valves on the base water distribution system. 16.11.1. The contractor shall immediately notify the fire alarm communication center at 552-2801, of out-of-service hydrants, sprinkler system, and stand pipes, etc. and the alarm room will also be notified when hydrants are returned to service. 16.11.2. JBER -Elmendorf: Civil Engineer personnel are responsible for operation of all valves and are the only organization authorized to open or close these valves. In an emergency (water main break) the contractor may close a valve and notify the Fire Department at 552-2801 and Utilities at 552-3024. JBER -Richardson: Doyon Utilities personnel are responsible for operation of all valves and are the only organization authorized to open or close these valves unless otherwise authorized by Doyon Utilities. In an emergency (water main break) the contractor may close a valve and notify the Fire Department at 552-2801 and Doyon Utilities at (907) 337-3900.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 22 of 53

Page 23: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

16.11.3. When fire hydrants are out-of-service the Fire Department will immediately place a metal placard 12 inches in diameter with waterproof white letters on a red background reading "OUT- OF SERVICE". The placards will be placed in a way that identifies hydrants from approaching direction. 16.11.4. When fire hydrants are placed back in service, the Fire Department will immediately remove placards. 16.11.5. Every effort will be made to return hydrants to service as soon as possible. Hydrants awaiting parts will be assigned an emergency work order. When hydrants are shut down due to construction, call the Fire Department as listed above. 16.11.6. JBER -Elmendorf: The use of fire hydrants by other than fire protection personnel will be coordinated and approved by the Base Fire Chief. Such use will not render the hydrant inoperative for fire protection operations. JBER -Richardson: The use of fire hydrants by other than fire protection personnel will be coordinated and approved by the Base Fire Chief and Doyon Utilities. Such use will not render the hydrant inoperative for fire protection operations. 17. Survey Markers 17.1. Reference is made to CONTRACT CLAUSE titled "Permits and Responsibilities" (FAR 52.236-7). 17.2. The contractor shall be responsible for removing and relocating survey markers. Relocation shall be performed by a professional registered Land Surveyor or supervised by the same. 17.3. Surveying Standards: All facilities and installations affected by the work shall be surveyed using the JBER Surveying Standards. In cases not addressed by these standards recognized industry standards and practices shall be used. Field notes shall be recorded in hardbound field books, which shall become the property of the government at the end of the project. Electronic copies of data reduction computations and results shall be delivered to the Government as they are produced. All major changes of direction, significant features of work and structure corners shall be tied to survey monuments using the North American Datum of 1983 as the datum and results reported in Alaska State Plan coordinates resolved to one tenth of a foot. New documentation shall be installed to facilitate location and route recovery in accordance with specifications in JBER Surveying Standards. 17.4. Carefully maintain all benchmarks, monuments, and other survey reference points. If it is necessary to disturb or destroy a benchmark, monument, or survey reference point, notify the 673rd Civil Engineer Squadron Engineering Technician Unit at 384-2322 before proceeding. Any benchmark, monument, or other survey reference point already disturbed or destroyed requires immediate notification by the contractor to the Engineering Technician Unit. All disturbed or destroyed bench marks, monuments, or other survey reference points shall be restored to their original location as nearly as possible, or as otherwise directed by the Contracting Officer. The specific location shall be tied to monuments using NAD 83 as the datum as results reported in Alaska State Plane coordinates. When a benchmark, monument, or other survey reference point is restored, the record of the survey shall indicate the deviation from the original location. Field notes shall be recorded in hardbound field books, which shall become property of the Government. 18. Recording and Preserving Historical and Archaeological Finds 18.1. All items that have any apparent historical or archaeological interest and are discovered in the course of any construction activities shall be carefully preserved. The contractor shall leave the archaeological find undisturbed

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 23 of 53

Page 24: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

and shall immediately report the find to the Contracting Officer, or his/her designated representative, so that the proper authorities may be notified.

End of Section

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 24 of 53

Page 25: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

Section 01200 General Design Requirements

(Specific Task Order Design Criteria shall be identified within each Task Order ‘Statement of Work’) 1. General Design Section 1.1. Design Philosophy: When directed by the Task Order ‘Statement of Work’, the MACC contractor, to the maximum extent practical, shall prepare design documentation up to 65% reflecting standard commercial industry standards and applicable referenced documents, and shall specify the use of commercially available materials and associated assemblies. Design shall be based upon consideration of all practical alternatives in support of defined Task Order requirements. Periodically services of a registered engineer will be required for Task Orders. This requirement will be identified in the Task Order Request for Proposal (TORFP). 1.2. Contractor must comply with Industry Standards; all Federal, State, and Local codes; and the following regulations at the time of issue of the individual task order. The Task Orders shall be designed in accordance with the design and construction standards contained in the latest version of the Unified Facilities Criteria (UFC) 1-200-01 and all core UFC codes and other codes referenced therein including but not limited to: International Building Code, National Fire Code, Life Safety Code, National Electrical Code, International Plumbing Code, and other applicable Department of Defense and Air Force regulations, manuals, engineering technical letters, and energy conservation criteria including Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings. 1.3. Design development shall conform to current Air Force design criteria, Federal, Military (DOD and Air Force) Publications (directive and non-directive) including Policy Directives (AFPD), Instructions (AFI), Manuals (AFM), Joint Manuals (AFJAM), Pamphlets (AFPAM), Joint Pamphlets (AFJPAM), Handbooks(AFH), and Engineering Technical Letters (ETL). The contractor may view the Government CD-ROM library that contains most applicable Air Force and Corps of Engineer publications as well as some commercial product data information. However, the Air Force will not furnish the contractor reference materials, codes, regulations, or guide specifications. These may be acquired from the Government Printing Office or from other federal agencies. The official Air Force web-site for electronic publications and forms is (http://www.e-publishing.af.mil/). Air Force technical references are available as .PDF files downloadable using ‘Acrobat Reader’. To review or acquire Unified Facilities Guide Specifications (UFGS) and other engineering-related publications Corps of Engineers (COE) Guide Specifications and other COE-related publications, visit the Headquarters COE website at http://www.usace.army.mil for general guidance and additional directions to other websites. Construction Criteria Base (CCB) offers downloadable UFGS at http://www.wbdg.org/ccb/. Additional help in acquiring COE publications and other DOD publications can be received by calling the local Seattle District office at (206) 764-3828 or accessing their web-site at (http://www.nws.usace.army.mil) or (http://www.hnd.usace.army.mil). The Mil Hdbk series can be obtained by accessing (http:/dodssp.daps.dla.mil). A partial listing of the latest Air Force Engineering Technical Letters (ETLs) can be obtained at (http://www.afcesa.af.mil/library/etl.asp?Category=Engineering%20Technical%20Letters). Air Force Hazardous Material criteria can be obtained at (http://www.e publishing.af.mil/pubfiles/af/32/afi32-7086/afi32-7086.pdf). AMC Design Guides can be obtained at (http://www.afcee.brooks.af.mil/dc/products/dcproducts.asp). Additional general guidance for locating other websites is available at (http://www.dsp.dla.mil/). 1.4. The latest edition of the following Building Codes shall be used and maintained for all construction under this contract.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 25 of 53

Page 26: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

1.4.1. Unified Facilities Criteria (UFC) 1-200-01 and all core UFC codes 1.4.2. International Building Code 1.4.3. International Mechanical Code 1.4.4. International Plumbing Code1.4.5 National Electrical Code C 104.4.6 Life Safety Code 1.4.5. National Fire Code 1.4.6. National Electrical Safety Code 1.4.7. Elmendorf Architectural Standards (see Attachment) 1.4.8. Richardson Installation Design Guide (see Attachment) 1.4.9. JBER Telecommunication Installation Standards (see Attachment) 1.4.10. Any other codes or standards referenced in Unified Facilities Criteria (UFC) 1-200-01 and applicable to the Task Order. 1.5. The contractor shall have a current copy of each of these documents available for use during the term of this contract. 1.6. If there is a conflict between these codes, regulations, and specifications, the most stringent requirements shall apply at all times. 1.7. Project Manager: The MACC Contractor shall appoint a Project Manager to serve as a single point of contact (POC) and liaison between the Design Team element of the MACC and the Contracting Officer for all design work required under the MACC. Upon award of individual Task Orders, the designated Project Manager shall be made known to the Contracting Officer in writing. 1.8. Review Conferences and Meetings: Design Submittal Review Conferences will be held as defined by individual Task Orders for all scheduled design submittals. In addition to scheduled design submittal review conferences, coordination conferences may be held as deemed necessary by the Government or the MACC Designer at an agreed upon time and location. The MACC Designer may request such conferences when it is deemed necessary by all parties to clarify the design direction or expedite the preparation of established plans and specifications in support of project. The MACC Designer will be responsible for making ‘Confirmation Notices’ of any conversation (telephone or e-mail) and/or minutes of any meeting with AF personnel concerning the execution of the project. 1.9. Confirmation Notices: The MACC Contractor will be required to provide a record of all conferences, meetings, discussions, verbal directions, telephone conversations, etc., participated in by the MACC Contractor and/or his representatives on matters relative to the execution of the Task Order. These records, entitled ‘Confirmation Notices’, will be numbered sequentially and shall fully identify participating personnel, subject discussed and conclusions reached. The MACC Designer shall forward to the Contracting Officer a reproducible copy of said conference minutes not more than Five (5) Working Days after the discussion. 1.10. Architect/ Engineer of Record: For specified projects, services of an Architect and or Engineer may be necessary and will be identified in the TORFP. All construction drawings and design calculations developed in support of a Task Order associated with this MACC shall be affixed with the registration stamp (seal) of the Architect/Engineer of Record and that of all consultants, as appropriate, (e.g. structural, civil, mechanical, electrical, and fire protection engineers) before submittal for review. All design professionals shall have current registration to practice in the State of Alaska unless the specified registration or certification is not offered by Alaska; in which case the registration or certification shall be from another registering State within the United States. Approval shall be indicated on all documents by having the professional stamp/seal of architect or engineer with personal signature over same appearing on all sheets as applicable to their specialties.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 26 of 53

Page 27: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

1.11. Pre-Proposal Conference and Site Investigation: MACC contractors shall perform investigative evaluations of existing facility/site conditions and coordinate project requirements with Using Agency by means of a single Pre-Proposal Conference to be scheduled by the Contracting Officer. This conference will be held prior to the development and submittal of a ‘Concept’ Design (when required by the TORFP) and associated Price. Investigative services associated with development of the initial ‘Concept’ Design and associated Price Proposal shall be limited to acquiring data from the Pre-Proposal Conference and the scheduled site visit, including a scheduled question and answer period. To prevent uncorroborated information from becoming part of a MACC proposal, discussions with Using Agency outside of the scheduled conferences shall not be permitted. Supplemental site investigative evaluations and discussions with Using Agency for clarification of design direction shall be permitted and encouraged once award of Task Order to selected MACC contractor has been made. 2. Conceptual Design Section 2.1. Environmental Analysis for Initial ‘Concept’ Design: The Government shall provide each MACC contractor a copy, if available, of a limited HAZMAT surveys which they have on file for that particular building. These surveys identify known HAZMAT materials previously detected. Each MACC contractor shall incorporate anticipated abatement or special handling procedures into the development of the initial ‘Concept’ Design and associated Price Proposal without the performance of a Hazardous Material (HAZMAT) Survey. Subsequent performance of HAZMAT Surveys shall be a requirement during the development of subsequent design phases once a Task Order has been awarded to the selected MACC contractor who will complete the project. 2.2. ‘Concept’ Design: Conceptual designs are used to define the basic functional, technical, and architectural/engineering aspects of a Task Order. Development of Conceptual Designs shall be utilized for Government review and evaluation in determining the successful Task Order Awardee, who will be directed to continue with subsequent design phases as identified in each individual Task Order. Completion of ‘Concept’ Design, including drawings, design analysis and outline specifications, project schedule and cost broken out by CSI divisions will approximate 15% of a total design effort. 2.2.1. ‘Concept’ Drawings: Conceptual design drawings will generally include the following information as defined by each Task Order: 2.2.1.1. Basic project site plan showing existing and proposed buildings, roads, parking, landscape planting masses, contours and the utilities in the immediate vicinity of the project. 2.2.1.2. Basic building floor plans, building sections and elevations showing the functional layout, space configuration, and building system characteristics, to include the required properties and/or performance of the construction materials and methods. 2.3. Project Schedule: As defined by Task Order, MACC contractors shall prepare a project schedule incorporating both design and construction in support of completing the Task Order. Consideration shall be given to the sequence of design phases, standard construction practices, durations of tasks, procurement of materials (including identification of items with long lead times), climatic conditions (including exclusionary periods for roof work, paving etc.). The Proposed Schedule shall be in the form of a computer-generated bar chart using industry standard software. 2.4. A total cost for project completion broken out by current CSI divisions. 2.5. Post-Concept Supplemental Site Investigation: The MACC contractor selected to

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 27 of 53

Page 28: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

proceed with execution of Task Order (after initial pre-proposal ‘Concept’ Submittal) will be required to perform supplemental technical field investigations and surveys in support of awarded Task Order project criteria. Investigations and surveys may include utility locates, topographical surveys, and geo-technical surveys as identified within each Task Order project criteria. All engineering disciplines will be required to perform fact-finding engineering investigations to determine the most economical method of design and construction. This will include architectural, civil/structural, mechanical, electrical, communications, and environmental controls. If required a Hazardous Materials (HAZMAT) Survey will be a requirement of the MACC contractor in accordance with Section 01300 – Environmental Controls upon award of Task Order and subsequent development of following design phases. 3. 35% Design Section 3.1. 35% Design: The 35% Design shall include drawings, material submittals, scope of work, cost broken out by CSI division and project schedules for the Task Order. The drawings will show all disciplines including site plans, floor plans, elevations, wall sections, details, and all other applicable areas. All cut sections and details shall also be shown on the drawings. The MACC Designer shall use design criteria contained herein to develop the 35% Design Submittal to include but not necessarily be limited to the following: 3.1.1. Floor Plan Drawings with dimensions and functional arrangement of all renovated areas; including corridors, exits, stairs, and utility spaces properly related to exterior access, roads, parking, and service areas, etc. Individual treatment shall be given items involving special design and/or deviations from accepted standards and of complex design. Gross floor areas shall be shown for each floor and for the entire building. Floor and roof framing, and loadings shall be indicated. Built-in, installed, and specialized portable equipment shall be indicated to scale. Drawings shall be provided in sufficient detail and clarity to permit Government review of proposed design development and method of accomplishment including detailing. 3.1.2. Drawings shall include but not limited to Title Sheet with Location Map, Vicinity Map and Drawing Index; Site Plan with existing and proposed exterior utilities distribution and topography; Demolition Plan (including phases if applicable), Foundation Plans; Framing Plan; Floor Plans; Exterior and Interior Elevations; Interior and Exterior Signage; Building and Wall sections; Door and Window Schedules; Finish Schedules and Interior elevations of new work. Typical wall sections shall be shown at a scale of no less than 3/4 inch = 1 foot. Sections shall include material and thickness, methods of attachment, and type of windows with relation thereof to supporting structural columns or walls. 3.1.3. Environmental Control Drawings indicating procedures to be used for abatement of known asbestos or lead paint material (in conjunction with Government provided asbestos survey). 3.1.4. Mechanical/Plumbing Drawings: For heating, air conditioning, mechanical ventilation and plumbing, indicate the location, capacity, and space requirements for all major items of mechanical equipment. 3.1.4.1. Single line indication and riser diagrams of ducts, pipes, and equipment and their approximate location shall also be shown. Indication shall be made as to whether piping and ductwork are exposed or concealed. Functional areas where pipes are exposed shall be delineated. Approximate operating range or capacity for heating, ventilation, air conditioning, and refrigeration equipment shall be clearly stated. Drawings shall include the following: 3.1.4.1.1. Mechanical Abbreviations and Symbols Legend 3.1.4.1.2. HVAC Equipment Schedules

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 28 of 53

Page 29: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

3.1.4.1.3. HVAC System Plan 3.1.4.1.4. HVAC Details 3.1.4.1.5. Plumbing Equipment and Fixture Schedules 3.1.4.1.6. Plumbing System Plan 3.1.4.1.7. Plumbing Details 3.1.4.1.8. Automatic Sprinkler Requirements 3.1.4.1.9. Direct Digital Control System 3.1.4.1.9.1. DDC System Abbreviations and Symbols Legend 3.1.4.1.9.2. DDC System Hardware Location Plan 3.1.4.1.9.3. Controls Schematics, Detailed Sequences of Operation 3.1.4.1.9.4. Controls System Equipment Schedules and Points Diagram 3.1.4.1.9.5. DDC System EMS Requirements (Hardware Location Plan) 3.1.4.1.9.6. EMS Program Application, DDC Integration 3.1.5. Electrical Drawings: Drawings shall include floor plans showing fixture location, circuiting, switching and outlets; details of systems; single line diagrams including all metering and segregated load sub-metering required by ETL 94-2; fixture and equipment schedule; abbreviations and symbols legend. Indicate lighting arrangements, type of fixtures proposed, general light intensities, special electrical requirements of the user, including communications and electronic facilities where applicable, light and power service entrance and distribution arrangement. Conduits, including those to be wired by others, shall be shown together with indication as to whether conduits are exposed. Functional areas having exposed conduits shall be delineated. Riser diagrams, showing service equipment, feeders, and panels, other than branch circuits, shall be shown. Cable sizes, current demand factors and the switch and panel board descriptions are not required at this time. Location capacity and space requirements of all major items of equipment shall be shown including interior substations with service equipment and panels. Power, communication, and electronic features will be indicated in sufficient detail to identify requirements clearly and to indicate the means of satisfying the requirements. 3.1.5.1. Fire Detection/Alarm 3.1.5.2. Telephone/Communications 3.1.5.3. Fiber-Optic Requirements 3.1.5.4. Computer/LAN 3.1.5.5. Commercial Cable TV

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 29 of 53

Page 30: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

3.1.6. Telephone/Communications Drawings: Drawings shall include applicable symbols for all equipment including computer/LAN, fiber-optic requirements, intercom, CCTV and commercial cable TV systems indicated on a separate floor plan reserved for Telephone/Communications. Provide preliminary wiring diagram(s) of all telecommunication/cable requirements from identified administrative workstations back to patch panel in telephone room. 3.1.7. Fire Alarm/Detection Drawings: Drawings shall include layout indicating device placement, detail of typical zone, Fire Alarm riser, and transmitter wiring. 4. Deliverables 4.1. Computer-Generated Deliverables: The MACC contractor is required to provide the final as-built drawings at the culmination of the project. The proper hierarchy of folders developed on the CD’s shall be as follows: 4.1.1. XX-XXXX (Project Number FXSB for JBER-Elmendorf or HJZH for JBER-Richardson) 4.1.2. Drawings (all AutoCAD Drawings included). Unless otherwise requested, all drawings shall be submitted in electronic format. 4.2. All associated project drawings shall be integrated into the above hierarchy without reference to separate individual consulting firms’ folders and/or directories. Each CD shall be provided a label on both the disk and the protective jewel cover which indicates the MACC Contract No., Task Order Number, the Project Number, the Project Name, the date created, and the MACC contractor Name. All contract CADD drawing files shall be included in the drawing database including associated ‘x-ref’ files, unique text font files (e.g. ‘fractions’) etc. The loading of the CADD drawing files onto the Base master network server will be accomplished without the need for additional references to other drawing files which have not been provided on the CD. Each created drawing sheet shall have its own individual drawing file name for easy accessing. Grouped drawing sheets within one drawing file name shall not be allowed. The MACC PM or designated representative shall be available to answer questions concerning interpretation of the database and related matters of this nature. 4.3. CADD Standard: Utilize A/E/C CADD Standard ERDC/ITL TR-01-6 (dated Sept 2001) as developed by the CADD/GIS Technology Center (previously known as the Tri-Services CADD/GIS Technology Center) comprised of the U.S. Army Engineer Research and Development Center (ERDC) and Information Technology Laboratory (ITL). The Standard includes presentation graphics, level/layer assignments, electronic file naming, and standard symbology. Information on obtaining the Standard can be found by contacting the following: NIBS Facilities Information Council National Institute of Building Sciences 1090 Vermont Avenue, NW, Suite 700 Washington, D.C. 20005-4905 http://www.nationalcadstandard.org 4.4. Convertible CADD Drawings: In compliance with CADD requirements, the Government shall furnish copy of the drawing database in ‘AutoCAD’ most current version used by the Base. A copy of the AMC standard border and title sheet is available in AutoCAD format from the Engineering Technical Support Section by calling (253) 982-8666. 4.5. Visio is the preferred format for controls drawings only. 4.6. Existing As-Built Record Drawings: Existing As-Built record drawings, which may be applicable to each Task Order are available as scanned .tif images. A CD shall be provided to the contractor, which represents all available drawings associated with the Task Order. It is the responsibility of the contractor to research the record files (drawings) provided by the CD for the required applicable project information and data. The quality and accuracy of

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 30 of 53

Page 31: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

the existing as-built documents is not guaranteed, and follow-up site investigations will be required to assure accuracy of all file drawings. 4.7. Design Submittal Printing Requirements: When requested, three (3) drawing copies will be provided for each individual Task Order. Design drawing size will be determined in the individual Task Order. For projects awarded based on concept, a Government review shall be performed to ensure that all design review comments, previously provided, have been incorporated into the final submittal prior to generation and submission of the CD to the Government.

End of Section

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 31 of 53

Page 32: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

Section 01300 Task Order Execution

1. Acceptance 1.1. The contractor shall notify the Contracting Officer in writing seven (7) calendar days prior to construction start of each individual task order to allow the Government sufficient time to notify the applicable using organization(s). 1.2. When either a Suspension of Work is lifted or other modification is issued the contractor shall notify the Contracting Officer within two (2) working days prior to construction start to allow the Government sufficient time to notify the applicable using organization(s). 1.3. Pre-Final Inspection: Prior to requesting a Final Inspection, the contractor shall request a pre-final inspection. The request shall be made in writing, electronic mail requests are authorized, 10 calendar days prior to the anticipated date of the pre-final inspection. The pre-final inspection will be conducted seven (7) calendar days prior to the final inspection date with the Government inspector, the contract administrator, the contractor’s quality control representative, the contractor’s project manager, and any technical experts or other parties as deemed necessary by the Government. Any discrepancies noted during the pre-final inspection will be corrected prior to the final inspection. If discrepancies are noted during the pre-final inspection the contractor shall state in writing a date when the discrepancies will be corrected and upon completion of the discrepancy correction will notify the Contracting Officer or the designated representative in writing the discrepancies have been corrected and request a final inspection. 1.4. Notice of Completion of Task Order: When the contractor is ready for the final inspection, he/she will request the inspection in writing by email to the Contracting Officer five (5) working days before the desired date. 1.5. Final Inspection: The Final Inspection will be performed no later than seven (7) calendar days prior to the end of the completion date of each delivery order with the contractor by the Government inspector, the Contracting Officer or the designated representative, and other pertinent Government personnel. If any discrepancies are found the final inspection becomes a pre-final inspection and Liquidated Damages may apply. Accepted projects will be fully operational for the purpose intended. As-builts and O&M manuals shall be submitted the date the final inspection is made. In the event the as-built submittal is disapproved it will be resubmitted within seven (7) calendar days after disapproval. 1.6. Beneficial Occupancy: Normal Beneficial Occupancy of the project area by the Government will occur upon final acceptance of the project by the Government. If the Government determines there is need, it may require early occupancy of a portion or all of the project prior to total completion of work by the contractor. If this is required by the Government, the Government will conduct an inspection of the area identified with the contractor and accept the identified area in the state of completion agreed to. This Beneficial Occupancy Date (BOD) will be used to start the warranty of construction for the identified area, even though additional follow on work in the area may be required by the contractor to complete the project work. All project work will be completed as identified in the Scope of Work unless otherwise modified. All other portions of the project outside of the Beneficial Occupancy area will be accepted as described above. 2. Closeout

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 32 of 53

Page 33: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

2.1. Closeout of Task Order: The closing out of various features of the contract shall be done before or on the Government contract construction completion date. The government requires the following information (as applicable) for record and operation purposes. The contractor shall submit the real property records to the Contracting Officer upon final inspection. The operations and maintenance manuals shall be submitted to the Contracting Officer at the time of beneficial occupancy or the contractor shall be held responsible for all service calls, recurring maintenance until such time as they submit. Red-line as-built drawings shall be submitted upon acceptance. Mylar’s and all other documentation as determined or required by the Contracting Officer shall be completed within thirty (30) days of final inspection. The contractor’s specific submittals, approved Transfer and Acceptance of Military Real Property (DD Form 1354) and items are required for closeout may include but, are not limited to Operation and Maintenance Manuals (O&M), training, spare parts, equipment list, guarantees, approved as-built shop drawings. Final payment shall not be made until receipt of all required documents. 2.2. The following is a general list of the various types of closeout materials and the data required for each. (* indicates date required on initial submittal)

• O&M Manuals: Descriptions, Specification Paragraph*, Date Due*, No. Copies Due*, Date Submit Action Code, Resubmit Date, Approved, Date to User, No. Copies

• Training Requirements: Description*, Specification Paragraph*, Length Required*, Date Scheduled, Plan

Submitted, Plan Approved, Date Training Held • Spare Parts Required: Description*, Specification Paragraph*, Quantity Required*, Date Turned Over to User • Salvaged Material: Description*, Specification-Plan Requirement*, Quantity*, Turn In Document Received • Government-Furnished Equipment: Description*, Specification-Plan Requirement*, GFCI-GFGI*, Number

Required*, Date Equipment Date Required*, Date Equipment Required*, Turnover Document Provided • Utilities Provided or Relocated by Others: Description*, Relocate or Provide*, Specification-Plan Note*, Date

Required* • Transfer and Acceptance of Military Real Property (DD Form 1354): Transfer and Acceptance of Military Real

Property (DD Form 1354): Projects will be divided into areas of work and property, categorized by Air Force category codes and associate cost. Contractor shall coordinate directly with 673 CES/CEIAP (Real Property) at 384-0960. The contractor shall be responsible for preparing both a draft and final DD Form 1354 (example on following page). The draft should be available prior to the scheduling and conducting of a final inspection. The contractor shall work with the respective Project Manager to ensure all capital improvements are captured and recorded prior to invoicing for final payment. References to assist in completing this form can be found at UFC 1-300-08, 16 Apr 2009, Change 1, March 2010; and AFI 32-9005, 5 Aug 2008. The contractor may also arrange training with the 673d Asset Management Flight.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 33 of 53

Page 34: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 34 of 53

Page 35: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

2.3. Record Drawings: 2.3.1. Drawing Deliverables:

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 35 of 53

Page 36: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

2.3.1.1. General Requirements: The AutoCAD deliverables shall adhere to the most current release of The CADD BIM Technology Center A/E/C CADD Standard ERDC/ITL TR-06-X published by the U.S. Army Engineer Research and Development Center at 3909 Halls Ferry Road, Vicksburg, MS 39180-6199. This publication is available at https://cadbim.usace.army.mil/. The following are specific Air Force requirements and if there is a conflict between the A/E/C CADD standard and the Air Force requirements then the Air Force requirements shall take precedence. Clarification on the A/E/C CADD standard shall be addressed to the 673rd Civil Engineer, Technical Support Section. 2.3.1.2. During the progress of the work, the contractor shall keep a careful record at the job site of all changes and corrections from the layouts shown on the drawings, if applicable. The contractor shall enter such changes and corrections on contract or record drawings promptly as neat red line changes to keep the record drawings current and submit drawings to the Contracting Officer in accordance with the schedule provided in the Task Order. 2.3.2. Design and As-Built: If brackets are not shown, then the following statements apply to both design and as-built. 2.3.2.1. Electronic submittals: All DWG's shall be developed and saved by software that is licensed by Autodesk. Design shall be delivered in an Autodesk AutoCAD latest version and Adobe Acrobat PDF unless otherwise requested. As-built shall be delivered in an Autodesk AutoCAD latest version and Adobe Acrobat PDF unless otherwise requested. Deliver design submittals at all design percentages. Assemble project electronic files into a Microsoft Windows folder structure as illustrated in figure shown below. Submit all electronic files on a CD-R. Label the CD-R with a CD/DVD label; include a minimum of project title, as-built date or design percentage. ELECTRONIC FILES FOLDER STRUCTURE

PROJECT NAME

AUTOCAD PDF

AEC DISCIPLINE EXTERNAL

(discipline DWG files) REFERENCES

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 36 of 53

Page 37: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

2.3.2.1.1 Drawing deliverables: 2.3.2.1.1.1 File templates: The Government will provide an AutoCAD “Location Plan” template and a “standard title block” template for development of project drawings. 2.3.2.1.1.2 Drawing sheet assembly: Drawing Sheet assembly shall follow “Drawing Sheet Assembly Option 1” as prescribed in ERDC/ITL TR-06-X, chapter 2. Create only one layout per AutoCAD file. 2.3.2.1.1.3 File naming conventions: The AEC Sheet File name is the unique name of each individual AutoCAD project Sheet File as prescribed in ERDC/ITL TR-06-X. Ensure this filename is shown in the title block as the “AEC Sheet File Name”. See Government supplied templates. 2.3.2.1.1.4 Sheet Sets: Create Sheet Set (DST) files from the project Sheet Files with fully indexed Sheet Lists, Sheet Views and Model Views. A single Viewport shall be dedicated to Sheet Views requiring a title. Ensure a DST file is located in each project discipline folder and references the folder discipline DWG. The Sheet List structure and sheet naming convention shall be identical to the project Schedule of Drawings. The Sheet View List shall be indexed with the number and name of the plan, detail or section. The Government will provide an electronic sample of a Sheet Set. 2.3.2.1.1.5 External References: Specify a relative path (.\path) for all External References. 2.3.2.1.1.6 Civil plans: 2.3.2.1.1.6.1 All Civil Plan Views shall be geospatially referenced, with an accuracy of 0.5 meters or better, using the Universal Transverse Mercator (UTM) meters coordinate system, World Geodetic System 1984 (WGS84) datum. Model space geometry shall not be scaled from original 1:1 or subsequently moved after being geospatially positioned. In addition to the project DWG civil sheet files, provide one DWG model file containing all project civil plan views relative to each other. 2.3.2.1.1.6.2 [As-Built] Provide surveyed data with coordinate locations for newly constructed features with an accuracy of 0.5 meters or better. GPS data dictionary/feature code library files meeting 3 CES GeoBase standards shall be used by the contractor for data collection and are available from the 3 CES GeoBase Administrator. All surveyed data shall consist, at a minimum, of X- location, Y-location and if applicable, utility line size, utility line type and manhole/junction ID. All buried utilities shall consist of an X-coordinate, Y- coordinate and Z-coordinate. The Z-coordinates are the elevations at the top of the utility lines. Z-coordinate intervals shall be as indicated in the table below. If tolerances in the table does not provide for Z-coordinate interval use midpoint coordinate of utility. See the table for plan, elevation and interval tolerances. Tolerances shall be equal to or better than indicated. Additional attribute information is required for most data layers, and it is the contractor’s responsibility to ensure that delivered layers are fully compliant with 3 CES GeoBase data standards. Provide Federal Geographic Data Committee (FGDC) compliant metadata for all spatial and tabular data. Contact the 3 CES GeoBase Administrator for the data dictionary/feature code library files and appropriate data standards prior to beginning work. The surveyed data shall include, but not be limited to:

AS-BUILT FEATURE TOLERANCES X- Coordinate Y- Coordinate Z- coordinate / Interval

Water 0.5 meters 0.5 meters 0.2 meters / 15.0 meters

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 37 of 53

Page 38: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

Storm drain 0.5 meters 0.5 meters 0.2 meters / 15.0 meters

Sanitary sewer 0.5 meters 0.5 meters 0.2 meters / 15.0 meters

Electrical 0.5 meters 0.5 meters 0.2 meters / 15.0 meters

Communications 0.5 meters 0.5 meters 0.2 meters / 15.0 meters

POL 0.5 meters 0.5 meters 0.2 meters / 15.0 meters

Natural gas 0.5 meters 0.5 meters 0.2 meters / 15.0 meters

2.3.2.1.1.6.2.1. All new infrastructure (road, building, parking lot, sidewalk) 2.3.2.1.1.6.2.2. Electrical features (transformer, cable, generator, manhole, meter, switch, lighting, airfield lighting) 2.3.2.1.1.6.2.3. Fuels features (air eliminator, anode, anode test station, filter strainer, hydrant, manhole, fuel line, meter, pump, rectifier, valve) 2.3.2.1.1.6.2.4. Natural gas features (valve, line) 2.3.2.1.1.6.2.5. Storm sewer features (inlet, manhole, line, oil-water separator, open drainage line) 2.3.2.1.1.6.2.6. Wastewater features (manhole, line, pump, septic tank) C 308.2.1.1.6.2.7. water features (hydrant, manhole, line, valve) 2.3.2.1.1.6.3. [As-Built] Data shall be delivered in GPS or GIS format. Reference line 2A1fi. 2.3.2.1.1.6.3.1. GPS file format: The contractor shall contact the 3 CES GeoBase Administrator for a list of approved GPS file types prior to data collection. 2.3.2.1.1.6.3.2. GIS file format: The contractor shall contact the 3 CES GeoBase Administrator for an SDSFIE-compliant GIS layer template to be used for populating the GIS deliverables required under the contract. The contractor shall populate the layers without modifying the template. The contractor shall contact the 3 CES GeoBase Administrator for a list of approved GIS file types prior to data submittal. Any additional data, not able to be incorporated in the GIS template, shall be included in spreadsheet format. Contact the 3 CES GeoBase Administrator for the appropriate formatting and a list of approved spreadsheet file types prior to data submittal. 2.3.2.1.1.7. Miscellaneous: 2.3.2.1.1.7.1. Model space geometry shall be drawn 1:1. 2.3.2.1.1.7.2. Dimensions shall be restricted to model space. 2.3.2.1.1.7.3. Purge all layers, blocks, etc. that are not relevant. C 308.2.1.1.7.4 Text shall be true type font Arial or Arial Black. 2.3.2.1.1.7.4. Use a “key plan inset” where appropriate to discriminate work locations relative to the entire construction.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 38 of 53

Page 39: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

2.3.2.1.1.7.6 All files, where appropriate and practical, shall have a graphical scale, a numerical scale, a north arrow and a dimensional reference grid system. 2.3.2.1.1.7.7 All AutoCAD drawings shall be saved in Paper-space view zoomed to “all”. 2.3.2.1.1.7.8 Reference EDRC/ITL TR-06-X, table 3-4: for interior and exterior utility plans, screen floor plan and geography to contrast utility layout. 2.3.2.1.2 [As-Built] DWF deliverables: 2.3.2.1.2.1 A DWF shall be created by publishing from the sheet set. 2.3.2.2 Drawing submittals: 2.3.2.2.1 [Construction drawings]: Provide plotted and Comb bounded sheet files on ANSI B (11” x 17”) @ 1:2 scale using the standard AutoCAD “monochrome.ctb” unless otherwise requested. 2.3.2.2.2 [As-Built]: Contractor shall provide as-built drawings in electronic format (DWG and PDF) on standard CD-R or DVD-R media. 2.4 Differences in Drawings: CONTRACT CLAUSE 52.236-21 paragraph "Specifications and Drawings for Construction," the structural drawings shall govern in cases where they differ from the architectural drawings. 3. Warranties 3.1. Not later than the date the final invoice is submitted, the contractor shall provide a listing to the Contracting Officer identifying as a minimum, the Task Order Number, the extent/location of work (Building number and extent of the work accomplished, e.g., entire roof, west wing, etc.), Project Number and Project Title; the date of final acceptance by the Government; and the date, 1 year from acceptance, the warranty of construction will expire. Other manufacturer/installer warranties normal to the industry which will include any standard warranties on materials and equipment normally provided by the manufacturer or installer, shall also be provided by the contractor to the Contracting Officer. The contractor will not be responsible to enforce any warranties beyond the one year warranty of construction; it is understood that any pursuit of these other warranties will be the responsibility of the Government. 3.2. In connection with these 1 year warranty of construction requirements, the contractor shall be responsible for all call-outs on warranty work. The contractor will then be responsible to ensure that the warranty work is completed. Response times for call-outs on warranty work at the Bases are as follows: 4 hours for heating, air-conditioning, refrigeration, air supply and distribution, and critical electrical service systems and food service equipment, and 24 hours for all other systems. Contractor names, addresses, and telephone numbers for day, night, weekend, and holiday warranty service responses shall be furnished to the Contracting Officer and also posted at a conspicuous location in each mechanical and electrical room or close to the unit. This submittal may be provided to the Contracting Officer upon project completion. 3.2.1. Response times for call-outs on warranty work for the remote sites will be specified per individual task order. 3.3. Compliance with this paragraph does not relieve the contractor of any responsibility in connection with providing specific warranties and/or guarantees as required by this contract.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 39 of 53

Page 40: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

3.4. In the event the contractor or his designated representative fails to commence and diligently pursue any warranty work required, within a reasonable time after notification, the Government shall have the right to have the work performed by others, and after completion make demand for reimbursement of any and all expenses incurred by the Government while performing the work, including, but not limited to, administrative expenses. 3.5. Warranty repair work which arises to threaten the health or safety of personnel or the safety of property or equipment will be handled by the contractor on an immediate basis as directed verbally by the Contracting Officer. Failure of the contractor to respond as verbally directed will be cause for the Contracting Officer to have the warranty repair work performed by another contractor and to proceed against the contractor as outlined above. 4. Contractor-Furnished Equipment Data 4.1. Prior to final inspection and acceptance of the work, the contractor shall submit the data mentioned in the following subparagraphs. 4.1.2. Equipment List: An itemized equipment list showing unit retail value and nameplate data including serial number, model number, size, manufacturer, etc., for all contractor-furnished items of mechanical equipment, electrical equipment, and fire protection systems installed under this contract. 4.1.3. Guarantees: A list of all equipment items that are specified to be guaranteed accompanied by a copy of each specific guarantee therefor. For each specific guaranteed item, a name, address, and telephone number shall be shown on the list and warranty sticker for subcontractor who installed equipment, equipment supplier or distributor and equipment manufacturer. The completion date of the guarantee period shall correspond to the applicable specification requirements for each guaranteed item. 4.1.4. Warranty Stickers: The contractor shall furnish and place equipment warranty stickers on all warranted equipment in the location designated by the Contracting Officer and or representative. 4.1.5. Salvageable Materials: All materials removed and not reused in the project as specified herein or shown on the applicable drawings remain the property of the Government, except as noted below. The Contracting Officer will determine if materials removed from the job site are salvageable or unsalvageable. When a material is designated as unsalvageable, the material becomes the property of the contractor. If the Contracting Officer considers the material salvageable, the Government will either take possession of the material and store it them-selves, or instruct the contractor to transport the material to the DLA disposition services. It is estimated the government will require the contractor to turn-in items to DLA disposition services on approximately 10% the task orders issued per contract period. The government will make no additional payment for palletizing, transportation, and delivery of items taken to DLA disposition services.

End of Section

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 40 of 53

Page 41: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

Section 01400 Contractor’s Quality Control

1. General 1.1 The contractor is responsible for quality control and shall establish and maintain an effective quality control system in compliance with the Contract Clause 52.246-12 entitled “Inspection of Construction.” The quality control system shall consist of plans, procedures, and organization necessary to manage all task orders to produce end products which comply with the contract requirements. The system shall cover all construction operations, both on site and off site, and shall be keyed to the proposed construction sequence. The government will hold the project manager responsible for the quality of work on the job. The PM is subject to removal by the Contracting Officer for non-compliance with quality requirements specified in the contract. 1.1.1. References. 1.1.1.1. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. 1.1.1.2. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1.1.1.2.1. ASTM D 3740 (1994a) Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction 1.1.1.2.2. ASTM E 329 (1995b) Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction 2. Quality Control Plan 2.1. The contractor shall furnish for review by the government, not later than 20 calendar days after Task Order award, the contractor’s Quality Control (QC) Plan proposed to implement the requirements of the Contract Clause entitled “Inspection of Construction.” The plan shall identify personnel, procedures, control, instructions, test, records, and forms to be used. Construction will be permitted to begin only after acceptance of the QC Plan or acceptance of an interim plan applicable to the particular feature of work to be started. Work outside of the features of work included in an accepted interim plan will not be permitted to begin until acceptance of a QC Plan or another interim plan containing the additional features of work to be started. 2.2. Content of the QC Plan. The QC Plan shall include, as a minimum, the following to cover all construction operations, both on site and off site, including work by subcontractors, fabricators, suppliers, and purchasing agents: 2.2.1. A description of the quality control organization, including a chart showing lines of authority. As a minimum, the staff shall include a QC manager whose responsibility is to implement the QC plan. 2.2.2. The name, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned a QC function. 2.2.3. A copy of the letter to the QC manager signed by an authorized official of the firm which describes the responsibilities and delegates sufficient authorities to adequately perform the functions of the QC manager,

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 41 of 53

Page 42: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

including authority to stop work which is not in compliance with the contract. The QC manager shall issue letters of direction to all other various quality control representatives outlining duties, authorities, and responsibilities. Copies of these letters will also be furnished to the Government. 2.2.4. Procedures for scheduling, reviewing, certifying, and managing submittals, including those of subcontractors, off site fabricators, suppliers, and purchasing agents. These procedures shall be in accordance with Section 01000 General Contract Requirements. 2.2.5. Procedures for tracking preparatory, initial, and follow-up control phases and control, verification, and acceptance tests including documentation. 2.2.6. Procedures for tracking construction deficiencies from identification through acceptable corrective action. These procedures will establish verification that identified deficiencies have been corrected. 2.2.7. Control, verification, and acceptance testing procedures for each specific test to include the test name, specification paragraph requiring test, feature of work to be tested, test frequency, and person responsible for each test. (Laboratory facilities utilized will be state approved.) 2.2.8. Reporting procedures, including proposed reporting formats. 2.3. Coordination Meeting: Proceeding contract award and before issuance of any task order under this contract, the QC Plan shall be submitted for review a minimum of 5 business days prior to the MACC Orientation Seminar. Proceeding government acceptance of the QC Plan, there may be occasions when subsequent conferences will be called by either party to reconfirm mutual understandings and/or address deficiencies in the QC system or procedures which may require corrective action by the contractor. 2.4. Acceptance of Plan: Government acceptance of the contractor’s plan is required prior to the award of any task order for construction. The government reserves the right to require the contractor to make changes in his QC Plan and operations including removal of personnel, as necessary, to obtain the quality specified. 2.5. Notification of Changes: After acceptance of the QC Plan, the contractor shall notify the Contracting Officer in writing by email of any proposed change. Proposed changes are subject to acceptance by the Contracting Officer. 2.6. Quality Control Organization: 2.6.1. General: The requirements for the QC organization are a QC manager and sufficient number of additional qualified personnel to ensure contract compliance. The contractor shall provide a sufficient QC organization to ensure the quality of work at each work site during construction. 2.6.2. QC manager: The QC manager shall be a construction person with a minimum of five (5) years in related work. This QC manager shall complete quality control inspection of each work site on a daily basis and be available, on base, for immediate response to any given work site during working hours. The QC manager shall be employed by the prime contractor and have complete authority to take any action necessary to ensure compliance with the contract. The contractor shall identify an alternate for the QC manager in the plan to serve in the event of the manager’s absence. 2.6.3. Advisors: The contractor shall have access to professional advisors for each discipline capable of physically visiting the job site within 48 hours of notification to resolve specific technical issues as required. Remote sites will

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 42 of 53

Page 43: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

be visited as soon as flight and site arrival preparations can be made. These professional advisors shall have a minimum education and/or experience in accordance with the experience matrix listed herein.

EXPERIENCE MATRIX AREA QUALIFICATIONS Civil Graduate Civil Engineer with 2 years’ experience in the type

of work being performed on this project or technician with 5 years’ related experience.

Mechanical Graduate Mechanical Engineer with 2 years’ experience or

technician with 5 years related experience Electrical Graduate Electrical Engineer with 2 years related experience

or technician with 5 years related experience Structural Graduate Structural Engineer with 2 years’ experience or technician with 5 years related experience Architectural Graduate Architect with 2 years’ experience or technician

with 5 years related experience Environmental Graduate Environmental Engineer with 3 years’ experience Concrete, Materials Technician with 2 years’ experience for the Pavements, appropriate area and Soils Communications Required to have at least 2 years recent experience in Installer installation and design 2.6.4. Additional Requirement: In addition to the above experience and education requirements the QC manager shall have completed a course in Construction Quality Management for Contractors or have comparable experience in construction quality control. 2.6.5. Organizational Changes: When it is necessary to make changes to the QC staff the contractor shall revise the QC Plan to reflect the changes and submit the changes to the CO for acceptance. The contractor may adjust the number of inspectors assigned to the organization dependent upon the number of projects underway and their complexity. However, the number of inspectors assigned shall be sufficient to allow each inspector to thoroughly inspect each project in progress at least once a day and to meet any additional QC functional requirements as specified herein. 2.7. Design Documentation: The QC manager shall review all design documentation as specified in Section 01200 GENERAL DESIGN REQUIREMENTS. The QC organization shall be responsible for certifying that all submittals are in compliance with the contract requirements. 2.8. Quality Control Documentation: The contractor shall maintain current records providing documented evidence that required quality control activities and/or tests have been performed. These records shall include the work of

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 43 of 53

Page 44: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

subcontractors and suppliers and shall be on a form acceptable to the Contracting Officer that includes, as a minimum, the following information: 2.8.1. Contractor/subcontractor and their area of responsibility. 2.8.2. Operating plant/equipment with hours worked, idle, or down for repair. 2.8.3. Work performed each day, giving location, description, and by whom. 2.8.4. Test and/or control activities performed with results and references to specifications/drawings requirements. List deficiencies noted along with corrective action. 2.8.5. Quantity of materials received at the site with statement as to acceptability, storage, and reference to specifications/drawings requirements. 2.8.6. Submittals reviewed, with contract reference, by whom, and action taken. 2.8.7. Off-site surveillance activities, including actions taken. 2.8.8. Job safety evaluations stating what was checked, results, and instructions or corrective actions. 2.8.9. Instructions given/received and conflicts in plans and/or specifications. 2.8.10. These records shall indicate a description of trades working on the project; the number of personnel working; weather conditions encountered; and any delays encountered. These records shall cover both conforming and deficient features and shall include a statement that equipment and materials incorporated in the work and workmanship comply with the contract. The original and one copy (or original only if sent by email) of these records in report form shall be furnished to the government daily within 24 hours after the date(s) covered by the report, except that reports need NOT be submitted for days on which no work is performed. Reports shall be signed and dated by the QC manager. The report from the QC manager shall include copies of test reports and copies of reports prepared by all subordinate quality control personnel. 2.9. Interface with Government Inspectors: The QC manager shall request meetings with the government to discuss quality issues when they arise. The government reserves the right to conduct quality meetings at its discretion. 2.10. Notification of Noncompliance: The Contracting Officer will notify the contractor of any detected noncompliance with the foregoing requirements. The contractor shall take immediate corrective action after receipt of such notice. 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 such stop orders shall be made the subject of claim for extension of time or for excess costs or damages by the contractor.

End of Section

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 44 of 53

Page 45: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

Section 01500 Environmental Provisions

1. Environmental References 1.1. The contractor is responsible for strict adherence to any local, state, Federal, or Air Force environmental regulations relating to this project. 673 CES/CEAN is the Government’s point of contact for environmental compliance/non-compliance issues and will provide the contractor a briefing of environmental requirements at the pre-performance conference for this project. Additionally, the contractor should contact the Contracting Officer whenever interpretations of environmental regulations are required. 2. Hazardous Material Submittal Requirements 2.1. The contractor shall comply with all hazardous material management requirements as defined in the JBER Operation Plan 19-3 (OPlan 19-3), Environmental Management Plan together with the following provisions. 2.2 Submittals shall be required for all hazardous materials (most materials contain hazardous constituents). For the purposes of this contract, hazardous material shall be defined as any material or mixture of materials which may present a danger to the public health, occupational safety, or the environment and includes: 2.2.1 Materials containing chemicals defined under Section 1910.l22(c) of Title 29 of the Code of Federal Regulations (CFR), any extremely hazardous substance listed in 40 CFR part 355; and any pesticide under the Federal Environmental Pesticide Control provisions of 7 United States Code (U.S.C.) section 136, et seq., and; 2.2.2 Materials containing any element, compound, mixture, solution or substance as designated pursuant to sections 101(14) and 102 of the Comprehensive Environmental Response, Compensation, and Liabilities Act of 1980(CERCLA), codified at 42 U.S.C. sections 9601(14) and 9602, or requiring notice pursuant to section 304 of the Emergency Planning and Community Right-to-Know Act of 1986, codified at 42 U.S.C. section 11004, and; 2.2.3 Any hazardous material, or group or class of material, designated as hazardous by United States Secretary of Transportation under 49 U.S.C. section 5103. 2.3. Prior to contractor transporting any hazardous material onto JBER the contractor must provide a current copy of the manufacturer's Material Safety Data Sheet (MSDS) to the Contracting Officer for certification. The contractor must ensure the MSDS contains at minimum, the following information and additional documentation from the manufacturer defining the values of items not directly addressed by the MSDS: 2.3.1. Manufacturer's Name 2.3.2. List 100% of the hazardous chemical components 2.3.3. Chemical Abstract Number (CAS Number) for each chemical component C 702.2.4 Specific Gravity/Unit Volume and or Unit Weight 2.3.4. Ph (Acidity or Alkalinity) if applicable C 702.2.6 Flash Point/Ignitability 2.3.5. Exact weight in pounds/ounces of the material initially brought on base

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 45 of 53

Page 46: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

2.4. No hazardous materials for this project shall be allowed on base until the contractor has received written approval of the submittal for the material in question from the Contracting Officer. If the contractor's intent is to bring more of the product (same manufacturer) on base property after the product has received approval, only a weight submittal will be required. If it is a different manufacturer from that originally submitted, a new MSDS submittal will be required. 2.5. All material tracking shall be done on the Hazardous Material Tracking List which must be; 1) submitted initially, 2) whenever new hazardous materials are added to the project (minimum of sixty days between update) and 3) a final update when leftover materials are removed upon completion of the project. Prior to final acceptance of this project, the contractor must submit a listing of all hazardous materials relating to this project. The Hazardous Materials Tracking List will include the product name, manufacturer, and exact weight of material remaining. 2.6. When special haul routes are required to deliver or remove hazardous materials for this project it shall be addressed by the Contracting Officer during review and approval of each hazardous material submittal. 3. Hazardous Wastes Disposal Requirements 3.1. The contractor shall comply with hazardous waste management requirements as defined in the JBER OPlan 19-3, Environmental Management Plan, together with the following provisions. 3.2. All hazardous wastes generated by this project shall be handled in the manner required by the State of Alaska and Federal regulations (40 CFR 260 - 279, and 49 CFR). For this project hazardous waste shall be defined as any solid wastes satisfying the criteria listed in 40 CFR 261.3. 3.3. The contractor shall determine in accordance with 40 CFR if wastes generated during this project meet the definition of a hazardous waste. Sampling of the waste or user knowledge based on MSDS and process can be used to make the determination if the waste is hazardous. Copies of sampling and analysis results will be provided to 673 CES/CEANV. 3.4. The contractor shall perform all required training and notifications concerning hazardous waste or materials related to contractor's activities and maintain an on-site listing of employees so trained. 3.5. The contractor shall be responsible for proper labeling, containerization, handling, and storage of hazardous wastes created from this project. Disposal costs for generated wastes shall be borne by the project. The contractor shall be responsible for off-site shipments and must comply with all requirements of 49 CFR and OPLAN 19-3. 3.6. As required by 40 CFR, JBER is the "generator" of all hazardous wastes originating within the confines of the installation and as such is required to certify all hazardous waste is properly prepared and shipped by signing the manifest for offsite transport. All hazardous waste shipments shall be initiated by completion of a "Hazardous Waste Manifest" EPA Form 8700-22 (Rev. 9-94 MDNR-HWG 10) obtainable from the Alaska Department of Environmental Conservation. The contractor shall be responsible for obtaining all necessary manifest forms and for proper completion of each required by this project. 3.6.1. The contractor or his broker are responsible for assignment of manifest numbers. 3.6.2. Each manifest line item must have the quantity listed on the manifest in pounds except Polychlorinated Biphenyl's (PCBs), which shall have the quantity listed in kilograms.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 46 of 53

Page 47: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

3.6.3. Each manifest line item must have supporting documentation to allow proper chemical characterization of the hazards as defined by 40 CFR. Sampling and analysis will be required on all wastes which have been contaminated or altered during the course of this project. 3.6.4. The contractor shall insure all hazardous wastes are moved off base with properly licensed hazardous waste transporters and are sent to properly licensed hazardous waste disposal facilities. 3.6.5. 673 CES/CEAN shall be the only authorized agency to sign each manifest for wastes being transported off JBER. Each shipment must be evaluated by 673 CES/CEAN for compliance with applicable environmental regulations prior to signing the manifest. The contractor shall retain the responsibility for correction of all discrepancies noted during the pre-transport evaluation. (Note: CEAN personnel are present only during 7:30 to 4:30 on normal working days, Monday through Friday). Contractor shall provide 673 CES/CEAN a copy of manifests along with supporting documentation. 4. Inspection Liability 4.1. The contractor shall understand that any operations on JBER property are fully inspectable (on a no notice basis) by the Department of Defense, The Department of the Air Force, Alaska Department of Environmental Conservation (ADEC), United States Environmental Protection Agency (EPA), Occupational Health and Safety Agency (OSHA), and other regulatory agencies. Compliance with all environmental requirements pertaining to this project is mandatory. 4.2. The contractor shall be subject to no-notice inspections of all activities related to the project by 673 CES/CEAN (Base Environmental Element). Issues of noncompliance shall be addressed directly to the Contracting Officer or his/her representative to ensure rapid correction of the unsatisfactory features. 4.3. The contractor shall be liable to the Air Force for any fines, penalties, spill cleanup costs, or environmental assessments levied against the Air Force by any environmental regulatory agency that arise from, or relate to, the contractor's performance of this contract, or the contractor's failure to perform as specified by the contract. Any such liability may result in an equitable adjustment to the contract or contract price, establishment of a contract debt, or recovery by the Government under any other judicial, administrative, or contractual remedy as may be available to the Government. 5. Pollution Abatement 5.1. The contractor shall perform all work in a manner minimizing pollution of air, water, and land, as required. In addition, the following requirements shall be mandatory: 5.2. Burning of any material by the contractor on JBER is prohibited. 5.3. Stream beds, lakes, drainage ways, sanitary and storm sewer, etc., shall not be polluted by fuels, oils, bitumen, acids, paints, or other harmful materials. Surface drainage from the construction site which contains harmful amounts of sediment shall not be allowed to drain into the adjacent areas. All grading shall be accomplished to allow sedimentation to settle-out prior to flowing onto adjacent area. 5.4. Flushing of concrete trucks shall be restricted to the location specifically designed for that purpose by the Contracting Officer or his/her representative.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 47 of 53

Page 48: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

5.5. Trucking: Loose debris on trucks leaving the site shall be loaded by the contractor in a manner that will prevent dropping of materials on streets. The contractor shall fasten suitable cover, such as a tarpaulin, over the load before entering surrounding streets. The contractor shall be responsible for cleaning up any materials that fall from trucks. The contractor shall comply with all environmental regulations applicable to vehicles accessing and leaving the site. 5.6. Excess mortar, plaster, or drywall materials shall not be disposed of on JBER grounds. Water utilized for plastering or drywall equipment shall be disposed of in accordance with the instructions of the Contracting Officer or the representative. In no instance shall water be disposed of in areas which are planted or scheduled to be planted. 5.7. Noise Control: Contractor shall comply with all applicable state, local, and installation laws, ordinances, and regulations relative to noise control. Other noise control measures may be required on a case by case basis. 5.8. Covered Chutes: All chutes for refuse shall be covered or of such design to fully confine the material, contaminants, and dust. 5.9. Chlorinated fluorocarbons shall be reclaimed in accordance with the Clean Air Act, July 1992. 6. Policy for Storage of Hazardous Materials on Construction Sites 6.1. The contractor shall comply with all hazardous material management requirements as defined in the JBER OPlan 19-3 together with the following provisions. 6.2. Definition of hazardous materials is any substance which, by reason of being explosive, flammable, poisonous, corrosive, oxidizing, irritating, or otherwise harmful, and is likely to cause death injury. 6.3. Hazardous material will not be stored in Government facilities, without special authorization from base. Contact point will be the JBER Fire Department at 552-2801. 6.4. Each construction site shall have a hazardous material storage area. This area will be the only location where hazardous material shall be stored on a construction site. Exceptions must have prior written approval from the base. Contact point will be the JBER Fire Department at 552-2801. 6.5. Number every trailer, building and shed with a number at least 6 inches by 4 inches; this number will correspond with the numbers listed below in item 706.5.1. 6.6. The contractor shall provide an emergency folder that will be kept on-site and up-to-date at all times (on the injury board). This folder shall contain: 6.6.1 Construction site map identifying each road, building, trailer, and shed on site by number, as well as hazardous material storage location. 6.6.2 A copy of every MSDS Material Safety Data Sheet (MSDS) with amount and location of all hazardous material on site. 6.7. The contractor shall also provide a copy of each map and MSDS to the JBER Fire Department, Building 11415 immediately upon delivery of all hazardous material to the construction site. 7. Asbestos and lead Management

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 48 of 53

Page 49: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

7.1 Unexpected Discovery of Asbestos or Lead During Construction (Renovation and Demolition): The buildings and areas to be renovated or demolished have been or will be surveyed, by the government for the presence of lead/asbestos-containing materials. This survey is not a warranty that lead/asbestos- containing materials are either not present or limited to the amounts found in the survey. Should suspected lead/asbestos-containing material be encountered, the contractor shall promptly, and before the conditions of the substance encountered are disturbed, give a written notice to the Contracting Officer of the suspected lead/asbestos-containing material conditions encountered. The government will then be responsible for the re-testing and potential abatement of the materials in question. 7.2 Asbestos Abatement: Contractor shall comply with the applicable State and Federal regulations pertaining to asbestos containing material (ACM). ACM (friable and non-friable) shall only be removed or otherwise impacted by a licensed asbestos abatement contractor utilizing licensed workers. ACM or other asbestos contaminated debris/waste shall be properly packaged, labeled and transported off-site by a licensed waste hauler to a registered landfill, where proper Manifesting procedures ("cradle to grave" documentation) shall be utilized. 8. Unexpected Hazardous Substances 8.1. In the event that suspected hazardous substances are revealed during construction activities, all such construction activities in the immediate area shall be immediately suspended. Hazardous substances for purposes of this specification only, shall be defined as Comprehensive Environmental Response Compensation and Liability Act of 1980(CERCLA) hazardous substances, infectious or radioactive wastes, asbestos or oil. The contractor shall leave the materials undisturbed and shall immediately report by phone, followed in writing within 24 hours to the Contracting Officer so that proper authorities can be notified. The contractor shall not resume construction activities in the vicinity of the suspected hazardous substances until written clearance is received from the Contracting Officer. Identification and removal of any such materials will be conducted in accordance with all Federal, state and local environmental laws and regulations according to the CONTRACT CLAUSE titled "Differing Site Conditions" FAR 52.236-2. 9. Demolition 9.1. Disposal of demolition waste shall be in accordance with all applicable Federal, State, Air Force and JBER regulations. 9.2. Waste Diversion: Contractor is responsible for submitting waste diversion reports on a quarterly basis in accordance with the specifications of this contract. Any dump tickets shall be attached to the quarterly report. In addition to quarterly reports, the contractor shall submit a C & D (Construction and Demolition) Waste Management Plan prior to commencing work. The reports and plan shall be submitted to the Contracting Officer. 9.2.1. Sample Quarterly Report Format:

Quarterly C&D Diversion Report

Tons Generated

Tons Sent to Landfill

Tons Diverted

Facility or Destination

Material Transporter

Land Clearing Debris

Dirt/Soil

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 49 of 53

Page 50: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

Asphalt

Concrete & Masonry

GWB

Metal (Ferrous)

Metal (Non-Ferrous)

Wood (Treated)

Wood (Non-Treated)

Cardboard

Commingled Recyclables

9.2.2. Sample Waste Management Plan Format: Joint Base Elmendorf-Richardson Construction Waste Management Plan TEMPLATE, Rev 1.1 (13 DEC 2010) [INSERT PROJECT TITLE] [INSERT CONTRACT NUMBER] [INSERT DATE] Introduction: The Department of Defense requires all installations to divert at least 50% (by weight) of construction and demolition (C&D) wastes from disposal in a landfill or incineration. This Construction Waste Management Plan (CWMP) covers non-hazardous solid waste generated from construction and demolition activities and identifies the actions [INSERT CONTRACTOR NAME] shall implement to meet or exceed this C&D waste diversion minimum requirement of 50%. Individual Responsible for Project Waste Prevention and Management: [INSERT CONTRACTOR NAME AND/OR TITLE] will be responsible for waste prevention and management on this project. [INSERT NAME AND/OR TITLE] may be contacted at [INSERT PHONE AND/OR EMAIL]. Project Waste Diversion Requirement: This project requires a minimum waste diversion of 50% by weight. The waste diversion goal for this project is: XX% [INSERT “50%” OR DIVERSION GOAL IF HIGHER THAN 50%]. Estimate of Waste Types and Quantities: [IDENTIFY WASTE TYPES AND ESTIMATE QUANTITIES]

Waste Type Estimated Quantity (Tons)

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 50 of 53

Page 51: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

Asphalt

Concrete and Masonry

Metal (Ferrous)

Metal (Non-ferrous)

Wood (Treated)

Wood (Non-treated)

Glass

Paper (Office and Mixed Paperboard)

Paper (Cardboard)

Paper (Newspaper)

Plastic

Gypsum Wall Board

Land Clearing Debris

Other C&D Waste / Mixed Trash

Solid Waste Management Actions: [DESCRIBE CONTRACTOR ACTIONS TO REDUCE SOLID WASTE GENERATION] e.g. “Contractor will carefully calculate material quantities and sizes to reduce possibility of overages during material procurement. Contractor will give preference during material procurement to products with minimal packaging and products that are bio-based and/or recyclable. Contractor will encourage work crews to utilize re- usable beverage containers and encourage a ‘pack in/pack out’ program for worker generated waste including personal use items.” [DESCRIBE CONTRACTOR ACTIONS TO INCREASE DIVERSION. DESCRIBE EQUIPMENT AND CONTAINERS.] e.g. “Contractor will implement source-segregated diversion for the following materials: asphalt, metal, wood, and cardboard. The contractor will provide separate containers for each material listed above; containers will be clearly labeled to discourage contamination. Waste that cannot be diverted will be placed a single 8-CY top load dumpster clearly labeled “waste.” Containers will be hauled by XXX (insert hauler) to XXX (insert destinations, e.g. Alaska Metals, Central Recycling Services). OR, Contractor will implement co-mingled diversion for all materials generated on-site. The contractor will provide XX (insert quantity) containers for mixed debris. Containers will be hauled by XXX (insert hauler) to XXX (insert destinations, e.g. Central Recycling Services).”

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 51 of 53

Page 52: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

Communication: [BRIEFLY DESCRIBE CONTRACTOR COMMUNICATION PLAN FOR WASTE MANAGEMENT] e.g. “The contractor will discuss solid waste management issues at morning safety meetings at least weekly. Contractor will clearly label collection containers.” Disposal and Diversion Resources: [DESCRIBE THE COMPANIES, SUBCONTRACTORS, AND/OR PROGRAMS USED]

Material Hauler Disposal/Diversion Company Address Estimated $ (Indicate Cost or Savings)

Materials That Cannot Be Diverted: [IDENTIFY MATERIALS THAT CANNOT BE DIVERTED FROM THE LANDFILL WITH AN EXPLANATION] Estimate of Savings and Costs: [INSERT ESTIMATE OF TOTAL PROJECT WASTE MANAGEMENT SAVINGS AND COSTS] Reporting: [BRIEFLY DESCRIBE HOW/WHEN CONTRACTOR WILL SUBMIT QUARTERLY WASTE DIVERSION REPORTS AND FINAL PROJECT SUMMARY REPORT] 10. Land Use Controls 10.1. The contractor shall comply with the following land use controls and any site- specific land use controls which are provided at the time of review of work clearance requests (3 WG Form 3). These land use controls are also provided in the JBER Instruction (WGI) 32-7003 (16 Feb 2007) and Land Use Controls Management Plan (Jun 03). 10.2. The contractor shall not use water from JBER’s shallow aquifer for any purpose including, but not limited to, drinking, irrigation, fire control, dust control, or any other activity. It is understood portions of the shallow aquifer are contaminated and may pose a health risk.

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 52 of 53

Page 53: MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) · The Multiple Award Construction Contract (MACC) is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for execution that supplements

10.3. The contractor shall not drill through the shallow aquifer into the confined aquifer unless adequate engineering controls are used to prevent cross contamination from the shallow aquifer to the confined aquifer. All engineering controls and methods must be reviewed by 673 CES/CEANR. 10.4. The contractor shall not damage or interfere in any way with access to and operation of groundwater monitoring wells, remedial treatment systems and/or sampling efforts. 673 CES/CEANR and their contractors must have access, including but not limited to, vehicle access to existing monitoring wells for sampling and maintenance. 10.5. Immediately upon discovery, the contractor will provide 673 CES/CEANR with written notice of any failures to comply with these environmental land use controls.

End of Section

FA5000-17-R-0007 JBER MACC Attachment 3- MACC Statement of Work

Page 53 of 53


Recommended