SOURCES SOUGHT
Z -- Mechanical IDIQ
- Notice Date
- 11/28/2017
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
- ZIP Code
- 08641
- Solicitation Number
- FA448418R0002
- Archive Date
- 1/12/2018
- Point of Contact
- Theresa H. Stauffer, Phone: 6097544408, Dana Deyampert, Phone: 609-754-2717
- E-Mail Address
-
theresa.stauffer.1@us.af.mil, dana.deyampert@us.af.mil
(theresa.stauffer.1@us.af.mil, dana.deyampert@us.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- SPECIFICATION INDEFINITE DELIVERY IDEFINITE QUANTITY MECHANICAL SYSTEMS-INSPECTIONS, TESTING, CONSTRUCTION, MAINTENANCE AND REPAIRS` AT JOINT BASE MCGUIRE-DIX-LAKEHURST, NEW JERSEY June 2017 TABLE OF CONTENTS SECTION TITLE PAGES DIVISION 1 - GENERAL REQUIREMENTS 01000 Statement of Work 1 through 13 Installation Entry Control Procedure 14 through 32 01012 Special Conditions 33 through 36 01300 Submittals 37 through 40 01356 Storm Water Pollution Prevention Measures 41 through 45 01540 Affirmative Procurement 46 through 50 APPENDIX *** The following specifications can be viewed In the Whole Building Design Guide located on the Internet at http://www.wbdg.org/ and http://www.wbdg.org/ccb/browse_org.php?o=70. DIVISION 2 - EXISTING CONDITIONS 028100 Transportation and Disposal of Hazardous Materials 028214 Asbestos Hazard Control Activities 028216 Engineering Control of Asbestos Containing Materials 028313.0020 Lead in Construction DIVISIONS 3 - CONCRETE 032000 Concrete Reinforcing 033053 Miscellaneous Cast-In-Place Concrete DIVISION 5 - METALS 055013 Miscellaneous Metal Fabrication DIVISION 8 - FIRESTOPPING 078400 Fire Stopping DIVISION 23 - HEATING, VENTILATING, AND AIR CONDITIONING 230000 Air Supply, Distribution, Ventilation, and Exhaust Systems 230130.41 HVAC System Cleaning 230300.0020 Basic Mechanical Materials and Methods 230515 Common Piping for HVAC 230593 Testing, Adjusting, and Balancing for HVAC 230700 Thermal Insulation for Mechanical Systems 230800.0010 Commissioning of HVAC Systems 230801.0020 Testing Industrial Ventilation Systems 230923.1320 BACNET Direct Digital Control Systems for HVAC 230923 Lon works Direct Digital Control for HVAC and other Building Control Systems 230933.0040 Electric and Electronic Control Systems for HVAC 230953.0020 Space Temperature Control Systems 231125 Facility Gas Piping 232113.0020 Low Temperature Water (LTW) Heating Systems 232113.2320 [HIGH][MEDIUM] Temperature Water Systems Within Buildings 232300 Refrigerant Piping 232500 Chemical Treatment of Water for Mechanical Systems 233113.0040 Metal Ducts 233423.0040 HVAC Power Ventilators 233500.0010 Overhead Vehicle Tailpipe [AND WELDING FUME] Exhaust Removal Systems 233519.0020 Industrial Ventilation and Exhaust 233600.0040 Air Terminal Units 233713.0040 Diffusers, Registers, and Grills 235233.0320 Water -Tube Boilers, Oil/Gas 235243.0020 Low Pressure Water Heating Boilers (UNDER800,000 BTU/HR OUTPUT) 235246.0020 Low Pressure Water Heating Boilers (OVER800,000 BTU/HR OUTPUT) 235249.0020 Steam Boilers and Equipment (500,000 -18,000,000 BTU/HR) 235253.0020 Steam Boilers and Equipment (18,000,000 -60,000,000 BTU/HR) 235416.0010 Heating System; Gas-Fired Heaters 235419 Building Heating Systems, Warm Air 235710.0010 Forced Hot Water Heating Systems Using Water and Steam Heat Exchangers 236300.0010 Cold Storage Refrigeration Systems 236410 Water Chillers, Vapor Compression Type 236426 Chilled, Chilled-Hot, and Condenser Water Piping Systems 236500 Cooling Towers 236900.0020 Refrigeration Equipment for Cold Storage 237313.0040 Modular Indoor Central-Station Air-Handling Units 237433.0040 Packaged, Outdoor, Heating and Cooling Makeup Air-Conditioners 237600.0010 Evaporative Cooling Systems 238100.0020 Unitary Air Conditioning Equipment 238123.0020 Computer Room Air Conditioning Units 238200.0020 Terminal Heating and Cooling Units 238201.0010 Warm Air Heating Systems 238202.0010 Unitary Heating and Cooling Equipment 238216.0040 Air Coils 238219.0040 Fan Coil Units 238223.0040 Unit Ventilators 238246.0040 Electric Unit Heaters 238300.0020 Electric Space Heating Equipment DIVISION 25 - INTEGRATED AUTOMATION 250810 Utility Monitoring and Control System Testing 251010 Lon Works Utility Monitoring and Control Systems (UMCS) DIVISION 26 - ELECTRICAL 260000.0020 Basic Electrical Materials and Methods 260500.0040 Common Work Results for Electrical 260513.0040 Medium Voltage Cables 260519.0010 Insulated Wire and Cable 260570.0040 High Voltage Over-Current Protective Devices 260571.0040 Low Voltage Over-Current Protective Devices 262923 Variable Frequency Drive Systems under 600 Volts DIVISION 28 - ELECTRONIC SAFETY AND SECURITY 280526.0040 Grounding and Bonding for Electronic Safety 283102.0020 Fire Alarm Reporting Systems-Digital 283113.0040 Fire Detection and Alarm Control 283133.0010 Fire Alarm Reporting System, Radio Type 283133.13 20 Exterior Fire Reporting System, Radio Type 283149 Carbon Monoxide Detectors 283163.0020 Analog Addressable Interior Fire Alarm System 283164.0010 Fire Detection and Alarm System, Addressable 283174.0020 Interior Fire Detection and Alarm System 283175.0010 Central Fire Alarm System, Digital Alarm 2831760 Interior Fire Alarm and Mass Notification System 283300.0040 Fuel-Gas Detection and Alarm Note : Task specific specifications will be provided with individual task orders as required. DIVISION 1 GENERAL REQUIREMENTS SECTION 01000 STATEMENT OF WORK 1.1 SCOPE OF WORK: The Contractor shall provide all labor, material, equipment, and supervision necessary to inspect, test, troubleshoot, construct, install, maintain, repair, and replace Heating, Ventilation, Air Conditioning, Refrigeration (HVACR) equipment, systems, sub systems, hydraulic systems, pumps, motors, piping systems, pipe insulation, fuel systems, miscellaneous plumbing, and fixtures. 1.2 DESCRIPTIONS AND SPECIFICATION: This specification is for the inspection, testing, construction, maintenance, repair, and replacement of facility HVACR equipment and components located on JB McGuire/ Dix/Lakehurst, New Jersey. 1.3 DESCRIPTION/REQUIREMENTS: The Contractor shall inspect, test, troubleshoot, construct, install, wire, maintain, and repair HVACR equipment and mechanical systems, including but not limited to: oil/gas fired forced air systems, boilers, heat pumps, electric heat furnaces, direct expansion air conditioners and condensers, chilled water chillers, water fountains, evaporative cooling towers, oil tanks, air handlers, exhaust hoods, exhaust fans, fan coil units, pumps, motors, valves and dampers, condensate equipment, ductwork, flues, and oil lines/gas lines/ chilled water pipes, high and low pressure steam piping, hot water pipes, condensate pipes, refrigerant piping, sprinkler piping, hydraulic system piping, pipe insulation, fuel systems, and miscellaneous plumbing and fixtures. 1. The Contractor shall inspect, test, troubleshoot, install, maintain and repair high and low voltage electrical circuits directly associated with mechanical systems including but not limited to: motors, compressors, circuit breakers, wiring, conduit, regulators, controls, motor controllers, thermostats, low voltage controls, high voltage controls and sprinkler system controls. 2. The Contractor shall service, maintain, and test HVACR and mechanical systems in accordance with applicable manufacturer's specifications. Typical services may include, but are not limited to, providing general inspections and preventive maintenance that includes, non destructive testing and x-ray, thermal inspections, cleaning ductwork, chimneys, exhaust hoods and flues, performing valve adjustments, motor and damper adjustments, calibrating and balancing water and air flows, testing and adding liquid coolants, adding refrigerants and maintaining glycol levels, to insure unit is functioning properly. Contractor shall perform startup and shutdown procedures on units and equipment when applicable. At the request of the government the Contractor shall record glycol levels, relative humidity, and dew point temperatures. 3. The Contractor shall provide services that include, but are not limited to, the inspection, installation, repair or replacement of concrete pads, equipment enclosures, walls, ceilings, roof systems including roof curbs, pitch pockets, fire stopping materials, and structural penetrations related to mechanical work. 4. The Contractor shall provide services that include, but are not limited to the installation, removal, testing and repair of fiberglass and rubber insulation for ductwork and piping. The Contractor shall apply waterproofing or vapor barrier materials on ductwork and piping systems as required. 5. The Contractor shall provide asbestos removal services that are incidental to mechanical work, including but not limited to asbestos: pipe insulation, floor tile and mastic, transite board, duct insulation, masonry, caulk, and miscellaneous structural components. 6. The Contractor shall have the capability of providing programming, calibration and diagnostic services for the following equipment, but not limited to: Johnson controls, Honeywell, Monaco, Kingfisher, McQuay, Carrier, York, Trane, and any other Direct Digitally controlled or electrical systems and components currently on the market. The Contractor shall provide the services of certified factory representatives at the request of the government. 7. The Contractor shall provide manufacturer unit specifications, service manuals, sequence of operations, wiring diagrams and blueprints to the government QAR. The Contractor shall provide training to base maintenance personnel on any newly installed mechanical, piping, related electrical systems, or components. 8. The Contractor shall obtain all utility mark-outs prior to starting work on this project. Water, sewer, storm, and local telecom shall be requested through the Government's QAR and other utilities shall be requested through New Jersey One Call, dial 8-1-1 or 800-272-1000. 9. Prior to digging, Contractor shall provide an electrical Contractor to perform the mark-out of all existing underground secondary electric at the work site, mark outs shall be accomplished at no additional cost to the government. 1. 4 SITE VISIT: Due to the nature of the work, it shall be required that prior to estimating and submitting a quote for an IDIQ task order, the Contractor inspect the respective site(s) to verify and acquaint himself with existing conditions. The Contractor shall be responsible for conducting all applicable field measurements and counts. The Contractor shall examine the site(s) with respect to the work to be performed, so as to ascertain any factors which would affect the cost of the work, to the extent that such information is reasonably attainable. 1.5 SAFETY STANDARDS AND DIRECTIVES: During the performance of all work under this IDIQ, the Contractor shall strictly adhere to industry safety standards at all times, including the use of proper safety equipment and attire. All construction, maintenance, or repairs performed shall be done with apparatus de-energized, except where otherwise specifically required, and only with written authorization from the Commanding Officer and Contracting Officer. At no time shall Contractor personnel enter buildings without contacting qualified Government personnel to gain access. Contractor personnel shall wear clothing identifying their company name at all times during the execution of this contract. All Contractor personnel shall comply with the Safety/Health requirements in Section J, and the standards and directives listed below: a. Current Occupational Safety and Health Regulations (OSHA). b. National Safety Council, Accidental Prevention Manual for Industrial Operations. c. Applicable federal, state and local safety operating procedures. d. National Safety Code (ANSI C2). e. National Fire Protection Association (NFPA 101) Life Safety Code. f. Joint Base M-D-L Standards and Safety Regulations. 1.6 COMPLETION TIME: Work to be performed under this agreement shall be completed within the time specified in each individual IDIQ task order. 1.7 QUALITY ASSURANCE: All work performed under this agreement is subject to inspection by the Contracting Officer during its execution and upon completion. All work rejected by the Contracting Officer due to nonconformance with the specifications or referenced applicable documents, shall be corrected by the Contractor as directed, at no additional cost to the Government. 1.8 FINAL ACCEPTANCE: Final acceptance of all work performed under this agreement shall be made by the Contracting Officer upon completion of all requirements indicated in the specifications and individual IDIQ task order. 1.9 UNFORESEEN CONDITIONS: Should unforeseen conditions arise during the commencement of work, the Contractor shall immediately notify the Contracting Officer in writing of any and all unforeseen conditions affecting the work and await direction from the Contracting Officer prior to reconvening the work. PART I - GENERAL 1.1 DESCRIPTION OF WORK: The Contractor shall provide all plant, supervision, management, quality control, labor, tools, equipment, appliances and materials and perform all work necessary to design, construct and repair mechanical systems in strict accordance with the specifications and drawings forming parts thereof, subject to the terms and conditions of the contract. 1.2 LOCATION: The work site is located on Joint Base McGuire-Dix-Lakehurst, New Jersey (JB MDL) on areas Dix, McGuire, and Lakehurst. The site location will be specified by each task order. 1.3 PRINCIPAL FEATURES: The work to be performed includes the principal features listed below. This general outline of principal features does not in any way limit the responsibility of the Contractor to perform all work and furnish all plant, labor, and material required by the specifications and drawings to perform a complete and permanent job to adequately fulfill the intent of these specifications and to deliver a work product(s) that is fit for its intended purpose. The inspection clause of any resultant contract for this work shall not in any way be interpreted as waiving the Government's requirement that the work product(s) be fit for its intended purpose. The scope of work includes but is not limited to: 1.4 ENVIRONMENTAL COMPLIANCE: The Contractor is required to comply with all applicable State, Federal laws, State and Federal regulations, and Air Force Instructions in effect at the time of performance of this contract. The laws and regulations include, but are not limited to: Environmental and Occupational Safety and Health. The Contractor shall be responsible for compliance with EPA Refrigerant Recycling Rule, 40 CFR Part 82, Subpart F, all construction and operating permits, and is also responsible for all penalties, fines, or natural resource damage claims that may be required or assessed by the State of New Jersey, Federal or Local Governments resulting from Contractor performance, or failure to perform, during the course of this contract. The Government will inspect for environmental compliance at its discretion, and will notify the Contracting Officer (CO) of any discrepancies found (see paragraph 1.19 for CO authority). A. CONFORMANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS: The Contractor shall perform work under this contract consistent with the relevant policy and objectives identified in this section and in the Joint Base McGuire Dix Lakehurst (JB MDL) Environmental Management System (EMS). The Contractor shall perform work in a manner that conforms to all appropriate Environmental Management Programs and Operational Controls identified in this section and by the JB MDL EMS (administered by the 87 CES/CEAN). The Contractor shall also provide monitoring and measurement information as necessary for the 87 CES/CEAN to address environmental performance relative to the environmental, energy, and transportation management goals. In the event an environmental nonconformance or noncompliance associated with the contracted services is identified, the Contractor shall take corrective and/or preventative actions. In the case of a noncompliance, the Contractor shall respond and take corrective action immediately. In the case of a nonconformance, the Contractor shall respond and take corrective action based on the time schedule established by the EMS Site Coordinator (87 CES/CEAN). In addition, the Contractor shall ensure that their employees are aware of the roles and responsibilities identified in this section and how these requirements affect their work performed under this contract. All on-site Contractor personnel shall complete yearly EPA sponsored environmental training specified for the type of work conducted on-site by the Contractor. The CO's Representative will verify that the Contractor has received EMS Awareness Training provided by the 87 CES/CEAN during the pre-construction conference for their project site or location. B. SOLID WASTE, HAZARDOUS WASTE AND HAZARDOUS MATERIALS: The Contractor is responsible for the proper handling, disposal, and costs of solid and hazardous wastes and hazardous materials generated by or utilized during the course of its activities. Proper handling also includes recycling and material recovery. The terms solid and hazardous wastes, and hazardous materials, include, but are not limited to, those defined in the Federal Water Pollution Control Act; the Comprehensive Environmental Response, Compensation, and Liability Act of 1980; the Solid Waste Disposal Act; the Clean Air Act; and the Toxic Substances Control Act; the New Jersey Solid Waste Management Act; the New Jersey Water Pollution Control Act; the New Jersey Air Pollution Control Act and the regulations promulgated pursuant to those Acts. The Contractor shall also be responsible for any enforcement action that may be taken by the State of New Jersey, other State or the Federal Government related to handling, transportation and the proper disposal of solid and hazardous waste and hazardous materials. If notification, certifications, documentation, manifests, permits or any other written materials are required by law to be obtained, prepared and/or submitted, the Contractor shall prepare same and provide a written copy to the CO, and a copy to the Environmental Flight (87 CES/CEAN) within the timeframes set forth in the law and regulations governing the action. Hazardous waste manifests must be signed by the Environmental Flight Hazardous Waste Coordinator, Building 2403 at McGuire, Building 5 at Lakehurst, and Building 5317 at Dix. JB MDL is not responsible for any hazardous materials brought on base by the Contractor that may become hazardous waste during the course of performance. Contractor shall remove hazardous waste/material from the installation at the conclusion of each resultant task order. 1. Source Separation of Solid Waste: Wastes shall be placed in closed metal containers that are emptied before the capacity of each container is exceeded. Solid waste shall be separated and placed in individual containers in a manner that facilitates recycling of the various categories of waste. Contractor is responsible for the handling and the associated costs of disposal for all solid wastes generated. Cardboard and all types of metal shall be source separated and recycled. Recyclable materials shall be delivered to the Recycling Center, building #2321 for McGuire or Dix and building #669 for Lakehurst or any appropriate off-site facility. 2. Hazardous Material Handling: Any hazardous material or chemical to be used or stored by the Contractor must be approved, in writing, by the Contracting Officer prior to the Contractor bringing it on the Base. The Contractor must utilize an AF Form 3000, Material Approval Submittal, listing each container of hazardous material stored, kept, or utilized, to include Material Safety Data Sheets (MSDS). MSDS sheets must also be displayed on-site for access by Contractor employees as well as the Government, per OSHA requirements. 3. Solid Waste Disposal Report: Monthly the Contractor shall submit a solid waste disposal report and/or recycling report to the Contracting Officer with a copy to 87 CES/CEAN. For each waste, the report shall state the classification (using the definitions provided in this section), amount, location, and name of the business receiving the solid waste. The Contractor shall include copies of the waste handling facilities' weight tickets, receipts, bills of sale, and other sales documentation. In lieu of sales documentation, the Contractor may submit a statement indicating the disposal location for the solid waste which is signed by an officer of the Contractor firm authorized to legally obligate or bind the firm. The sales documentation or Contractor certification shall include the receiver's tax identification number and business, EPA or State registration number, along with the receiver's delivery and business addresses and telephone numbers. For each solid waste retained by the Contractor for his own use, the Contractor shall submit on the solid waste disposal report the information previously described in this paragraph. Prices paid or received shall not be reported to the Contracting Officer unless required by other provisions or specifications of this Contract or public law. C. CLEAN AIR ACT PERMITS: JB MDL is responsible for obtaining and renewing all air permits for all stationary sources on Base that are owned by the Government and for mobile sources such as Government vehicles. Permits are required for boilers 1 MMBtu/Hr and larger, emergency generators larger than 100KW, stationary reciprocating engines larger than 37KW (not including emergency generators), and tanks containing fuel or anything other than air distillates greater than 10,000 gallons. The Contractor shall provide written notification to the CO and 87 CES/CEAN office thirty (30) days prior to bringing any equipment of this threshold size on base. It is the Contractor's responsibility to apply for, submit fees and obtain air permits for all Contractor-owned and Contractor installed air pollution sources. Amendment of JB MDL's (Dix, McGuire and/or Lakehurst) Title V air permit will be required for all sources meeting and exceeding New Jersey Department of Environmental thresholds. The Contractor, if maintaining equipment as part of scope, such as local boilers and furnaces, is responsible for compliance with the Government's air permits and shall maintain all documentation and record keeping required to support those permits in a format acceptable to and approved by the Contracting Officer. The documentation must be prepared and maintained by the Contractor and readily available for on-site inspection by environmental regulators. Air permitting requirements for equipment that is to be installed as part of this contract shall be coordinated with the 87 CES/CEAN Air Program Manager. All permits must be obtained prior to the equipment arriving on base and prior to installation. Permit fees for equipment to be installed shall be paid for by the Contractor. D. LAND USE: Development, including building of docks, piers, bulkheads, bridges, pipelines, cables and filling, dredging or removing of sand or other materials near or on navigable waterways requires a permit. Activities that occur within 300 feet of a wetland may require a permit. Where permits are required, the Contractor shall prepared the permit application(s), in coordination with the 87 CES/CEAN Water Program Manager and submit the appropriate fee(s). E. WATERS AND WATER SUPPLY: It is not permissible to discharge any materials to the navigable waters of the United States without a permit. Accordingly, discharges to or in areas that may reasonably reach or impact wetland areas and all other watercourses, including ditches, is prohibited without a permit. All discharges to storm drains, including but not limited to, soils and sediments contained in water runoff or dewatering operations, are prohibited. An appropriate soil erosion control plan shall be developed and utilized by the Contractor for construction projects to ensure that discharges do not occur. Contractor shall comply with JB MDL's Storm Water Pollution Prevention Plans for each area of the base, copies of which are available in 87 CES/CEAN, in Building 2403 at McGuire, Building 5 at Lakehurst, and Building 5317 at Dix. Projects that disturb one acre or larger during the construction process will require an application to either the Burlington County Soil Conservation District (BCSCD) or Ocean County Soil Conservation District (OCSCD) as appropriate for each area, as well as a request for authorization (RFA) for authority to discharge storm water from a small construction activity general permit from the New Jersey Department of Environmental Protection (NJDEP). These submittals shall be prepared by the Contractor and submitted to the Contracting Officer for coordination/approval. The RFA is submitted electronically to the NJDEP. All fees are submitted to the New Jersey Department of Environmental Protection and shall be paid by the Contractor. Please see Specification Section 01356, Storm Water Pollution Prevention, which is incorporated in its entirety by reference here, and appropriate engineering drawings of this contract for more specific erosion and sediment control requirements. 1. Projects which disturb more than 5,000 square feet must incorporate storm water discharge controls in accordance with Section 438 of the Energy Independence and Security Act of 2007. The Contractor shall follow the design requirements for NJAC 7:8 Storm Water Management to meet the goals of EISA Section 438. 2. Projects which involve the installation or repair of water mains, wells, or drinking water treatment systems may require permits from the NJDEP. The Contractor shall prepare the required permit application in coordination with 87CES/CEAN Water Program Manager. All fees are submitted to the New Jersey Department of Environmental Protection and shall be paid by the Contractor. 3. Projects which involve installation of wastewater systems shall be designed to discharge to the JB MDL sanitary sewer system. The discharge of untreated industrial waste is prohibited. F. LEAD PAINT AND ASBESTOS: If lead paint and/or asbestos materials are to be abated or removed pursuant to this contract, see specification Sections 028100, 028214, 028216 and 028313.0020 respectively for Contractor requirements. If the task order does not identify lead paint and/or asbestos is found or suspected during the execution of this contract, the Contractor, at their expense, shall have those substances tested by a certified laboratory in accordance with the protocol set forth in New Jersey and Federal law. If the Contractor positively identifies these materials at the action level set forth in the law and regulations, he must notify the Contracting Officer by providing the laboratory results and cease work in those areas that might disturb those items until abatement issues are addressed and resolved. Work may continue as long as the suspected or identified materials are not disturbed. G. NOTIFICATION OF ENVIRONMENTAL SPILLS: In the event that the Contractor spills or releases any unpermitted substance, hazardous substance or hazardous waste into the environment, the Contractor shall immediately report the incident to the Fire Department, the Contracting Officer, and the designated Government representative. The Contractor shall be liable for the costs of clean up and remediation of any spills or the release of such substance into the environment. H. FUEL STORAGE: Gas or diesel fuels shall not be stored on the construction site, or on Base, without prior written approval from the Contracting Officer. Appropriate containers shall be utilized upon written approval. I. ENVIRONMENTAL PROTECTION PLAN: The Contractor shall prepare and submit for review and approval an environmental protection plan that details how the Contractor intends to fulfill the requirements of the paragraphs 1.5 A through H, above. The plan shall be submitted at least 30 days prior to the start date of the contract's first delivery order. 1.5 HEALTH AND SAFETY PLAN: Prior to commencing work, the Contractor shall prepare and submit a contract specific health and safety plan in accordance with Occupational Safety and Health Act (OSHA) 1910 standards, that are applicable to construction, for review by the Contracting Officer. The plan will include worker's safety, confined spaces, OSHA training, handling of hazardous materials (including Material Safety Data Sheets (MSDS)) such as asbestos and fuel discharges, and other site safety considerations. Government approval of plan is required prior to starting work of the contract's first delivery order. 1.6 AS-BUILT DRAWINGS: N/A 1.7 DATABASE: N/A 1.8 SPECIFICATION DIVISION: These specifications are divided into several trade sections for convenience only and not to establish the units of work required of any trade. The Contractor shall be responsible for the allocation and coordination of the work between appropriate trades. 1.9 SUBMITTALS: Items shall be submitted after receipt of Notice to Proceed, within time limits prescribed on the Material Approval Submittals List and in accordance with Section 01300, SUBMITTALS. Materials or equipment shall not be ordered, released for production, shipped or installed until submissions have been approved by the Contracting Officer. All submittals shall be verified by the Contractor as being in full compliance with requirements of these project specifications and/or drawings. Submittals received without the Contractor's certification will be returned, without action, for the Contractor's certification and re-submittal. The Contracting Officer will not accept partial submittals for approval of materials and/or equipment for review. The Contracting Officer reserves the right to accept for review partial submittals (in order to expedite construction if necessary) under the condition that the review timeframe is waived. The Contractor shall be responsible for submitting for approval, at one time, all items of material and/or equipment that are part of a given system, i.e., for an air conditioning system. Submittals shall be made at the same time for piping, insulation, condensing units, air-handlers, pumps, valves, shop drawings, controls and other components that make-up the required work feature. This requirement shall hold for heating systems, hardware schedules, electrical materials and equipment, roofing systems and all other items required by Material Approval Submittal List. The submittal schedule shall include, among other items, the CPM schedule and the Quality Assurance Plan (both discussed further below). 1.10 PASS AND IDENTIFICATION: A. The Contractor shall obtain the necessary passes and/or identification for entry into JB MDL for himself, all employees and subcontractors prior to commencement of work. Procedures and limitations for entry control are addressed in depth in the Installation Entry Control Procedures at the end of this section. The Government reserves the right to refuse to issue a pass to any and all employees of the Contractor for any reason deemed appropriate by the Government and, in doing so, Contractor shall not be entitled to equitable adjustment or relief under the Contract Disputes Act. The Entry Screening Facility may be contacted at (609) 754-3938/3628/2200 for McGuire or Dix and (732) 323-4000 for Lakehurst. The Government will issue passes depending on the type of work to be completed and the length of the contract. The maximum length of these passes is 30 days. The Contractor shall be responsible for obtaining additional passes upon the expiration of each pass issued. The Government may inspect, at its discretion, all vehicles, including those with vehicle passes. B. Prior to entering JB MDL, commercial/over-sized vehicles shall be inspected at Checkpoint 9 located on Saylors Pond Road at the Dix Area of JB MDL for the Dix and the McGuire Areas and off of Rt. 547 for the Lakehurst area. The Contractor shall anticipate delays during the inspection process as well as delays due to vehicle queues. C. Conditions caused by Force Majeure (acts of war, terrorism, nature, etc.) shall be addressed via contract time extension, where warranted, at no cost only. The Contractor shall anticipate that in the event of heightened alert, access to JB MDL may be denied for approximately three to five days. The Contractor shall also anticipate that during periods of heightened alert, time required to access JB MDL may increase. 1.11 INSPECTION: Inspection of work by the Government is for the sole benefit of the Government. The Contractor is fully responsible for supplying all necessary quality and technical inspections during the normal progress of work. Review of work in progress by the Government at any time prior to the Final Acceptance Inspection does not constitute interim or final acceptance. At the discretion of the Contracting Officer, inspection may be directed of work-phased work segments at their completion and prior to initiation of any further work. If phased inspection is directed, the Contractor shall notify the Contracting Officer in writing at least fourteen (14) days prior to expected completion of the phase to be inspected. Such inspection shall not relieve the Contractor for variations or unacceptable conditions discovered up to and including the Final Acceptance Inspection. Destructive testing may be required and shall be performed by the Contractor at the direction of the Contracting Officer. Work tested in this fashion shall be compensated only if found to conform to the contract requirements. The Contractor shall provide the COTR with a daily report log (Contractor Production Report (CPR)). This log shall be reviewed and agreed/disagreed to by both the Contractor and COTR. This log shall identify the number of personnel on site (general Contractor and/or sub Contractor(s)) and the work accomplished that day. A copy (with signatures) shall be presented to the COTR as part of the documentation of daily progress. 1.12 PRELIMINARY AND FINAL INSPECTIONS: The Contractor shall request scheduling of the final and pre-final inspections in writing a minimum of ten (10) work days in advance of project completion. The request for scheduling will be in writing to the Contracting Officer. Deficiencies shall be corrected within fourteen (14) days of the pre-final inspection. 1.13 COORDINATION OF TRADES: N/A 1.14 UTILITIES: A. WATER AND ELECTRICITY: The Government shall make all reasonable amounts of domestic water and electricity available to the Contractor without charge. The Contractor shall carefully conserve any utilities furnished by the Government. The Contractor, at his/her expense and in a workmanlike manner satisfactory to the Contracting Officer's Technical Representative (COTR), shall install and maintain all necessary temporary connections and distribution lines, and all meters (if necessary) to measure the amount of each utility used. The Contractor shall furnish to the Contracting Officer for approval, a complete system layout drawing showing type of materials to be used and method of installation for all temporary electrical and water systems. The Contractor shall make arrangements with the COTR, as to the method of determining the amount of water and electricity being used. Telephone service is the responsibility of the Contractor, and shall be coordinated with the COTR and the local communication company. Before final acceptance of the work by the Government, the Contractor shall remove all temporary connections, distribution lines, meters and associated paraphernalia. B. BASE FIRE HYDRANT USE: Prior to the Contractor using any fire hydrant on base as source of water, the Contractor shall notify the COTR. The Contractor will be responsible for providing all the equipment necessary to connect to the fire hydrant including, but not limited to the following: fire hydrant wrench, backflow device, hoses and if necessary a valve.. C. INTERRUPTION OF UTILITIES: Contractor shall perform the work under their contract with a minimum of outage time for all utilities. Contractor shall give written notification to the Contracting Officer at least ten (10) working days in advance of his need for a proposed utility outage. Contractor shall provide temporary heat and/or domestic hot water if outage is expected to be longer than eight (8) hours continuous duration which comply with installation policy. This time period shall include start-up and cool-down periods. The utilities may be interrupted only when approved in writing by the Contracting Officer. Because of mission requirements, utility interruptions may have to be scheduled at a time other than that requested by the Contractor. D. ROAD CLOSURE: Contractor will provide two (2) weeks written notification to Contracting Officer prior to roadway closures for utility runs. Contractor shall attempt to maintain traffic flow by working half roadway at a time. 1.15 TOILET FACILITIES: Government toilet facilities will not be available for Contractor's or sub-Contractor's personnel use. Contractor shall provide temporary sanitation facilities. All temporary sewer and sanitation facilities shall be self-contained units with both urinals and stool capabilities. Ventilate the units to control odors and fumes and empty and clean them at least once a week or more often if required by the Contracting Officer. The doors shall be self-closing. The exterior of the unit will comply with the installation architectural standards. Locate the facility behind the construction fence or out of the public view. COTR shall approve location. 1.16 FIRE DEPARTMENT EMERGENCY ACCESS: N/A 1.17 EMERGENCIES: In case of an emergency, the Contracting Officer, Security Forces personnel, Base Fire Chief, and Base Operations Officer, or their representatives, shall have the authority to order the Contractor to stop work and clear the area of personnel and equipment. The Contractor shall comply with such an order with all possible speed. After clearing the work site as instructed, the Contractor shall immediately inform the Contracting Officer of all verbal or written stop work orders. In the case of being halted by Security Forces personnel, the Fire Chief or Base Operations Officer, the Contractor shall notify the Contracting Officer in writing and provide explanation for the stoppage. 1.18 AUTHORITY: Except as noted below, the term "Contracting Officer" as used in this specification includes the authorized representative of the Contracting Officer acting within the limits of his/her authority. With respect to all paragraphs of the specifications citing "approval by the Contracting Officer" and all paragraphs cited in Material Approval Submittals, of the solicitation, the term "Contracting Officer" means only those individuals properly appointed as a Contracting Officer within the Contracting Squadron; no other Government personnel has the authority to grant such approval.. The COTR has authority to review Material Submittal packages and recommend approval by the Contracting Officer. At the Final Acceptance Inspection, the COTR will perform the inspection and recommend acceptance or conditional acceptance to the Contracting Officer. 1.19 PROJECT CLOSE-OUT SUBMITTALS: At the completion of construction and before final payment, the Contractor shall submit to the Contracting Officer the following information, if required, for record and operation purposes. Close out submittals shall be submitted as specified in the various sections of the specifications and as one (1) complete package. 1. As-built drawings as specified in Statement of work. 2. Operation and maintenance data/manuals. 3. Guarantees, warranties. 1.20 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR): The Commander, 87th Civil Engineering Squadron or his representative, is designated as the COTR. This designation includes, but is not limited to the following specific functions of this contract: 1. Technical administration and review of work in process. 2. Recommending approval/disapproval of shop drawings, samples and materials. 3. Reviewing and recommending approval/disapproval by the Contracting Officer all applications for progress payments. 4. Reporting to the Contracting Officer any work stoppage or discovered non-conforming work items. 5. Recommending destructive testing of work by the Contractor to the Contracting Officer. Testing materials not otherwise specified to be performed by the Contractor or others. 6. Conducting Pre-Final and Final Acceptance Inspections to develop a recommendation to the for accepting/not-accepting the work. 1.21 DRAWINGS ACCOMPANYING SPECIFICATIONS: Drawings accompanying the specifications are the property of the Government and shall not be used for purposes other than those contemplated by the specifications. 1.22 BASE REGULATIONS: The Contractor shall conform to all Base regulations and directives, as identified specifically at the pre-construction conference, that pertain to security, safety, traffic, fire and personnel clearances insofar as they apply to the Contractor's activities or as directed by the Contracting Officer. The Contractor shall be responsible for providing and placing barricades, lighting and safety devices during construction activities. 1.23 COORDINATION OF WORK OPERATIONS: The work to be performed under this contract is on an active military base. The Contractor shall coordinate work operations with the COTR prior to starting work under this contract. The Contractor shall have a superintendent who speaks, reads, writes and understands the English language; has authority to act for the Contractor and to be available on the job site throughout each work day. The Contractor shall be responsible for his quality control at all times. A specific individual shall be designated as the Contractor's quality control inspector and identified to the COTR at the pre-construction conference. 1.24 CONTRACTOR'S PARKING: The Contractor's employees shall park in the areas assigned by the COTR. 1.25 CONTRACTOR'S EMPLOYEE RESTRICTIONS: The Contractor's employees shall be restricted to areas within this scope of work plus direct routes to and from the site as may be approved in the pre-construction conference with regard to work scheduling and material handling. 1.26 GOVERNMENT FURNISHED PROPERTY (GFP): N/A 1.27 REAL PROPERTY RECORDS: N/A 1.28 DELAYS DURING CONSTRUCTION: No Government delays or interruptions are expected. However if at any time during construction should a situation be encountered which serves to delay the execution of all work for an indefinite period of time and upon receipt of a written suspension notification from the Contracting Officer, the Contractor shall demobilize his work crews as well as those of his sub-Contractors as soon as possible. In that event, the contracting officer will furnish advance notice for restarting the job and allow a remobilization period (the length of which to be commensurate with the delay period, but no longer than 60 days) prior to required work recommencement. Otherwise, the length of work suspension will be identified in the written suspension notification. The Contractor shall not be required to "standby" for an indefinite duration unless specifically directed to do so. (Note: this paragraph does not apply to national emergencies, sovereign acts or Force Majeure, which are covered under other contract provisions.) 1.29 PHYSICAL DATA (N/A) 1.30 SCHEDULE OF WORK: A. Work shall normally be accomplished during the standard 8-hour day, 5-day week, 0730hrs to 1630hrs, Monday through Friday excluding Federal holidays. Work outside these hours must be submitted to the Contracting Officer (5) workdays before the commencement of work and approved at least one (1) workday prior to proposed work. B. The Contractor shall notify the Contracting Officer or his representatives two working days prior to moving to the work site to commence work and one working day prior to resumption of work at the site after an interruption of more than two (2) working days. C. Emergency Repair: Some Delivery Order's may be labeled as Emergency Work; in these cases work shall start within two (2) days of Delivery Order Issuance and be completed within ten (10) days of issuance. In this case if necessary, the Contractor shall provide the COTR a work schedule that may include hours outside of those listed in section (A) above. The Contracting Officer must approve work outside these standard hours at least one (1) workday prior to proposed work. 1.31 QUALITY ASSURANCE PLAN: A. The Contractor shall prepare and submit within 30 days after Notice to Proceed, a Quality Assurance (QA) Plan appropriate for the work intended. B. The QA Plan shall identify the Contractor's QA Manager, the person responsible for implementing the Contractor's QA Plan. Any Contractor person who has been given full authority by the Contractor to accept and reject work quality may perform the duties of the QA manager. This includes his/her project manager or superintendent. A full time QA Manager is not necessary to satisfy this requirement, however should the Contractor deem it necessary for the satisfactory performance of this work, the cost for a full time QA Manager must be included in the initial bid/price proposal. C. The QA Plan shall specify types and quantities of inspections, photos (as required to document the quality of all items and especially that of those to be covered or hidden in the construction, such as underground utilities, cabling/piping within walls, etc.), acceptance and rejection criteria, and other items deemed necessary by the Contractor to validate an acceptable level of quality materials and workmanship. "Close-in" inspections are to be performed by the Contractor's QA manager, documented with photographs and included in the monthly QA Report. The QA Plan shall include a sample monthly status/result report (Monthly QA Report). D. The Monthly QA Report shall be submitted with all progress payment applications. No progress payments will be authorized for release to the Contractor without this monthly update (among other required documents). 1.32 PROGRESS PAYMENTS & RETAINAGE: (N/A) 1.33 CONSTRUCTION PROGRESS MEETINGS: (N/A) 1.34 REQUESTS FOR INFORMATION, SUBMITTAL AND PROPOSED CHANGE LOGS: (N/A) 1.35 BOND, OVERHEAD (OH) AND PROFIT CALCULATIONS ON MODIFICATIONS: (N/A) 1.36 CHANGE PROPOSAL SUPPORT DOCUMENTATION: (N/A) 1.37 FEDERAL AVIATION ADMINISTRATION NOTIFICATION FORM: (N/A) 1.38 RADIOACTIVE MATERIALS: Radioactive materials (RAM) permitted by the Nuclear Regulatory Commission are not permitted on Air Force installations without prior approval from the base Radiation Safety Officer (RSO). The Contractor must contact the base RSO at (609) 754-9057 if they have any RAM they wish to bring on base. END OF SECTION 01000 87th SECURITY FORCES SQUADRON (SFS) APPENDIX TO ALL STATEMENTS OF WORK FOR JB MDL, NEW JERSEY INSTALLATION ENTRY CONTROL PROCEDURES FOR ALL CONTRACTORS The following appendix provides information from Air Force Instruction 31-101 and local supplements on requirements for entering and conducting business while on JB MDL, New Jersey. 1. Contract Award 1.1. Upon award of a contract, all Contractors, including Small Purchase Contractors, must initiate a criminal history record information/background check for non-criminal justice purposes on all personnel requiring access to JB MDL to the 87th Security Forces Squadron. This will be completed prior to any access credential for JB MDL being issued to the Contractor personnel. 1.2. JB MDL requires all Contractors to conduct a criminal history record information/background check WITH fingerprints. This check is done at the Contractor's expense and not at government expense. 1.3. This check will require the completed criminal history record/background check results or report be sent by the Investigating Agency to the 87 SFS Entry Screening Facility (ESF). 1.4. All applicants are required to have a criminal history record information/background check for non-criminal justice purposes from BOTH the State of Residence and State of Employment. NOTE: If the applicant lives and works in NJ, then only the NJ check is needed. If the applicant lives in another state but works in NJ, then a criminal history record information/ background check for non-criminal justice purposes is required from the state the applicant lives in AND the state of NJ. 1.4.1. General guidance for New Jersey on this process is provided by the NJ State Police and is found in 87 SFS Attachment 1 of this Contractor Security Appendix. 1.4.2. General guidance for Delaware on this process is provided by the DE State Police and is found in 87 SFS Attachment 2 of this Contractor Security Appendix. 1.4.3. General guidance for New York on this process is provided by the NY State Police and is found in 87 SFS Attachment 3 of this Contractor Security Appendix. 1.4.4. General guidance for Pennsylvania on this process is provided by the PA State Police and is found in 87 SFS Attachment 4 of this Contractor Security Appendix. 1.4.5. For guidance from any of the other state or US Territory (i.e. Puerto Rico), contact the state police of that particular state and follow the requirements of para 1.2. and 1.3. above. 1.5. The 87 SFS will not be used to conduct this criminal background check. 1.6. These results must be sent directly from the Investigating Agency to the 87 SFS at the above listed address. Forms sent from the Contractor will no longer be accepted. 1.6.1. Contractors and sub- Contractors may contact the 87 SFS/ESF at 609-754-3197 to determine arrival of and verify status of Criminal History Record and Background Checks. 1.7. Failure to provide the completed check for each Contractor individual requesting entry to the 87 SFS will result in that specific individual not being allowed access to JB MDL until the background check has been completed and provided. 1.8. The Contractor will provide an initial Entry Authority List (EAL) (see 87 SFS Attachment 5 for EAL requirements) to the administrative contracting office (i.e. 87 CONS, US Army Corps of Engineers (USACE), NAS Lakehurst, 87 CES, etc.). The contracting office will provide a copy of the initial EAL to the 87 SFS ESF. The contracting office will maintain any required documentation until the contract has been completed or terminated for any reason. 1.9. Upon receipt of the results of the check, the ESF will review the results and determine whether personnel will be authorized to enter JB MDL. The ESF will maintain and file a copy of the original documents for future reference. 1.10. The ESF will notify the appropriate Administrative Contracting Office of those personnel from the initial EAL approved to enter JB MDL. 1.11. The ESF will also notify the appropriate Administrative Contracting Office of those personnel who are being denied access to the installation because of an issue with the individual's criminal background investigation. 1.11.1. Any Contractor found to have a criminal record which is not conducive to good order and discipline on JB MDL will not be allowed entry. 1.11.2. Personnel with outstanding warrants or personnel who are in the country in violation of immigration law will NOT be allowed entry to the installation in accordance with AMC Guidance. 1.11.3. US Citizenship, immigration status, or Social Security Account Number cannot be verified. 1.11.4. Barred from entry/access to any military installation or facility. 1.11.5. Wanted by federal or civil law enforcement authorities, regardless of offense/violation. 1.11.6. Any conviction of firearms or explosives violation within the past three years. 1.11.7. Incarcerated for 12 months or longer within the past three years, regardless of the offense/violation. 1.11.8. Any conviction of espionage, sabotage, treason, terrorism or murder. 1.11.9. Any conviction of sexual assault, armed assault/robbery, rape, child molestation, drug possession with intent to sell, or drug distribution within the past 10 years. 1.12. Upon notification of approved personnel, the Contractor will provide a final listing of personnel on an Entry Authority List (EAL) in letter format to the requesting Administrative Contracting Office. 1.13. The administrative contracting office (such as the 87th Contracting Squadron, the US Army Corps of Engineers, etc.) will authenticate and forward the EAL to the ESF, NLT 72 hours prior to contract start date. 1.14. The ESF Supervisor will approve the EAL and file the package appropriately. 1.15. If EAL's are not accurate or contain fraudulent information, Contractor identification badges will not be issued. 1.15.1. Pen and ink changes for deletion purposes may be made to an EAL. 1.15.2. Pen and ink additions to an EAL will not be accepted. All additions must be made by initiating a new EAL. 1.16. The ESF will maintain a copy of the documents for future reference. 1.17. Contractor Criminal History Record and Background Checks will be valid for a period not to exceed 3 years. 1.17.1. At the 3 year mark, the Contractor is required to complete a new check for each individual still employed and working at JB MDL. 1.17.2. Background checks older than 3 years will be updated through the NJ State Police or the State Police department for which they reside and/or are employed. 1.18. Contractors who are also required to do Criminal History Background checks for employment purposes and maintain the background per state laws are required to bring the original completed background check and a copy of the check to the 87 SFS ESF. 1.18.1. ESF personnel will verify the copy of the background check and will stamp both the original and copy. 1.18.2. ESF personnel will keep the copy of the background check. 1.18.3. Companies which maintain the original background check will be required to re-verify the status by bringing the original background checks to the ESF on a yearly basis. 2. Contractor Visitor Passes for Entry to JB MDL 2.1. Contractors will be issued an AF Form 75 - Visitor Pass which identifies them as a Contractor authorized to access to JB MDL. 2.1.1. Contractor visitor passes will be issued at the ESF or Checkpoint 9 for all Contractors. 2.1.2. ESF and Checkpoint 9 personnel will issue AF Form 75 - Visitor Passes based on the Contracting Officer and ESF Supervisor approved EAL and completion of the criminal history check. 2.2. Contractor passes will be updated annually at the ESF or Checkpoint 9 for contracts lasting over 1 year. 2.3. Contractor passes will be issued for the duration of the contract, or the length of the option period not to exceed 1 year, whichever is less. 2.3.1. Any Contractor whose driver's license, car registration or car insurance expires sooner, will only be issued a pass up to the expiration time frame. 2.3.2. Upon providing proof of renewal, a new pass can be issued to comply with 2.3. above. 2.4. ESF personnel will review previously provided background investigations on all Contractors prior to issuing/updating identification credentials. 2.5. NON U.S. CITIZENS: All non-U.S. citizens must provide original documents with immigration number the time badges are issued 2.6. Those Contractors working under the AF Industrial Security program will provide an EAL to the ESF. 2.6.1. Those Contractors under the AF Industrial Security program requiring access to the AF computer network may be issued a Common Access Card (CAC) in lieu of the normal Contractor visitor pass. 2.6.2. Those Contractors under the AF Industrial Security program who have not been issued a CAC will be issued a Contractor visitor pass 2.6.3. Those Contractors under the AF Industrial Security Program who maintain an active DoD security clearance shall provide a Joint Personnel Adjudication System (JPAS) printout in lieu of the required background checks. 3. Contractor Vehicle Passes for Entry to JB MDL 3.1. Contractor vehicle passes will be issued at the ESF or Checkpoint 9. 3.2. All vehicles and drivers must have the following documentation prior to being granted access to JB MDL: 3.2.1. Valid state driver's license. 3.2.2. Valid vehicle insurance. 3.2.3. Valid vehicle registration. 3.2.4. Photo ID. 3.2.5. Bill of Lading (if available). 3.2.6. A JB MDL point of contact with a phone number. 3.3. Contractors will be issued AF Form 75, Vehicle Pass for entry to JB MDL provided the required documentation listed in 3.2 is valid. 3.4. Contractor vehicle passes will be updated annually at the ESF or Checkpoint 9 for contracts lasting over 1 year. 3.5. Contractor vehicle passes will be issued for the duration of the contract or 1-year, whichever is less. 4. Contractor, Commercial and Oversized Vehicles 4.1. All Contractor, commercial and oversized vehicles must enter JB MDL through Checkpoint-9 located on Fort Dix adjacent to Saylor's Pond Road. 4.2. The following are considered "commercial and oversized" vehicles at JB MDL and these vehicles can only enter the installation IAW paragraph 4.1. above. 4.2.1. All vehicles registered and licensed with "commercial" license plates, regardless of state of issue. 4.2.2. All vehicles, regardless of type, license plate, or size, having more than two (2) axles. 4.2.3. All vehicles used to carry tools, machinery, equipment, or other commercial related equipment onto the installation. 4.2.4. All vehicles displaying a commercial plaque, logo or emblem. 5. Contractor Vehicle and Personnel Processing Requirements 5.1. Checkpoint - 9 is open for personnel and vehicle processing from 0700 - 2100 hours daily. 5.2. Contractor/Commercial vehicles requesting JB MDL entry from 2100 - 0700 will not be allowed entry. Unusual circumstances will be handled on a case by case basis. Contact the Security Forces Control Center at 609-754-2001/2002. 6. Sub-Contractors 6.1. All sub-Contractors are required to follow the same instructions listed above for their sub-Contractor personnel. 6.2. Contractors with an immediate access requirement for a short-term sub-Contractor must coordinate with their Contracting Officer prior to authorization of access without following the normal procedures. 6.3. Short term Sub-Contractors will be issued a pass not to exceed 1 week. 7. Contractors working in USAF Restricted Areas will comply with the following: 7.1. All Contractors working on the flight line and restricted areas are required to be established as a Visitor Group under the Air Force Industrial Security Program. 7.2. Each individual Contractor (person) will be required to complete a Standard Form 85P - Questionnaire for Public Trust Position before accessing the Restricted Area. This is an investigation to determine the trustworthiness of the individual requiring access to the Restricted Area. This is not the same type of investigation as the NJ or other state background checks required to be conducted to access MAFB. 7.2.1. Each individual will work with the unit security manager the Contractor is supporting to complete the SF 85P. 7.2.2. Upon completion, the Contractor will submit to the unit security manager for review. 7.2.2.1. If the 85P package contains errors, the individual will work with the security manager to correct. 7.2.2.2. If unable to correct, the individual will not be allowed access to the restricted area and may be asked to leave the installation.   7.2.3. If the SF 85P package contains no errors, the unit security manager will complete an AF Form 2586 - Unescorted Entry Authorization Certificate for accessing the restricted area. 7.3. The unit security manager will make an appointment with 87 SFS/SFAI Personnel Security office for Contractor processing and turn-in of SF 85P and AF Form 2586. 7.3.1. The Contractor will meet SFAI personnel and submit the completed SF 85P. SFAI will review SF 85P for accuracy and completion. 7.3.1.1. If the 85P package contains errors, the individual will work with the personnel security office to correct. 7.3.1.2. If unable to correct, the individual will not be allowed access to the restricted area and may be asked to leave the installation. 7.3.1.3. If no issues with 85P, the Personnel security office will conduct a local files check on the individual. 7.3.2. Upon local files check completion (no issues), Contractor will be directed to the Pass & Registration (Bldg 1911) where a restricted area badge can be issued on an interim basis based on submission of the SF 85P to SFAI. 7.3.2.1. SFAP will review AF Form 2586 for accuracy and completion. 7.3.2.2. If there are no errors, then an AF Form 1199 - Restricted Area Badge will be produced for the Contractor. 7.3.2.3. If there are errors on the AF Form 2586, the Contractor will be directed to return to the unit security manager for re-accomplishment of the form. 7.4. If there are problems found during the investigation process, access to the restricted area will be immediately revoked and the individual will not be allowed access to MAFB. 7.5. Any work on or near the flightline will be coordinated through the McGuire Installation Constable located in bldg 1738. 7.5.1. The Installation Constable will verify the need to access the restricted area and determine if a Free Zone can be established. 8. Flightline Driving 8.1. Only authorized contracted or privately owned vehicles with colored cones are authorized on the flightline and/or flightline road unless driving a government vehicle or under authorized escort. 8.2. Contractor personnel who are authorized to drive on the flightline will be issued a colored cone from Base Operations. 8.2.1. This cone must be visible during operations of the vehicle when driving on the flightline and when parked on the flightline. 8.2.3. The cone must be secured (put away) upon departure from the flightline. 8.3. Restricted Areas: Defined as an area delineated by ropes, red lines or barriers that contain Protection Level resources (i.e. aircraft or equipment). 8.3.1. These areas require a certain level of protection, and entry is only allowed by authorized personnel wearing a restricted area badge or personnel under authorized escort. 8.3.2. Aircraft hangars are restricted areas when aircraft are present. 8.3.3. Signs are posted every 100 feet on the exterior of restricted area boundaries stating; "Deadly Force is Authorized." 8.3.4. Contractors will never enter restricted areas unless properly escorted or authorized by the installation commander or designee through the issuance of a restricted area badge. 8.4. If the Security Forces or a military member detains a Contractor or contract employee at any time or for any reason, the Contractor will comply with their request and will not become combative or argumentative. 9. Miscellaneous Requirements 9.1. All requests for additional Contractor personnel must meet the same requirements listed in para A1 above before identification badges and vehicle passes will be issued. 9.2. The administrative contracting office will be notified when personnel leave the Contractor company for any reason and provide that information to SFAP 9.3. The Contractor company is responsible for the return of all Contractor identification badges and vehicle passes at the end of the contract or when personnel depart for any reason. All badges and passes will be returned 87 Security Force Squadron Entry Screening Facility. 9.4. During increased Force Protection Conditions (FPCONs) there may be limited entry to the installation. 9.5. Retired military or government personnel whose vehicles display a valid DD Form 2220, DOD Registered Vehicle Decal, may be allowed to enter the installation through any gate providing the vehicle operator has a current and valid base entry ID card. 9.5.1. Retired military or government personnel who have been issued a DD Form 2220 must be listed on the company EAL. 9.5.2. All retired military or government personnel will be the subject of a Criminal History Record Information/Background Check regardless of their military/government retired status. 9.6. At no time will a Contractor be issued a DD Form 2220 - DoD Registered Vehicle Decal. 9.6.1. This decal is used by all branches of service and will be honored for entry. 9.6.2. All vehicles entering JB MDL must have a valid DD Form 2220 or possess an AF Form 75 (visitor/vehicle pass). 9.7. Contractors ARE NOT AUTHORIZED to escort (vouch) for any personnel to enter JB MDL. 9.7.1. Exceptions to this rule will be addressed on an as needed basis through the Contracting Officer and the 87 SFS ESF Supervisor. 9.7.1.1. The Contractor must work through the Contracting Officer who in turn will contact the ESF Supervisor. 9.7.1.2. In the event the ESF Supervisor is unavailable, the following personnel in the order listed may approve the Contractor escort authority. The Chief, Administration & Reports Flight; the Operations Officer; Operations Superintendent; or the on-duty flight chief as necessary, may approve the Contractor to escort. 9.7.2. Escorting onto the installation is a limited privilege for emergent requirements only and cannot be used as a routine to get sub-Contractors onto the installation. 9.7.2.1. Contractors with Installation Access vouching authority must contact the Entry Screening Facility Supervisor to coordinate each emergent requirement. 9.7.2.2. The escorting Contractor will be responsible for all individuals they escort onto the installation. 9.7.2.3. Contractor escort privileges will be revoked if is determined the Contractor is attempting to supersede normal installation access requirements. 9.7.2.4. Contractors with Installation Access vouching authority will be authorized to vouch for personnel not to exceed 1 week. 9.8. Any Contractor found in violation of this requirement will be escorted off the installation. They will be removed from the company entry authority list and will not be allowed to reenter JB MDL without the express written permission of the installation commander. 9.9. Contractors are required to obey all entry requirements, traffic rules and requirements of JB MDL. Failure to comply will result in barment from the installation. 9.10. Contractors are not authorized to utilize cell phones while operating a motor vehicle of any type while on JB MDL unless they can be operated hands free to include turning on, answering, speaking and turning off. 9.11. Headsets are not authorized for use while operating a vehicle on JB MDL. 10. Questions or problems 10.1. Questions on entry onto the installation may be directed to any one of the following locations: Entry Screening Facility (ESF) - (609) 754-3938 or (609) 754-3003 Checkpoint 9 - (609) 658-0425 10.2. If a Contractor has any problems while on McGuire Air Force Base in any way related to base entry or security, the Contractor should contact the Security Forces Control Center. (609)754- 2001/2002/2003/2004. ///Original Signed/// SCOTT G. ULRICH, Lt Col, USAF Commander, 87th Security Forces Squadron   87 SFS Attachment 1: General guidance for the NJ Criminal History Record Information/Background Check WITH fingerprints. A1.1. Background checks are requested through the New Jersey State Police on an SBI Form 212B. (See sample located at the end of this attachment). This form was developed to provide these entities with the ability to request criminal history record information by submitting a subject's name, date of birth, social security number and other descriptive information. If an authorized SBI 212B Form requester elects to conduct a more thorough check, based on fingerprint comparison, they may submit a State Applicant Fingerprint Card to the SBI. A completed SBI 212B Form and the proper fee for a fingerprint card submission must accompany the fingerprint card. A1.2. All forms, fingerprint cards, and payments will be submitted to: Division of State Police Attn.: CIU P.O. Box 7068 West Trenton, NJ 08628-0068 A1.3. The state police response will be mailed to the 87th Security Forces Squadron (SFS) Entry Screening Facility (ESF) address listed in Section A of the form in 15 to 30 working days. A1.4. Further questions regarding obtaining criminal history record background checks or non-criminal justice licensing/employment checks should be directed to the NJ Criminal Information Unit, (609) 882-2000, extension 2918. A1.5. Additional information regarding this process can be obtained from the following: http://www.state.nj.us/lps/njsp/about/serv_chrc.html#ncer A1.6. The New Jersey State Police NJ 212B will be completed as follows: A1.6.1. Section A (Complete Name and Address of Requestor) of the New Jersey State Police NJ 212B form will reflect the 87 SFS Entry Screening Facility. 87th Security Forces Squadron 1738 East Arnold Ave JB MDL, NJ. 08641 ATTN: SFAP/Entry Screening Facility A1.6.2. Section A (Additional Data Optional) will reflect the company address information. This information is use by ESF personnel to identify the company upon return of the record check. See example below. RBC Management, LLC 61 Claremont Road Bernardsville, NJ 07924 A1.6.3. Section B - Subject of the Request. A1.6.3.1. NAME (Including Maiden Name): (Last Name), (Maiden Name), (First Name), (Middle). A1.6.3.2. ADDRESS: (Number), (Street), (City), (State). A1.6.3.3. DOB (Date of Birth): (Month), (Day, (Year). A1.6.3.4. SEX: Male or Female. A1.6.3.5. RACE: White, Black, Chinese, etc. A1.6.3.6. SBI NUMBER (If known): Leave Blank. A1.6.3.7. FBI NUMBER (If known): Leave Blank. A1.6.3.8. SOCIAL SECURITY NUMBER: Social Security Number will be furnished. A1.7. Section C. Authority and Purpose of the Request. A1.7.1. The first block is the only block which will be completed for all requests. (Non-criminal justice purpose by a governmental entity of this State, the federal government, or any other state for any official government purpose, including but not limited to employment, licensing, and the procurement of services). A1.7.2. The second and third blocks are not used. A1.8. Section D. Certification of Requestor. A1.8.1. This section will be signed by 87 SFS ESF personnel only. A1.8.2. The Contracting Officer will provide pre-signed forms to the Contractor from the ESF. A1.8.3. Contractors are not authorized to sign this section. A1.9. Section E (Authorization by Subject of Request and Privacy Act Information). Supervisor, State Bureau of Investigation. A1.9.1. I hereby authorize the release of any Criminal History Record Information maintained by your agency, meeting dissemination criteria, for the above indicated purpose to Insert Name of agency you authorize to receive this information. A1.9.2. The Name of the Agency you authorize to receive this information should read: 87 Security Forces Squadron 1738 East Arnold Ave JB MDL NJ 08641 ATTN: SFAP/Entry Screening Facility A1.9.3. The applicant (Subject of the Request) will sign and date the form. A1.10. The company will submit a completed state applicant fingerprint card and the SBI 212B Form with a check for $25.00 to the NJ State Police. Form SBI 212B (Rev. 06/02) Please Note: The Form SBI 212B (Rev. 06/02), which is pictured below, is included for informational purposes only. The NJ State Police WILL NOT process photocopies/duplicates of this form. An original (processable) form is printed on bluish paper and can be obtained at any NJ State Police office. 87 SFS Attachment 2: General guidance for the DE Criminal History Record Information/ Background Check WITH fingerprints. A2.1. The Delaware State Criminal History Record Check Authorization form will be used when requesting a Criminal History Background check through the state of Delaware. This form has been scanned into this document; it can be printed, and used for official requests. It can be found in this attachment. A2.2. The Delaware State Bureau of Identification provides a Delaware Criminal History Record request for a fee of $30.00. A2.3. This procedure is as follows: A2.3.1. Complete the Delaware State Criminal History Record Check Authorization form, fill out all the applicable areas (see below for detailed instructions). A2.3.2. Sign the enclosed authorization/release form. A2.3.3. Have fingerprints taken by person who has been formally trained to take fingerprints (poor quality fingerprints will be rejected and returned) A2.3.4. Provide brief explanation for reason fingerprinted. Use company letterhead. See A2.8 below for details. A2.3.5. Enclose $30.00 processing fee; money order or certified check only A2.3.6. Provide address for return of criminal history information. A2.3.7. Send all items listed above to: Delaware State Police State Bureau of Identification P.O. Box 430 Dover, Delaware, 19903 Attn: Records Section A2.4. Questions on completing the form can be directed to the Delaware State Police State Bureau of Identification at (302) 739 - 5882. A2.5. The form will be completed as follows: A2.5.1. LAST NAME A2.5.2. FIRST NAME A2.5.3. MIDDLE INITIAL A2.5.4. SUFFIX A2.5.5. ALIASES: MAIDEN/PREVIOUS LAST NAMES A2.5.6. DATE OF BIRTH A2.5.7. SOCIAL SECURITY NUMBER: A2.5.8. SEX: A2.5.9. RACE: A2.5.10. HGT: (Height) A2.5.11. WGT: (Weight) A2.5.12. EYES: (Color Eyes) A2.5.13. HAIR: (Color Hair) A2.5.14. PLACE OF BIRTH (STATE): A2.5.15. CURRENT ADDRESS: Number, Street A2.5.16. CITY/STATE: A2.5.17. ZIP: A2.6. * COMPLETE IF MAILING RESULTS TO DIFFERENT ADDRESS OTHER THAN YOURSELF. This block will read the address information for the 87th Security Forces Squadron (SFS) Entry Screening Facility (ESF). 87th Security Forces Squadron 1738 East Arnold Ave JB MDL NJ 08641 ATTN: SFAP/Entry Screening Facility A.2.7. AUTHORIZATION TO RELEASE INFORMATION: A2.7.1. As an applicant I authorize release of any and all information that you have concerning me, included CRIMINAL HISTORY RECORD INFORMATION and other information of a confidential or privilege nature. I hereby release you, your organization, the State of Delaware and others from any liability or damage, which may result from furnishing this information: A2.7.2. SIGNATURE OF APPLICANT: Applicant signs form A2.7.3. DATE: Applicant dates form. A2.7.4. SIGNTURE OF PARENT/GUARDIAN (IF UNDER 18): Parent or guardian signs if applicant is under 18 years of age. A2.7.5. Telephone number Home: Type in your home phone number. A2.7.6. Telephone number Work: Type in your work phone number. A2.8. Item A2.3.4. above requires the individual to provide a brief explanation for reason fingerprinted. Companies should provide the following typed statement on Company letterhead to be provided with the request by the individual. • This company (use your company name) has won a contract for services (type in the service your company is going to provide) at JB MDL in New Jersey. • In order for employees of this company to access JB MDL a Criminal History Record Check of all employees of this company who will be working at JB MDL must be completed and provided to the 87 Security Forces Squadron (a Law Enforcement Agency of the US Air Force). • This request for a Delaware Criminal History Record Check is for Contractor access to JB MDL, NJ. • Point of contact for this company is (Company security official, contracting officer, or other company official) and their phone number is (phone number). • Signature block of company official authorized to sign letter.   87 SFS Attachment 3 - General guidance for the NY Criminal History Record Information/Background Check WITH fingerprints. A3.1. The New York State Office of Court Administration (OCA) Record Search for Conviction of Prosecution and Pending form will be used when requesting a Criminal History Background check through the state of NY. This form has been scanned into this document; it can be printed, and used for official requests. It can be found in this attachment. A3.2. The New York State Office of Court Administration (OCA) provides a New York Statewide criminal history record search (CHRS) for a fee of $52.00. The search criteria is strictly based on exact match of Name and DOB (variations of Name or DOB are not reported.) The search includes data from all 62 counties pertaining to convictions and open/pending cases originating from City & County courts. A3.3. This procedure is as follows: A3.3.1. Complete the Criminal History Record Search (CHRS) Application Form. A3.3.2. Indicate name, address, and phone number of the person or company submitting the form. A3.3.3. Include the individual's full name and date of birth (See Below) you want searched. A3.3.4. Applications with unclear or omitted information will be rejected. A3.3.5. Each alias and each date of birth is counted as an additional search. A3.3.6. The results of this process are NOT certified and should not be confused with a "Certificate of Disposition" which can only be issued by a court. A3.4. PROGRAM FEE: The fee is $52.00 for Statewide search. Please make checks or money orders payable to the N.Y.S. Office of Court Administration (OCA). Cash will not be accepted. A $20.00 returned check charge will be imposed on items returned by the bank. A3.5. You can contact the OCA at (212) 428-2973 between 10:00 and 4:00 pm for a copy of the Criminal History Record Search application or download the form at www.nycourts.gov. A3.6. The form will be completed as follows. A3.6.1. NAME/COMPANY: 87th Security Forces Squadron ATTN: Entry Screening Facility. NOTE: Do not use your company address as the form must come from the state to the 87 SFS/SFAP. A3.6.2. STREET ADDRESS: 1738 East Arnold Ave, A3.6.3. CITY, STATE, ZIP: JB MDL, NJ, 08641 A3.6.4. TELE./FAX NUMBER: This will be your company phone number not the 87th Security Forces Squadron phone number. A3.6.5. CONTACT/EMAIL ADD.: Company POC and phone number. A3.6.6. STATEWIDE SEARCH Page: _____ of _____: NOT USED A3.6.7. E-MAIL: NOT USED A3.6.8. MAIL: Place an X in this box A3.6.9. PICKUP NOT USED A3.6.10. TYPE OR PRINT IN CAPITALS (Numbered 1 - 20 for up to 20 personnel)   LAST NAME, FIRST NAME & INITIAL All information MUST by in CAPITAL LETTERS. Information must be in the form of LAST NAME, FIRST NAME, INITIAL. A3.6.11. D.O.B.: Type in individuals Date of Birth A3.6.12. For Your Use: NOT USED A3.6.13. The 87 SFS requests each company list no more than 15 personnel on one sheet. This is so there is space available using line 17 - 20 for your company information. We use your company information as listed on the form to identify your company personnel when the request is returned to our office. Please include the following information on each line. Line 17: Company Name Line 18: Address Line 19: City, State, Zip Line 20: Company POC Name and Phone number   87 SFS Attachment 4 - General guidance for the PA Criminal History Record Information/Background Check WITH fingerprints A4.1. The Pennsylvania State Police Request for Criminal Record Check form will be used when requesting a Criminal History Background check through the state of Pennsylvania. This form has been scanned and can be printed for use. It can be found as part of Attachment 4. A4.2. The PA State Police will provide a PA Criminal Record Check for a fee of $34.00. The fingerprint portion of this check costs $10.00 and the actual records check is $24.00. A4.3. This procedure is as follows: A4.3.1. Complete the Pennsylvania State Police Request for Criminal Record Check filling out all the applicable areas of Part I (see below for detailed instructions). A4.3.2. Have fingerprints taken by a Law Enforcement agency. A4.3.3. Enclose the $34.00 processing fee: money order or certified check only payable to the Commonwealth of Pennsylvania. A4.3.4. Send all listed above to: Pennsylvania State Police Central Repository - 164 1800 Elmerton Avenue Harrisburg, PA 17110-9758 A4.4. Questions on completing the form can be directed to the PA State Police Central Repository at (717) 783 - 9973 during Business hours (8:15 - 4:15). A4.5. PA has the capability to request a Criminal History background check through the CRIMINAL HISTORY (PATCH) System which is through the Internet. Use of this system is not authorized because fingerprints cannot be submitted in conjunction with the Criminal History Background check. A4.6. The form will be completed as follows. A4.6.1. DATE OF REQUEST: Day, Month, Year. A4.6.2. REQUESTER NAME: 87 Security Forces Squadron, SFAP/Entry Screening Facility A4.6.3. ADDRESS: 1738 East Arnold Avenue A4.6.4. CITY, STATE, ZIP: JB MDL, NJ, 08641. A4.6.5. CONTACT TELEPHONE NUMBER: Type your company phone number here. A4.6.6. REQUESTOR IDENTIFICATION: Mark an X in the Individual/NonCriminal Justice Agency A4.6.7. REQUESTOR IDENTIFICATION: Leave the Fee Exempt NonCriminal Just Agency box blank - this section is not used. A4.6.8. NAME/SUBJECT of RECORD CHECK - LAST, FIRST, MIDDLE A4.6.9. MAIDEN NAME AND/OR ALIASES A4.6.10. SOCIAL SECURITY NUMBER (SOC) A4.6.11. DATE OF BIRTH (DOB): Day, Month, Year A4.6.12. SEX A4.6.13. RACE A4.6.14. REASON FOR REQUEST: Check OTHER. Type in the following statement: Requires access to JB MDL in performance of contract with (your company name and address information).     87 SFS Attachment 5 - Contractor Entry Authority List (EAL) Requirements A5.1. The EAL must include the following information regarding the Contractor: A5.1.1. Company Name, A5.1.2. Company Address, A5.1.3. Company Point of Contact (POC), A5.1.4. Company POC Phone number, A5.1.5. Company On Site Contact name, A5.1.6. Company On Site Phone number, A5.1.7. Contract Number A5.1.8. Purpose of contract, A5.1.9. Duration of contract (Start and End Dates) A5.1.10. Location where contract is to be performed. A5.1.11. JB MDL Unit POC Name and Grade, A5.1.12. JB MDL Unit of Sponsor A5.1.13. JB MDL Unit POC Phone number A5.1.14. Administrative Contracting Officer POC A5.1.15. Administrative Contracting Officer POC Phone Number A5.1.16. Alphabetical listing of all Contractor personnel to include full name (LAST, First Middle Initial). A5.1.17. Social Security Number of all Contractors. A5.1.18. Driver's license number and state of all Contractors. A5.1.19. Immigration number or passport number for all Non-U.S. legal immigrants. A5.2.. SubContractors must be processed in the same manner as a prime Contractor. A5.2.1. SubContractors require all the above listed information and the following additional information which must be submitted: A5.2.1.1. Sub Contractor company Name, A5.2.1.2. Sub Contractor company Address, A5.2.1.3. Sub Contractor company Point of Contact (POC), A5.2.1.4. Sub Contractor company POC Phone number, NOTE: Any retired military or government personnel working as a Contractor must be included on the EAL. EAL SAMPLE - YOUR COMPANY LETTERHEAD HERE DATE FROM: (Your Company Address Information) MEMORANDUM FOR 87th Security Forces Squadron Entry Screening Facility SUBJECT: Entry Authority List (EAL) 1. The (Your Company Name) will be working on Contract Number (Example: F12958-06-C-0092) for the purpose of building the new Temporary Lodging Facility near bldg 2717 from 1 May 2006 through 31 May 2008. 2. My onsite POC will be (Example) John J. Johnson, and his on site phone number is (Example: (123) 456-7890). 3. The JB MDL Unit POC is (Example: Lt Tom T. Thompson) from the (insert unit name Ex: 87 SFS, 819 GRS, (87 CES), his phone number is (Example: (456)789-0123). 4. The Procurement/Administrative Contracting Officer is (Example: Mrs. Joan J. Jett) and her phone number is (Example: (789) 012-3456). 5. The following personnel will require access to JB MDL on a daily basis for the length of the contract. LAST, First, MI SSAN Driver's License EXAMPLES: THUMB, Thomas J. 123-45-6789 NJ - H12345 67890 12345 PLUMMER, Patricia M. 456-78-9012 PA - 1232445 KRAVER, Gregory A. 789-01-2345 NY - A5432000 MOBLEY, James G. 012-34-5656 DE - 1234-532A 6. If there are any questions, please contact me at (098) 765-4321. Signature Block of Company Approving Official 1st Endorsement, Contracting Officer Signature Block of Procurement/ Administrative Contracting Officer END OF SECTION DIVISION 1 GENERAL REQUIREMENTS SECTION 01012 SPECIAL CONDITIONS PART I - GENERAL 1.1 CONTRACTOR PERFORMANCE REQUIREMENTS A. STAGING AREA: If required, the staging area will be assigned by the COTR and will be on Joint Base McGuire-Dix-Lakehurst (JB MDL). The staging area may be fenced to identify the limits of the Contractor responsibility. If the Contractor has any dumpsters in the staging area, they shall be clearly marked with a sign "For Private Use Only, Not For Use of Base Personnel." Dumpsters shall be emptied when contents mound to height of sides. Upon completion of all work outlined in the contract and specifications, the Contractor shall remove his construction materials and his equipment from the confines of the installation. Only an office trailer and one (1) storage trailer will be allowed at JB MDL in a site designated by the COTR. B. MARKING OF EQUIPMENT, TRAILERS, AND TEMPORARY OFFICES: The Contractor shall ensure that equipment and trucks used on the job are conspicuously marked with both name and telephone number of owner or leaser. All Contractor and subContractor temporary offices, trailers and fencing shall have signs affixed to the exterior, which state the name of the contracting firm, and a name and telephone number of the responsible contracting firm official. The letter size of the firm name shall be a minimum of 8 inches high with all lettering professionally and neatly prepared. All office trailers on the work site shall be a beige color conforming to architectural standards of JB MDL. All trailers, office and storage, shall be kept in good condition. C. CLEANLINESS: The Contractor shall protect Government property and furnishings that may be in, or adjacent to, the work area with appropriate clean drop cloths, barricades, dust stops, or other provisions as suggested by the CCI prior to starting work. The Contractor shall remove all debris, tools, materials and equipment and other items when work is completed in each particular area. D. DAILY CLEAN UP: Daily construction site and staging area clean up shall be accomplished by the Contractor. This clean up shall include the placing of construction material and equipment in a neat and orderly arrangement on the site. Equipment and materials must not block access to existing facilities. Refuse, debris, rubble, and garbage shall be removed at the end of each workday. The Contractor shall inspect the site daily to ensure that all paper, cardboard, demolition products and similar materials are removed to provide a litter free appearance. On base access routes utilized by construction equipment and/or delivery vehicles shall be maintained free from clay or mud balls, clods, and mud. During the growing season (April through October), all grass areas around the Contractor's trailer and within ten feet of exterior contract construction areas or within ten feet of buildings shall be mowed and trimmed to maintain neat grassy areas of reasonable length, by the Contractor. Grass height shall never be allowed to exceed 6 inches. Contractors performing only interior renovation work of occupied facilities and with no exterior work area are not responsible for grass mowing and trimming. E. Equipment may not be left at worksites if work is stopped for more than 24 hours. Such equipment must be taken back to the remote storage site unless specifically approved to remain by the CO. For utility projects, materials cannot be left on site unless installation will begin within one week. If work does not begin within one week, the material must immediately be delivered to the Contractor storage yard. F. TEMPORARY CONSTRUCTION FENCING: Temporary construction fencing shall be plastic fencing four-foot spaced stakes four feet high, unless otherwise indicated by the COTR. G. CONTRACTOR PARKING AREAS: Contractor personnel must park in approved parking areas. Parking on the grass is not permitted. Contractor vehicles will not be allowed to drive on grass to gain access to worksites unless the CO approves specific routes in advance. 1.2 INTERPRETATION OF SPECIFICATIONS A. It shall be understood that where there are conflicts within the specifications the matter shall be submitted promptly to the CO "in writing" for determination and resolution in consultation with CE. Normally, the items of higher standard shall govern. B. No exclusions from, or limitations in, the language used in the specifications shall be interpreted as meaning that the appurtenances or accessories necessary to complete a required system or item of equipment are to be omitted. C. Information as to the general construction of a facility shall be derived from existing structural and architectural drawings and specifications only as available at the Base Civil Engineering print room. D. The use of words in the singular shall not be considered as limiting where other indications denote referrence to more than one item. 1.3 PHASING OF WORK Work to be accomplished, which will interrupt utilities, must be coordinated with the COTR. 1.4 BASE CIVIL ENGINEERING WORK CLEARANCE REQUEST, AF FORM 103, DIGGING PERMIT A. Prior to commencing construction work or whenever the ground surface is to be disturbed deeper than three inches (3") or when erecting structures or operating equipment near overhead lines, the Contractor or any subContractors performing work shall be responsible for obtaining an AF Form 103 from the COTR, and personally obtain signatures required from Base organizations and have it in their possession at all times while digging. B. The Contractor shall be responsible for completing the AF Form 103. The points of contact for approvals are listed on the AF Form. The request shall include details and methods to be used for the excavation. A Drawing/Sketch of the site to be excavated will also be required. The AF Form 103 is valid for 30 days and can be renewed by the COTR for an additional 30 days. 1.5 ACCIDENT PREVENTION The Contractor shall comply with all Air-Force Occupational Safety and Health (AFOSH) Standards. A. CONFINED SPACES: Contractors who enter confined spaces during construction operations shall do so in strict accordance with Air Force Occupational Safety and Health (AFOSH) Standard 127 25. The Contractor shall request the proper permits for access from the COTR, in writing, a minimum of 10 work days prior to confined space entry. The 87th Air Base Wing Safety Office shall issue all permits. B. OCCUPATIONAL SAFETY AND HEALTH ACT (OSHA): Contractors shall comply with OSHA 1926, Construction Standards, and the portions of OSHA 1910 standards that are applicable to construction. The Army Corps of Engineers Manual EM 385 1 1 will be used in the absence of guidance in OSHA regulations. 1.6 FIRE PROTECTION: All welding and burning operations shall be accomplished in strict compliance with the requirements outlined in AFOSH Standard 127 5; the National Fire Protection Association Standard, and the Department of the Army Corps of Engineers General Safety Requirement Manual EM 385 1 1. Prior to starting welding, cutting, brazing, burning and/or any other flame or spark producing operations, the Contractor or subContractor performing the work shall obtain a burning permit from the Base Fire Department on a daily basis. This permit, USAF Welding, Cutting and Brazing (AF Form 592), is the only acceptable authorization for performance of this type of work. The request for this permit can be accomplished by contacting the JB MDL Fire Department at (609) 754 3975. A Fire Department representative will respond to the work site, evaluate the site conditions, and issue the required permit as required. Under normal conditions, the Fire Department representative will respond to the work site within one hour after receiving the request for the permit, for that day. A copy of each permit shall be retained at the project site, until work for which the permit was issued is completed. The Contractor or subContractor shall provide required equipment, materials, shields, extinguishers, sand and other devices at each location where work of the type requiring a permit is conducted. 1.7 ENVIRONMENTAL PROTECTION: The Contractor shall provide and maintain environmental protection during the life of the contract as defined herein. Environmental protection shall be provided to correct conditions that might endanger the environment during normal construction operations. The Contractor shall comply with all local, State and Federal Laws. A. VEGETATION AND MULCH: Temporary protection shall be provided on side and back slopes when rough grading is complete or when sufficient soil is exposed to require protection to prevent erosion. Protection shall be afforded by accelerated growth of permanent vegetation, temporary vegetation, mulching, or netting. Slopes too steep for stabilization by other means shall be stabilized by hydro-seeding, mulch anchored in place, covering with anchored netting, sodding, or such combination of these and other methods as may be necessary for effective erosion control. B. TEMPORARY CONSTRUCTION: Upon completion and acceptance of the construction, the Contractor shall remove all signs of temporary construction facilities such as work areas, structures, and foundations of temporary structures, stockpiles of excess or waste materials, debris and other vestiges of construction. All areas shall be restored to pre-contract construction conditions, including grading, sodding and other restorations. 1.9 TRENCHING AND EXCAVATION: Excavation and related work shall be completed in scheduled phases between blocks or manholes for installations requiring testing. Work shall be barricaded in accordance with Army Corps of Engineers Manual EM 385 1 1 and AFOSH Standard 127 66. For excavations in which testing is not required, the trenches shall be backfilled at the end of the day except to the last 15 feet. Backfilling must be accomplished daily; established structures and plantings must be avoided; excavation shall not begin until material and equipment for the specified portion of the job is available on the site. Trenches or excavations, which cut roads, parking lots, driveways and delivery routes, shall be fully coordinated between the Contractor, COTR and the JB MDL Fire Department, Rescue and Security Police prior to excavation. The Contractor shall provide non skid surface, steel road plates until the vehicle routes are permanently repaired. Excavations and the repair, which will traverse completely across vehicle routes, shall be scheduled in stages, which allow crossing of vehicles until road plates, and/or permanent repairs are in place. 1.10 BARRICADES: Barricades are required in accordance with the quoted safety regulations. Each job site will be clearly identified by signs, and protected by barriers suitably marked by reflective materials, and illumination for easy sighting after dark. 1.11 SEVERE WEATHER WARNING REQUIREMENTS: When notified by the COTR that a severe weather warning has been issued for the area in which construction is being performed, the Contractor shall immediately take action to tie down, or otherwise secure, structures, materials, and equipment on the job site that could become missiles as a result of strong surface winds, thunderstorms, or other weather related conditions. This requirement is applicable twenty four (24) hours a day, seven (7) days a week. Protective measures shall not be a basis for an equitable adjustment, but shall be considered to be part of the Contractor's bid. 1.12 PRICING ADDITIONAL WORK: Except for work covered by bid items, the current Means Construction Cost Data will be used to calculate all modifications for extra work to the contract. Actual material prices, if available, shall be used in lieu of Means prices for materials. The Contractor shall provide invoices to substantiate material prices when requested by the government. Overhead and profit on modifications will be in accordance with rates proposed by the Contractor in the contract. 1.13 GRASS AND GROUNDS REPAIR: The Contractor shall grade the site within 2 workdays of backfilling any area that is worked between 16 March through 30 October. No grass will be applied in the months of Nov through Feb. Any repaired areas that occur in the Nov through Feb timeframe will be seeded the following March. Topsoil and seeding shall be done within one week of backfilling. The Contractor shall supply invoices to the government showing quantity of topsoil delivered to the site to allow the government to verify the required depth is provided. These requirements are in addition to any other requirements in the contract. END OF SECTION 01012   DIVISION 1 GENERAL REQUIREMENTS SECTION 01300 SUBMITTALS PART 1 GENERAL 1.1 SUBMITTALS: Submittals shall be as required throughout the construction documents and the Material Approval Submittal list. Failure to include an item on the Material Approval Submittal list will not relieve the Contractor from responsibility to submit the item as specified in the construction documents. 1.2 DEFINITIONS A. SHOP DRAWINGS: If requested, drawings prepared by the Contractor, subContractors, distributors or other sources which graphically show relationships of various components of the work, schematic diagrams of systems, layouts of particular elements, connections and other relational aspects of the work, shall be originals. Reproductions or copies of these drawings, for submittal purposes, shall not be accepted. B. MANUFACTURERS CATALOG CUTS/DATA: Manufacturers catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other standard descriptive data or documentation regarding the work. C. SAMPLES: Physical samples to illustrate materials, color, shape, construction, and workmanship and to establish standards by which complete work is to be judged. D. CERTIFICATES/CERTIFICATIONS: Statement signed by responsible officials of a manufacturer of a product, system or material, attesting that the product, system or material meets specified requirements. The statement must be dated after the award of this contract, must name the project, and must list the specific requirements, which are being certified. E. PERFORMANCE TEST REPORTS: Reports of inspections or tests, including analysis and interpretation of test results. Each report shall be properly identified. Test methods used shall be identified and test results shall be recorded. F. WORK PLAN: The work plan will be a detailed listing of work to be done and the sequence in which it will be accomplished. The work plan will indicate time frames and level of effort required for each task. The work plan will indicate the effect of each phase on the following phase and the impact if not complete before starting the next action. 1.3 CONTRACTOR'S OPTION: A. For products specified only by a reference standard, the Contractor shall select a product meeting that standard which is available from a commercial source.   B. Where names of manufacturers' products or equipment appear in these specifications, the products of other manufacturers will receive equal consideration. Items to be submitted as "equal" must meet the same noted specifications or acknowledged trade standard for quality, finish and/or operation. The Contractor is required to provide documentation that the substituted product meets the specification requirements. The ultimate decision authority on whether a proposed substitute product meets specifications requirements is the Contracting Officer's, whose decision shall be final, binding and not subject to the Contract Disputes Act nor the contract clause herein pertaining to it. PART 2 PRODUCT 2.1 GENERAL: A transmittal Form, AF Form 3000, "Material Approval Submittal", shall accompany all submittals. 2.2 SHOP DRAWINGS A. Present shop drawings in a clear and thorough manner. B. Identify item covered by the shop drawing by reference to drawing number and detail or specification paragraph. C. Submit five copies of all initial drawings. If drawings are on disc, they will be in AutoCad format. 2.3 MANUFACTURER'S CATALOG CUTS/DATA A. Information should be standard data and/or information published by the manufacturer of the product. B. The specific type, size, capacity and part number will be annotated on the manufacturer's information. C. Submit three copies of catalog cuts/data to the Contracting Officer. 2.4 SAMPLES: Office samples shall be of sufficient size and quantity to clearly illustrate the following: A. Functional characteristics of the product, with integrally related parts and attachment devices. B. Color, textures and patterns. C. Method of installation or application. D. Submit two samples of each product to the Contracting Officer. 2.5 CERTIFICATES/CERTIFICATIONS A. Certificate/Certification will describe the item to be certified. B. The name and address of the Contractor shall be on the document. C. Date(s) of certification and date of shipment if appropriate. D. Submit three copies of Certificate/Certification to the Contracting Officer.   2.6 PERFORMANCE/LABORATORY TEST REPORTS A. Test reports shall identify the test made, the date of the test, the Contractor's name and address performing the tests, and the authorizing signature for certification of the validity of test methods and results. B. Test result must be clear and readily understandable. C. Submit three copies of the reports to the Contracting Officer. 2.7 WORK PLAN A. The work plan will be a detailed procedure for accomplishing the required task. The plan will identify Contractor responsibilities and methods of monitoring and control. B. Submit three copies of the work plan to the Contracting Officer. PART 3 - EXECUTION 3.1 CONTRACTOR'S RESPONSIBILITIES A. Review submittals prior to submission. Transmit submittals to the Contracting Officer for approval. B. Coordinate each submittal with requirements of work. C. Contractor's responsibility for errors and omissions in submittals shall not be relieved by the Contracting Officer's review of submittals. D. Make submittals in groups containing all related systems, devices, equipment and products to ensure that information is available for checking each item when it is received. E. Do not begin any work which requires submittal approval without first obtaining Contracting Officer approval. F. Respond to review comments on submittals within ten working days. 3.2 TIMING OF SUBMITTALS A. Make submittals as specified by the Materials Approval Submittal list. B. Allow 14 calendar days for review by the Government of each submittal item. C. Delays caused by tardiness in delivery of submittals by the Contractor will not be an acceptable basis for extension of the contract completion date. 3.3 RESUBMISSION REQUIREMENTS: Make all revisions required by the Contracting Officer. If the Contractor considers any required revisions to be a change, the Contractor shall so notify the Contracting Officer as provided for under the contract clause entitled "Changes". 3. 4 SUBSTITUTIONS A. The Contractor may submit separate requests for substitution of a product other than that required by the contract documents. Substitutions must be supported by technical and physical evidence that the substitution will provide the same results as the item specified in the contract documents. Failure to provide the supporting data will result in rejection of the substitution. B. Substitutions must be clearly marked and the product to be substituted shall be indicated clearly on the submittal. C. Three copies of the substitutions shall be submitted to the Contracting Officer. 3.5 REVISION AFTER APPROVAL: When a submittal has been reviewed by the Contracting Officer, resubmittal or substitution of material or equipment will not be considered, unless accompanied by an explanation as to why the revision is necessary to the Contracting Officer for acceptance. END OF SECTION 01300   DIVISON 1 GENERAL REQUIREMENTS SECTION 01356 STORMWATER POLLUTION PREVENTION PART 1 GENERAL 1.1 GENERAL: The Contractor shall implement the storm water pollution prevention measures specified in this section in a manner that comports with requirements herein and also as in Section 01000 and the McGuire Storm Water Pollution Prevention Permit or the Public Complex General Permit at Dix and Lakehurst. Under the Federal Clean Water Act, 33 USC §1251 et seq., and the New Jersey Water Pollution Control Act, NJSA 58:10A-1 et seq., this Specification applies to all construction projects that clear, grade or excavate parcels that are one acre or larger. See NJAC 7:14A-1.2 "Storm Water Discharge," also NJAC 7:8 "Storm Water Management". As a best management practice, this Specification also applies to all construction projects that clear, grade or excavate parcels less than one acre. The Energy Independence and Security Act of 2007 section 438 (EISA 438) requires all Federal projects which disturb an area greater than 5000 square feet to maintain or restore, to the maximum extent technically feasible, the predevelopment hydrology of the property with regard to the temperature, rate, volume, and duration of flow. Following the design requirements for NJAC 7:8 will in most cases meet the intent of EISA 438. 1.2 REFERENCES: 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. A. ASTM D 4439 Standard Terminology for Geosynthetics B. ASTM D 4491 Water permeability of Geotextiles by Permittivity C. ASTM D 4533 Trapezoid Tearing Strength of Geotextiles D. ASTM D 4632 Grab Breaking Load and Elongation of Geotextiles E. ASTM D 4751 Determining apparent Opening Size of a Geotextile F. ASTM D 4873 Identification, Storage, and Handling of Geotextile rolls. G. NJAC 7:8 Stormwater Management H. NJAC 7:14A New Jersey Pollution Discharge Elimination System. I. Energy Security and Independence Act 2007 section 438 1.3 EROSION & SEDIMENT CONTROLS: The controls and measures required by the Contractor are set forth below. A. STABILIZATION PRACTICES: The stabilization practices to be implemented shall include temporary seeding, mulching, protection of trees, preservation of mature vegetation, etc. In his daily report, the Contractor shall record the dates when the major grading activities occur (e.g., clearing and grubbing, excavation, embankment, digging and grading); when construction activities temporarily or permanently cease on a site or portion of a site; and when stabilization activities are initiated. Except as provided in the paragraphs Unsuitable Conditions and No Activity for Less Than 21 Days, stabilization practices shall be as soon as practicable, but be initiated no more than after 14 days in any portion of the site where construction activities have temporarily or permanently ceased.   B. UNSUITABLE CONDITIONS: Where the initiation of stabilization measures by the fourteenth day after construction activity temporarily or permanently ceases is precluded by unsuitable conditions caused by the weather, stabilization practices shall be initiated as soon as practicable after conditions become suitable. C. NO ACTIVITY FOR LESS THAN 21 DAYS: Where construction activity will resume on a portion of the site within 21 days from when activities ceased (e.g., the total time period that construction activity is temporarily ceased is less than 21 days), then stabilization practices do not have to be initiated on that portion of the site by the fourteenth day after construction activity temporarily ceased. D. STRUCTURAL PRACTICES: Structural practices shall be implemented to divert flows from exposed soils and otherwise limit runoff and the discharge of pollutants, which includes, but is not limited to soils, sand and rock, from exposed areas of the site. Structural practices shall also include any device indicated and submitted on the drawing and specifications submitted for the proposed project. E. SILT FENCES: The Contractor shall provide silt fences as a temporary structural practice to minimize erosion and sediment runoff. Silt fences shall be properly installed and maintained to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment and grading). Silt fences shall be installed in the location indicated on the drawings, if so indicated, or in any additional places to best effectuate and control erosion and sediment runoff. Particular attention shall be given to placing silt fences around the perimeter of the construction site, or each portion of the construction site, as conditions dictate. Final removal of silt fence barriers shall be upon approval by the Contracting Officer (CO) after the site is stabilized. F. STRAW BALES: The Contractor shall provide bales of straw as a temporary structural practice to minimize erosion and sediment runoff. Bales shall be properly installed and maintained to effectively retain sediment immediately after completing each phase of work (e.g. clearing and grubbing, excavation, embankment and grading) and in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain). Bales shall be placed as work progresses and shall be removed, replaced and/or relocated as needed from work to progress in the drainage area. Particular attention shall be given to placing bales around drains and storm sewers in order to effectively minimize erosion and sediment runoff into those receptacles. Areas where straw bales are to be used may also be indicated on the shop drawings, or in any additional places to best effectuate and control erosion and sediment runoff. Final removal of the straw bale barriers shall be upon approval by the Contracting Officer after the site is stabilized. In addition to the direction provided in this paragraph, rows of bales of straw shall be provided as follows: 1. Along the downhill perimeter edge of all areas disturbed. 2. Along the top of the slope or top bank of drainage ditches, channels, swales, etc., which traverse disturbed areas. 3. Along the toe of all cut slopes and fill slopes of the construction areas. G. DIVERSION DIKES: Diversion dikes shall have a maximum channel slope of 2 percent and shall be adequately compacted to prevent failure. The minimum height measured from the top of the dike to the bottom of the channel shall be 0.5 m. The minimum base width shall be 1.8.m and the minimum top width shall be 0.6 m. The Contractor shall ensure that the diversion dikes are not damaged by construction operations or traffic. Diversion dikes shall be located as required for the project. H. STORMWATER CATCH BASIN PROTECTION: The Contractor shall provide appropriate protection for all storm water catch basins or inlets within the construction area, and all basins and/or inlets immediately downstream from the construction site. PART 2 PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. FILTER FABRIC: The geo textile shall comply with industry standard and the requirements of ASTM D4439 and shall consist of polymeric filaments that are formed into a stable network such that the filaments retain their relative positions. The filament shall consist of a long-chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of -18 to 49 degrees C, The filter fabric shall meet the following requirements: FILTER FABRIC FOR SILT SCREEN FENCE PHYSICAL PROPERTY TEST PROCEDURE STRENGTH STANDARD Grab Tensile Elongation % ASTM D 4632 445 N min; 30% Max. Trapezoid Tear ASTM D 4533 245 N min. Permittivity ASTM D 4491 0.2 sec -1 AOS (US Std. Sieve) ASTM D 4751 20-100 B. SILT FENCE STAKES & POSTS: The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 50 mm by 50 mm when oak is used and 100 mm by 100 mm when pine is used and shall have a minimum length of 1.5 m. Steel posts (standard "U" of "T" section) utilized for silt fence construction shall have a minimum mass of 1.98 kg per linear meter and a minimum length of 1.5 m. C. MILL CERTIFICATE OR AFFIDAVIT: A mill certificate or affidavit shall be provided attesting that the fabric and factory seams meet chemical, physical and manufacturing requirements specified above. The mill certificate or affidavit shall specify the actual Minimum Average Roll Values and shall identify the fabric supplied by roll identification numbers. The Contractor shall submit a mill certificate or affidavit signed by a legally authorized official from the company manufacturing the filter fabric. Filter fabric shall be identified, stored, and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice or from grasses such as Byhalia, Bermuda, etc., furnished in air-dry condition. The bales shall have a standard cross section of 350 mm by 450 mm. All bales shall either be wire-bound or string-tied. The Contractor may use either wooden stakes or steel posts to secure the straw bales to the ground. Wooden stakes utilized for this purpose shall have minimum dimensions of 50 mm by 50 mm and shall have a minimum length of 1m. Steel posts utilized for Straw Bale installation shall have a minimum mass of 1.98 kg per linear meter and a minimum length of 1 m. B. Contractor shall select and provide protective devices according to applicability for each basin or inlet. Acceptable methods are limited to (unless proposed substitute is submitted to and approved by the Construction Contract Inspector): 1. Straw Bale Inlet/Basin Protection: Straw Bale barriers (straw meeting standards established in 3.2 above), staked with a minimum of two stakes or rebar driven through each bale. This method of inlet protection is applicable where the inlet drains a relatively flat area (slopes no greater than 5 percent), and where sheet or overland flows occur (flows not exceeding 0.5 Cubic feet/sec (0.014 cu. meter/sec)) are typical. This method should not apply to inlets receiving concentrated flows, such as in street or highway medians. 2. Curb Sediment Barriers: Perforated metal or plastic curb sediment (box) barriers shall be used. Proposed substitutions must be submitted and approved by the Government Construction Contract Inspector. This method of inlet protection is applicable at curb inlets where an overflow capability is necessary to prevent excessive ponding in front of the structure. PART 3 EXECUTION 3.1 INSTALLATION OF SILT FENCES: Silt fences shall extend a minimum of 400 mm above the ground surface and shall not exceed 860 mm above the ground surface. Filter fabric shall be from a continuous roll cut to the length of the barrier to avoid the use of joints. When joints are unavoidable, filter fabric shall be spliced together at the support post, with a minimum 150 mm overlap, and securely sealed. A trench shall be excavated approximately 100 mm wide by 100 mm deep on the upslope side of the location of the silt fence. The trench shall be backfilled and the soil compacted over the filter fabric. Silt fence shall be removed upon approval by the CO. 3.2 INSTALLATION OF STRAW BALES: Straw bales shall be placed in a single row, lengthwise on the contour with ends of adjacent bales tightly abutting one another. Straw bales shall be installed so that bindings are oriented around the sides rather than along the tops and bottoms of the bales in order to prevent deterioration of the bindings. The barrier shall be entrenched and backfilled. A trench shall be excavated the width of a bale and the length of the proposed barrier to a minimum depth of 100 mm. After the bales are staked and chinked (gaps filled by wedging with straw) the excavated soil shall be back filled against the barrier. Backfill soil shall conform to the ground level on the downhill side and shall be built up to 100 mm against the uphill side of the barrier. Loose straw shall be scatter over the area immediately uphill from a straw bale barrier to increase barrier efficiency. Each bale shall be securely anchored by at least two stakes driven through the bale. The first stake or steel post in each bale shall be driven toward the previously laid bale to force the bales together. Stakes or steel posts shall be driven 450 mm deep into the ground to securely anchor the bales. 2.3 INSTALLATION OF INLET/BASIN PROTECTIVE DEVICES A. STRAW BALE INLET/BASIN PROTECTION: The bales must be installed such that the lower surface of the bales are at a level of at least 2" lower than the level of the ground to the exterior of the inlet protection device, but no deeper than 4". The soil surrounding exterior of the device must be compacted to prevent piping. B. CURB SEDIMENT BARRIERS: The barrier must be placed over the top of the inlet or basin, and sized appropriately to ensure clearance with all (non-curb) sides. DOT No. 1 Coarse Aggregate should be filled against the exterior, to the top of the barrier. 3.4 MAINTENANCE: The Contractor shall maintain the temporary and permanent vegetation, erosion and sediment control measure and other protective measures in good and effective operating condition by performing routine inspections to determine condition and effectiveness, by restoration of destroyed vegetative cover, and by repair of erosion and sediment control measures and other protective measures, The following procedures shall be followed to maintain the protective measures.   A. SILT FENCE MAINTENANCE: Silt fences shall be inspected in accordance with Paragraph 3.5 - INSPECTIONS. Any required repairs shall be made promptly. Close attention shall be paid to the repair of damage silt fencing resulting from end runs and undercutting. Should the fabric on a silt fence decompose or become ineffective, and the barrier is still necessary, the fabric shall be replaced promptly and the old material disposed of correctly. Sediment deposits shall be removed when deposits reach one-third of the height of the barrier. When a silt fence in no longer required, it shall be removed in accordance with Paragraph 1.3.E -Silt Fences. The immediate area occupied by the fence and any sediment deposits shall be shaped into an acceptable grade. The area disturbed by this shaping shall be seeded in accordance with Paragraph 1.3.A. Stabilization Practices. B. STRAW BALE MAINTENANCE: Straw bale barriers shall be inspected in accordance with Paragraph 3.5 - INSPECTIONS. Any required repairs shall be made promptly. Close attention shall be paid to the repair of damaged bales, end runs and undercutting beneath bales. Necessary repairs to barriers or replacement of bales shall be accomplished promptly. Sediment deposits shall be removed when deposits reach one half of the height of the barrier. Bale rows used to retain sediment shall be turned uphill at the end of each row. When a straw barrier is not longer required, it shall be remove in accordance with Paragraph 1.3.F - Straw Bales. The immediate area occupied by the bales and hay sediment deposits shall be shaped into an acceptable grade. The area disturbed by this shaping shall be seeded in accordance with Paragraph 1.3.A-Stabilization Practices. C. INLET/BASIN PROTECTIVE DEVICE MAINTENANCE: Maintenance of Straw Bale devices shall be maintained in accordance with Paragraph 3.4.B-Straw Bale maintenance. For box filters, if the stone filter becomes clogged with sediment so thatit no longer adequately performs its function, the stone must be pulled away from the barrier, cleaned and replaced. D. DIVERSION DIKE MAINTENANCE: Diversion dikes shall be inspected in accordance with Paragraph 3.5-INSPECTIONS. Close attention shall be paid to the repair of damaged diversion dikes and necessary repairs shall be accomplished promptly. When diversion dikes are no longer required, they shall be shaped to an acceptable grade. The areas disturbed by the shaping shall be seeded in accordance with Paragraph 1.3.A-Stabilization Practices. 3.5 INSPECTIONS A. GENERAL: The Contractor shall inspect disturbed area of the construction site, areas used for storage of materials that are exposed to precipitation that have not been finally stabilized, stabilization proactive, structural practices, other controls and areas where vehicles exit the site at least once every seven (7) calendar days and within 24 hours of the end of any storm that produces 13 mm or more rainfall at the site. Where sites have been finally stabilized, such inspection shall be conducted at least once every month. B. INSPECTION DETAILS: Disturbed areas and areas used for material storage that are exposed to precipitation shall be inspected for evidence of and the potential for pollutants entering the drainage system. Erosion and sediment control measures identified in this Section-Storm Water Pollution Prevention-shall be adhered to ensure that it is operating correctly. Discharge locations or points shall be inspected to ascertain whether erosion control measures are effective in preventing significant impacts to receiving waters and storm drains. Location where vehicles exit the site shall be inspected for evidence of offsite sediment tracking. C. INSPECTION REPORTS: For each inspection conducted, the Contractor shall prepared a report summarizing the scope of the inspection, the name of the person conducting the inspection, the date(s) of inspection and major observations relating to implementation of this Section - Storm Water Pollution Prevention-noting maintenance performed and actions taken. The report shall be furnished to the CO within 24 hours of the inspection as part of the Contractor's daily Report. A copy of the inspection report shall be maintained on the job site. END OF SECTION 01356 DIVISION 1 GENERAL REQUIREMENTS SECTION 01540 AFFIRMATIVE PROCUREMENT PART 1 GENERAL 1.1 AFFIRMATIVE PROCUREMENT & POLLUTION PREVENTION: Affirmative Procurement Programs are required pursuant to the Resource Conservation and Recovery Act, 42 U.S.C. §6962, and are a mandatory component of the Air Force Pollution Prevention Program pursuant to Air Force Instruction 32-7080, Compliance Assurance and Pollution Prevention. In addition, Executive Order 13101, Greening the Government Through Waste Prevention, Recycling, and Federal Acquisition, EO 13148, Greening the Government Through Leadership in Environmental Management, EO13149, Greening the Government Through Federal Fleet and Transportation Efficiency, requires federal agencies to purchase environmentally preferable products where possible. The United States Environmental Protection Agency (USEPA) lists the products covered in the Comprehensive Procurement Guideline (CPG), 40 C.F.R. §§247.1 to 247.17, on the USEPA website: http://www.epa.gov/cpg/products.htm. This specification contains guidelines necessary for implementing affirmative procurement for construction and service contracts. 1.2 AUTHORITY AND REFERENCES A. The Resource Conservation and Recovery Act (RCRA), Section 6002 (42 U.S.C.§ 6962). B. Executive Order (EO) 13101, Greening the Government through Waste Prevention, Recycling, and Federal Acquisition. C. EO 13148, Greening the Government Through Leadership in Environmental Management D. EO13149, Greening the Government Through Federal Fleet and Transportation Efficiency E. Title 40, Code of Federal Regulations (C.F.R.), Part 247, Comprehensive Procurement Guideline for Products containing Recovered Material. F. Air Force Instruction (AFI) 32-7080, Pollution Prevention Program G. Title 48, C.F.R., Parts 23, 36 and 52, Federal Acquisition Regulations (FAR) 1.3 SUBMITTALS A. Section 01300-Submittal Procedures: See Section 01300 for submittal procedures B. Product Data: Submit data on proposed environmentally preferable products. C. The Contractor shall submit documentation certifying that products meet or exceed the specified requirements. The Contractor shall submit samples of the product intended for use for project record. 1.4 DEFINITIONS CPG definitions for affirmative procurement are found specifically at 40 C.F.R. §247.3.   1.5 EXEMPTIONS A. USEPA RECOMMENDATIONS: The USEPA recommends minimum content levels for those items listed in the attached AFFIRMATIVE PROCUREMENT REPORTING FORM. These levels are mandatory for Air Force procurements unless one of the following exemptions applies. RCRA provides the following exemptions from the requirement to purchase EPA-designated items pursuant to 42 U.S.C. §6962(c): 1. The product is not reasonably available within a reasonable period of time. 2. The product fails to meet the performance standards set forth in applicable specifications or fails to meet reasonable performance standards of the procuring agency. 3. The product is not available at a reasonable price. B. CONTRACTOR RESPONSIBILITY: The Contractor is responsible for completion of the attached AFFIRMATIVE PROCUREMENT REPORTING FORM with respect to the work and products being provided. The Prime Contractor is responsible for insuring that all sub-Contractors comply with this specification. Each Contractor shall provide written documentation to support his/her decision not to acquire items meeting the minimum content levels. This documentation shall be forwarded to the Contracting Officer for review and approval. In the event the documentation fails to support the Contractor's findings, the Contracting Officer shall return the documentation to the Contractor citing the reason(s) for disapproval. The Contractor shall address the deficiencies and resubmit. 1.6 USEPA DESIGNATED ITEMS: The USEPA designated items are listed below and are also found at 40 C.F.R. §§247.10 through 247.17. The Contractor is required to utilize the list in effect at the time of performance of this contract. Not all of these materials may be required for this project. Please refer to the drawings and specifications for applicability. The attached AFFIRMATIVE PROCUREMENT REPORTING FORM shall be used to demonstrate compliance with the stated procurement requirements. Please note that Paper Products, Vehicular Products and Non-Paper Office Products are also part of the CPG, but are excluded here due to their non-applicability to construction contracts. Joint Base standards, if applicable, shall be considered when selecting and utilizing USEPA designated items. CONSTRUCTION PRODUCTS 1. Building insulation products, including the following items: a. Loose-fill insulation; b. Blanket and batt insulation; c. Board; d. Spray-in-place insulation. 2. Structural Fiberboard and laminated paperboard products for applications other than building insulation. 3. Cement and concrete, including products such as pipe and block, containing fly ash or ground-granulated blast furnace (GGBF) slag. 4. Carpet made of polyester fiber for use in low- and medium-wear applications. 5. Floor tiles and patio blocks containing recovered rubber or plastic. 6. Shower and restroom dividers/partitions containing recovered steel or plastic. 7. Consolidated latex paint for covering graffiti. 8. Reprocessed latex paint used for interior and exterior architectural applications. 9. Carpet cushion containing recovered materials. 10. Flowable fill containing coal fly ash and/or ferrous foundry sands. 11. Railroad grade crossing surfaces containing coal fly ash, recovered rubber or recovered steel. TRANSPORTATION PRODUCTS 12. Traffic barricades and traffic cones used in controlling or restricting vehicular traffic. 13. Parking stops made from concrete or containing recovered plastic or rubber. 14. Channelizers containing recovered plastic or rubber. 15. Delineators containing recovered plastic, rubber or steel. 16. Flexible delineators containing recovered plastic. PARK AND RECREATION PRODUCTS 17. Playground surfaces and running tracks containing recovered rubber or plastic. 18. Plastic fencing containing recovered plastic. 19. Park benches and picnic tables containing recovered steel, aluminum, plastic or concrete. 20. Playground equipment containing recovered steel, aluminum or plastic. LANDSCAPING PRODUCTS 21. Hydraulic mulch products containing recovered paper or recovered wood. 22. Compost made from yard trimmings, leaves, and/or grass clippings. 23. Garden and soaker hoses containing recovered rubber or plastic. 24. Lawn and garden edging containing recovered rubber or plastic. 25. Plastic lumber landscaping timbers and posts. MISCELLANEOUS PRODUCTS 26. Pallets 27. Sorbents. 28. Industrial drums. 29. Awards and plaques. 30. Mats containing recovered rubber or plastic. 31. Non-road signs containing recovered plastic or aluminum and road signs containing recovered aluminum. 32. Sign supports and posts containing recovered plastic or steel. 33. Manual-grade strapping. 1.7 QUALITY ASSURANCE: Companies specializing in the manufacture of products that comply with the requirements of this section shall have a minimum of three (3) years documented experience. PART 2 PRODUCTS 2.1 PRODUCT SOURCES & INFORMATION: A partial list of companies that manufacturer products using recycled materials may be found on the USEPA website: http://www.epa.gov/cpg/products.htm. This partial list is referenced only to establish a standard of quality and does not infer that other manufacturers do not qualify. All products intended for use on this project, whether listed or not, shall be submitted to the Contracting Officer in accordance with specification Section 01300 SUBMITTAL PROCEDURES. PART 3 EXECUTION 3.1 INSTALLATION: All products shall be installed per manufacturer's instructions.   AFFIRMATIVE PROCUREMENT REPORTING FORM PROJECT NUMBER: BLDG NUMBER: PROJECT MANAGER: PROJECT INSPECTOR: CONTRACTOR: This form is to be completed by the Contractor and submitted to the Contracting Officer at the 87th Contracting Squadron, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst NJ 08641-1712. RECYCLED OR RECOVERED PRODUCT % REQUIRED (MINIMUM) % AVAIL(ACTUAL) QUANTITY USED/UI ROCK WOOL INSUL 75% FIBERGLASS INSUL 20-25% LOOSE FILL/SPRAY ON 75% PERLITE COMP BOARD 23% PLASTIC RIGID FORAM 9% GLASS FIBER REINF 6% PHENOLIC RIGID FOAM 5% STRUCTURAL FIBER BD 80-100% LAMINATED PAPER BD 100% CEMENT/CONCRETE (FLYASH) SEE SPEC CARPET (PET) 25-100% PATIO BLOCKS/RUBBER 90-100% PATIO BLOCKS/PLASTIC 90-100% FLOOR TILES/RUBBER 90-100% FLOOR TILES/PLASTIC 90-100% TRAFFIC CONES 50-100% TRAFFIC BARRICADES 80-100% PLAYGROUND SURFACES 90-100% RUNNING TRACKS 90-100% COMPOST 100% WOOD-BASED HYDRAULIC MULCH 100% PAPER-BASED HYDRAULIC MULCH 100% REPROCESSED WHITE, OFF-WHITE & PASTEL COLORS 20%   REPROCESSED GREY, BROWN, EARTHTONES & OTHER DARK COLORS 50-99% CONSOLIDATED LATEX PAINT 100% PLASTIC/RUBBER PARKING STOPS 100% CONCRETE CONTAINING COAL FLY ASH PARKING STOPS 20-40% CONCRETE CONTAINING GGBF PARKING STOPS 25-70% PLASTIC SHOWER & RESTROOM DIVIDERS/PARTITIONS 20-100% CERTIFICATION I hereby certify that the content and percentage of the recycled materials utilized meet the applicable specifications and have been accurately recorded on this form. ________________________________________________ _______________ Contractor Date Received by _______________________________ of 87 CES/CEAN _______________ Date 01540-5 END OF SECTION 01540 END OF DIVISION 1 - GENERAL REQUIREMENTS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA448418R0002/listing.html)
- Place of Performance
- Address: Joint Base McGuire-Dix-Lakehurst, New Jersey, JB MDL, New Jersey, 08641, United States
- Zip Code: 08641
- Zip Code: 08641
- Record
- SN04750127-W 20171130/171128231204-8236c516d33693ca874cf80dbcf521cf (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |