Statement of Work (SOW)
C.1. PURPOSE AND SCOPE
1.1. This Multiple Award Task Order Contract (MATOC) is an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for a broad range of maintenance, repair, and alteration projects. Inclusive are new construction, rehabilitation, maintenance or repair which may include incidental design services. Both Design-Bid-Build (from here on referenced as construction) and Design-Build (design and construction) type projects may be performed under this contract. Design-Bid-Build (Construction) is defined as the traditional delivery method for construction projects where design and construction are sequential and contracted for separately with two contracts and two contractors. The drawings and specifications created under an initial Architect/Engineer contract are used as the bid documents in the following construction contract. Whereas, Design-Build combines the architectural, engineering, and construction services required for a project into a single contractual agreement. Under such an agreement, the Government contracts with a single entity; the contractor providing the end product is responsible for both design and construction. Work may include, but not be limited to:
1.1.1. Vertical Construction
1.1.1.1. Buildings: New construction, rehabilitation, renovation and repair of buildings, building additions, pre-engineered buildings and other structures (e.g. open bay pre-engineered, storage facilities, training ranges, etc.). Building renovations to include: floors, ceilings, walls, windows, doors, painting, electrical & mechanical upgrades, etc..., furniture incidental to construction (e.g. workstations), lead, asbestos and mold remediation, interior and/or exterior painting of new and existing facilities, and work incidental to surface deterioration (e.g. patching drywall, replacing siding, trim work, etc). Design and construction of the following types of facilities or their equivalent or similar commercial or institutional types may include but not be limited to: Medical Facilities, Company Operational Facilities, Administrative & Office Buildings, Educational Facilities, Military Training Facilities, Weapons Training Facilities (Shoot-houses), Animal Training & Storage Facilities, Religious Facilities, Recreational & Storage Facilities, Dining Facilities, Vehicle Maintenance Facilities, Aircraft Storage Facilities, Hangars etc...
1.1.1.2. Roofs: Replacement and repair of roof and roofing systems. Work will include gutters, downspouts, flashing, fascia and soffits. Incidental damage (e.g. ceiling replacement, painting and carpet cleaning) as a result of roof leaks.
1.1.1.3. Anti-Terrorism Force Protection of new and existing facilities: Building and site security for both new and retrofit construction (e.g. site layout, security design, building construction, security equipment, threat development, level of protection, and design constraints and communications).
1.1.2. Horizontal Construction
New construction, rehabilitation and repairs of highways, roads, streets, airport runways, concrete aprons, sidewalks, storm drainage, landscaping, sodding, detection loops, bridges, parking lots, traffic lines and traffic markings. Work can also include the following, but not be limited to: Site preparation, clearing & grubbing, surveying, fencing, drainage systems, traffic & signalization and traffic studies. Storm water management and erosion control.
1.1.3. Mechanical Work
New construction, rehabilitation, maintenance or repair of HVAC systems, plumbing systems, waste water drainage systems, fire alarm, fire protection sprinkler systems, fire suppression systems, backflow preventers, all devices, equipment and components associated with constructing and installing these systems. Work can also include, but not be limited to the following: Installation of and experience with fire detection systems, DDC Controls systems, underground high temperature lines, medium temperature lines, chill water distribution systems, variable frequency controls on HVAC systems, testing, adjusting, and balancing of HVAC systems, design and installation of computer room HVAC systems, commissioning of building systems and pumping systems.
1.1.4. Electrical Work
New construction, rehabilitation, maintenance or repair of interior and exterior utility systems and lines. Work may include but not be limited to the following: New construction, rehabilitation or repair services including electrical work. Interior and exterior high and low voltage electrical lines, communication lines, (telephone & data lines), communication systems, security & security camera systems and cabling. Natural gas, water, storm sewer, sanitary sewer and propane gas lines. Design, installation, and testing of new and existing emergency generator systems, automatic transfer switches, and emergency power connections into existing electrical systems.
1.1.5. Incidental Work
New construction, renovation, rehabilitation repair or demolition services incidental to the tasks performed in any of the above paragraphs. This work shall include, but is not be limited to, carpentry, painting, lighting, and similar minor electrical work that may be required to provide a complete, safe and usable facility during and after the course of roofing, mechanical, plumbing or painting services.
Testing, reports and surveys associated with new construction, renovation, rehabilitation of, repairs and additions to, buildings (including lead and asbestos), structures, roads (including traffic/pedestrian patterns), drainage systems, mechanical systems and utility systems.
1.1.6. Restrictions:
Task orders for design only or demolition only shall not be placed against the contract.
1.2. Bids or proposals to complete an individual project will be requested by issuance of a Request for Proposal (RFP). Resulting awards will be issued as Task Order's (TOs). The Contractor shall have an office located within 150 mile radius to Fort Gordon, Georgia. All work will be performed on real property located in facilities assigned to Fort Gordon, Augusta, Ga. and Lake Thurmond, Leah, Ga., hereafter referred to as FG.
1.3. The primary goal of the MATOC is speedy acquisition of government facility construction requirements. In the event of an emergency requirement, the contractor's response time for pre-bid/proposal site visit and bid/proposal submission may be severely shortened. Therefore, it is imperative that contractors, and/or their representative, designate an individual who has the authority to bind or otherwise obligate the company.
1.4. The TOs will vary in size ranging from $2,000.00 to approximately $5,000,000.00 with most anticipated to be between $25,000.00 to $5,000,000.00. Projects to include tasks in a variety of trades such as carpentry, roofing, excavation, interior work (to include remodeling and interior modifications), electrical work, steam fittings, plumbing, sheet metal, painting, demolition, concrete masonry, welding, mechanical, landscaping, and other general construction work.
1.5. Contractor Responsibility.
Provide all parts, labor, plant, equipment, material, supplies, supervision, management, transportation, and all other requirements to successfully perform all MATOC projects. Work shall be performed in strict accordance with all terms and conditions of the MATOC and resulting TO, to include but not limited to, the TO Statement of Work (SOW), specifications, drawings, applicable wage determinations and all other documents incorporated into the TO.
C.2. PLACE OF PERFORMANCE
Construction work performed under this MATOC will be at Fort Gordon, GA, which is located southwest of the city of Augusta, in Richmond, Columbia and McDuffie counties, GA. All locations are easily accessible by public highways.
C.3. CONTRACTOR PERSONNEL
3.1. The Government will not exercise any supervision or control over contractor or subcontractor employees (from here on referenced as employees) performing work under the contract. Such employees shall be accountable solely to the Contractor, not the Government. The Contractor, in turn, shall be accountable to the Government for all contractor employees.
3.2. The Contractor is fully responsible for the performance and conduct of their employees at all times while on Government property performing work under the contract.
3.3. The Contractor shall take appropriate personnel action, as required, in the event any employee becomes involved with civilian or local authorities because of misconduct. The Contractor's employees are subject to the same general rules of conduct while on the Government installation that apply to Government civilian employees.
3.4. The Government reserves the right to refuse access to Government installation grounds to any contractor employee if the KO determines it to be in the best interest of the Government.
3.5. The Contractor shall not allow any employee to perform work under the contract while under the influence of alcohol, drugs, or any other incapacitating agent.
3.6. All Contractors' employees, including existing and new employees, are required to be verified through the Government's E-Verify System which confirms employees are authorized and eligible to work in the United States. Assurance of compliance with the provisions of this article by subcontractors is the Contractor's responsibility.
C.4. PROGRAM MANAGEMENT
4.1. As a minimum, the overall program manager(s) for the Contractor shall be authorized as a legal representative of the contractor who can sign contracts and other legally binding documents related to the contract on the Contractor's behalf. The program manager or other authorized legal representative shall be available within 2 hours to meet on-site with Government personnel.
4.2. The Program Manager shall have the level of experience and competency required to successfully manage all business related, construction, and design, if applicable, work performed under the contract.
4.3. The Program Manager shall have the ability to manage and control multiple projects with experienced contractor and subcontractor personnel at multiple job locations. They shall ensure all personnel are qualified, competent, and capable of handling all assigned tasks.
4.4. Assign a Site-Superintendent for each project in accordance with FAR 52.236-6 Superintendence by the Contractor. A working site-superintendent may be authorized for projects that are under $150,000 or as indicated in the RFP.
4.5. Program Manager, project superintendents and engineers must read, write, and speak fluent English.
C.5. CONSTRUCTION SITE STANDARDS
The Contractor is reminded that the construction site must be operated and maintained according to contract specifications and is subject to inspection and enforcement according to all federal, state and local codes/regulations.
C.6. AVAILABILITY OF WORK SITE
The Contractor shall coordinate the work so as to allow minimum inconvenience to the Government.
If deviation from official contract work hours is required; the Contractor shall submit a written request to deviate from official work hours three (3) working days in advance of the requirement to the KO and include:
1) State reason why deviation is necessary
a) Requested working hours
b) Dates required and/or duration Work to be performed
2) Confirm if digging, utility cut-offs, or other work requiring Construction Contract Inspector will be done
3) Indicate if work will or will not be at an additional cost to the government
4) Indicate that the work will or will not have any adverse affect on daily government activity
Contractor will continue performing during official contract work hours until KO's approval is obtained to deviate.
C.7. CONSTRUCTION SITE MAINTENANCE
Contractor shall store all supplies and equipment on project site so as to preclude theft or damage. Maintain site in a neat and orderly manner. Protection and security for materials and equipment on site is the sole responsibility of the Contractor. The Contractor may be required to install temporary construction fencing to protect the site, at no cost to the Government.
C.8. WORK IN SPECIAL SECURITY AREAS
Government shall provide all escorts if contractor accesses to security areas, while working on construction projects, is required.
C.9. PRIVATIZED UTILITIES PROCEDURES
9.1. Introduction
The natural gas distribution system, the water distribution system for domestic and fire, the sewer systems and the electrical distribution system at Fort Gordon are privatized and operated by utility companies.
This is an outline of the recommended procedures for dealing with the utility aspects of facility design projects. Variation from this procedure is expected, depending upon the project. However, revised procedures should be agreed upon during the early design stages of a project. Unless noted otherwise in the design scope of work, the utility companies will install new service lines to building and repair existing service lines to buildings, as required.
The utility companies are active players in the planning, design, and construction process of each building project.
Utility company contacts are provided below:
GA Power (GP) - Electrical
Mark Mills
MAMILLS@southernco.com
706.667.5633 office
706.564.5553 cell
Augusta Utilities Department (AUD) - Water & Sewer
Stanley Aye
saye@augustaga.gov
706.826.4788 office
706.305.5517 cell
GA Power (GP) - Lighting
Ken Bodner
KCBODNER@southernco.com
706.667.5611 office
706.691.2548 cell
Atlanta Gas Light (AGL)
Carl Corley
icorley@aglresources.com
706.481.1452 office
706.214.0858 cell
9.2. Record Drawings
The utility companies maintain as-built record utility drawings for the installation. To obtain utility drawings, refer to UTILITY COMPANY CONTACTS.
9.3. Metering
Metering of gas, steam, heating hot water, electricity, fuel oil, etc. is required by UFC 3-400-01 Energy Conservation.
Metering of water is required for all buildings where potable water demand is estimated to exceed 100,000 gallons per year.
Connection of the meters to the Utility Monitoring and Control System (UMCS) is required.
The gas utility company will install a standard gas meter set (regulator, meter, shut-off valves, etc.) and a pulse initiator (for UMCS) at the building. Coordinate the location of the meter set with the utility company, show the location on the drawings, and indicate that the installation is by the gas utility company.
Where water meters are required, they will be installed outside of the building by the water company. Coordinate the location of this meter with the utility company, show the location on the drawings, and indicate that the installation is by the water utility company.
The fire sprinkler water will not be metered.
9.4. Distribution Lines
The utility company and Fort Gordon will determine whether changes to the utility distribution systems will be required. The cost, schedule, and execution of the upgrade to the distribution system will be handled by the utility company as a contract action separate from the building project.
9.5. Unused Existing Lines
Unused existing lines exterior to buildings will be removed or properly abandoned in place by the utility company. Utility companies are not responsible for interior building lines, unused or otherwise.
9.6. New Service Lines
The building designer determines the required demand of each service line and the preferred location of the building service entrance.
For gas, the building designer determines the total BTU demand and gas pressure requirements of the building. Typically available gas pressure choices from AGL are: 0.25, 2, or 5 psi.
The building designer obtains the installation utility record drawings (maps) from the utility company.
The building designer coordinates with the utility companies to determine and share the following information concerning the service lines:
1. Flow
2. Estimated consumption
3. Line size
4. Routing
5. Tie-in points to the main distribution system
6. Location of the utility service entrance to the building
7. Location of the gas meter set.
8. Location of valves including the post indicator valve for the fire sprinkler system
9. Location of the water meter
10. The type and location of the backflow preventer (BFP) on the incoming domestic water service lines. At a minimum, a "double-check" BFP will be installed. A reduced pressure zone (RPZ) BFP is required for cross-contamination hazard locations.
11. The type and location of the BFP on the incoming fire sprinkler line. Note: A reduced pressure zone (RPZ) BFP will be required where, in the opinion of the utility company, a cross-contamination hazard exists.
12. Location of existing utility lines to be removed or abandoned in place
9.7. Plans and Specifications
On the design drawings, the building designer shows:
1. The routing of the new utility service lines, noted to be installed by others
2. The location of building meters and regulator assemblies, noted to be installed by others
3. The location of fire hydrants, noted to be installed by others
4. The location of water line valves in the service lines, noted to be installed by others
5. The location of post indicator valves, noted to be installed by others
6. The location of utility lines to be removed or abandoned in place, noted by others
7. The main gas pressure
8. The required building gas pressure
9. The available static and residual water pressure and associated flow
Utility installation details are not shown.
Fire department connections are included in the contract as part of the sprinkler work.
The backflow preventers for domestic water and for fire sprinkler service are to be located outside the building and will be included in the building construction contract.
The building designer sends the design drawings to the utility companies. This should be done during concept design and during final design.
The utility company reviews the drawings and coordinates any required changes with the building designer.
The building designer includes a provision in the specifications that the building construction contractor must coordinate with the utility companies on the timing and sequence of work for the installation of the utilities. The utility contacts for utility work during construction are to be included in the design documents.
The design documents must indicate that the utility company applies for all utility permits from the appropriate state and/or local authorities as applicable.
9.8. Utility Cost Estimates
Only the utility company may install service connections to the buildings. The utility company will give the contractor a cost estimate for the design, inspection, and installation of the service connection to the building. The contractor is responsible for paying the utility company for installing the service connection to the buildings.
C.10. CONTRACTOR LAYDOWN
The contractor lay down area is located in Fort Gordon's Industrial District. The contractor lay down area is designated within the following boundaries:
1. North - 11th Avenue
2. South - 10th Avenue
3. East - 13th Street
4. West - 11th Street
Contractor's construction trailers on site must be wired per NEC and meet separation clearances.
Contractor is responsible for utility connections. All utilities connections and meters shall be coordinated with Georgia Power, Augusta Utility Department, and Atlanta Gas, respectively. The Contractor shall be responsible for all payment associated with coordinating and furnishing utilities.
Point of contact for lay down area allocations and regulations is Directorate of Public Works, Business Operations & Integration Division - Master Plans.
C.11. SITE ACCESS
When roads and thoroughfares are available, the Contractor shall use established roadways when transporting personnel and/or material in the execution of work. The Contractor shall strictly adhere to the foregoing and shall not develop new ingress or egress roads without specific written instructions from the KO. Streams, trails, and alternate access routes may only be utilized upon prior approval of the KO. Extreme care must be utilized to prevent the harm of Government Installation property and endangered plants, species, and wildlife.
C.12. PARKING
Contractor or employees shall not park any privately owned vehicle (POV) or company and/or delivery vehicle on grassy areas near or in the construction site without prior approval from the KO. When allowed, parking on grassy areas will only be for short-term delivery purposes (to include heavy tools, equipment, construction materials, etc.). Use designated hard surfaces or existing parking lots near or within the project site for parking of POVs or company and/or delivery vehicles. Tire and track impressions (ruts) created on wet or soft soil by vehicles and/or equipment used in the Contractor's operations shall not be left for more than one day after removal of such vehicle or equipment that caused the rutting. The Contractor shall restore the affected area(s) of the site to its original condition within that one-day period.
C.13. EXCAVATIONS REQUIREMENTS
The Contractor shall be responsible for coordinating the locating of government-owned communication lines prior to excavation.
Contact "811," the Utility Protection Agency, and obtain a ticket number receipt to locate utility lines at least 72 hours prior to any excavation or as indicated in the RFP.
Responsible for coordination with any known or suspected non-governmental utilities such as telecommunications or cable television. The permit will remain valid for a period of 14 days or as otherwise directed by the issuing authority.
Utility locations, if and when shown on drawings, are approximate. The Contractor shall field verify all utility locations and have the appropriate utility company mark their location before digging or trenching. This shall include but is not limited to the use of sonic, electronic or magnetic detection devices, by noting pull box and utility box locations at the surface, and by potholing. Contractor shall be responsible for repairing any utilities damaged during construction at no additional cost to the Government.
C.14. MARKINGS
After the markings have been made, Contractors are required to maintain a minimum clearance of two feet between a marked, underground utility line and the cutting edge of any power-operated excavating equipment.
Maintain any paint marks or stakes indicating underground utilities/lines as required during the duration of work or 30 calendar days from date of approved permit (whichever is later).
C.15. SECURITY PLANNING
15.1. General
All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering the federal installation shall abide by all security instructions and directives of the Directorate of Emergency Services (DES), Fort Gordon, GA. Employees are responsible for safeguarding all government property provided for contractor use.
At the close for each work period, government facilities, equipment, and materials shall be secured, lights, heat and water turned off and all doors and window secured.
The Contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the Contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified during the Criminal Background Check.
Contractors shall ensure their employees and those of their subcontracts have the proper credentials allowing them to work in the United States. Employees and subcontractors determined to be undocumented or illegal aliens will be referred to the proper authorities.
The Contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the Contractor from proceeding with the contract as required.
All contractors and subcontractors when working in a Controlled, Restricted or other sensitive areas must be escorted at all times. The military agency or unit responsible for the project or work is responsible for providing the escorts. The Contractor shall follow existing procedures and instructions for obtaining entrance to restricted or controlled areas.
15.2. Badging and Identification (ID) Policy
For identification and security purposes, contractor employees shall wear stated badges at all times, when performing work under this contract. Additional contractor personnel identification is neither required nor recommended.
15.3. Background Checks
A favorable criminal background history (CBH) check must be completed for all contractors, subcontractors, and their employees prior to being granted access/entry onto the federal installations identified under this contract. CBH checks will be considered current for a 24-month period from the date they were obtained, and valid for all contracts performed within the 24-month time period. Additionally, as the service and higher headquarters guidance becomes available, DES will randomly select and conduct National Crime Information Center (NCIC) checks w/fingerprints and US Citizenship and Immigration Services (USCIS) checks on 100% of contractors, subcontractors, and their employees prior to issuing installation entry credentials. In the interim, local warrants and limited criminal history checks will be conducted via Division of Criminal Investigations (DCI). NOTE: Contractors may request exceptions to these requirements and procedures through the contracting office. The installation commander or designated representative must approve all exceptions to these requirements.
There are multiple sources available that may be used to conduct CBH checks. These sources include city, county, and state law enforcement agencies, and commercial vendors. Contractors may choose any available source for conducting these checks as long as the check includes a statewide check of the individual's criminal background history.
CBH checks will, as a minimum, cover the individual's places of residency for a 24-month time period prior to contract award. CBH checks are considered favorable if they do not contain any of the following eight disqualifiers:
1. US citizenship, immigration status, or Social Security Account Number cannot be verified.
2. Barred from entry/access to any military installation or facility.
3. Wanted by federal or civil law enforcement authorities, regardless of offense/violation, (i.e., and "order to arrest" has been issued by a judge).
4. Conviction of firearms or explosives violation within the past three years.
5. Incarcerated for 12 months or longer within the past three years, regardless of offense/violation.
6. Any conviction of espionage, sabotage, treason, terrorism, or murder.
7. Conviction of sexual assault, armed assault/robbery, rape, child molestation, drug possession with intent to sell, or drug distribution within the past 10 years.
8. Name appears on any federal agency's "watch list" or "hit list" for criminal behavior or terrorist activity.
If any of the eight disqualifying factors are identified on a CBH check, the subject of the CBH check in question will be denied access/entry to the installation.
EXCEPTION: CBH checks are not required for contractors, subcontractors, or their employees if they have a current, favorable government personnel security background investigation that is electronically available and verifiable through the Joint Personnel Adjudication System (JPAS).
Contractors will brief all their employees on requirements for obtaining a CBH check. They will require them to execute and sign the consent form authorizing DES to conduct CBH or NCIC checks. In addition, they will advise all perspective employees that they are subject to being randomly selected to undergo a DCI/NCIC check and fingerprint check, via FBI databases, a Social Security Administration (SSA) and US Citizenship and Immigration Service (USCIS) check. NOTE: Contractors may obtain CBH checks on, their employees and subcontractor employees, or each individual may obtain his/her own CBH check.
Contractors will collect CBH checks on their employees and on their subcontractor(s) employees, and review them for disqualifying factors. If disqualifying factors are found, the prime contractor will inform the employee that he/she not be allowed access/entry to the installation. Additionally, contractors will collect all signed consent forms for DCI/NCIC checks. Contractor shall provide all CBH checks on contract employees and subcontractor employees to the Contracting Officer prior to the commencement of work.
Contractors are responsible for providing written notification (within 5 days) to the Contracting Officer of any changes in personnel who require access/entry to the installation. This includes newly hired personnel and personnel who were discharged, quit, or contractors become aware of disqualifying factors after CBH, NCIC and USCIS checks were completed. NOTE: All requirements for the CBH, NCIC and USCIS checks must be completed on new hires prior to allowing them access/entry to the installation.
Contractors are responsible for retrieving government issued credentials and vehicle passes from employees no longer requiring access/entry to the installation (regardless of reason access/entry is no longer allowed) and returning them to the Government. Additionally, they are responsible for retrieving government issued credentials and vehicle passes from all employees and returning them to the badging office upon completion of
a particular contract.
C.16. TEXTING WHILE DRIVING
Executive Order 13513, Federal Leadership on Reducing Text Messaging while Driving, dated October 1, 2009 bans text messaging while driving or operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise.
C.17. ENVIRONMENTAL COMPLIANCE
All work performed under this contract shall comply with the following:
1. The Resource Conservation and Recovery Act of 1976 (RCRA), 42 U.S.C. 6962.
2. Executive Order 13101 of September 14, 1998, Greening the Government Through Waste Prevention, Recycling, and Federal Acquisition.
3. Executive Order 13123 of June 3, 1999, Greening the Government through Efficient Energy Management.
4. The Energy Policy Act of 2005, Public Law 109-58
5. Energy Policy and Conservation Act (42 U.S.C. 6361(a)(1))
6. Resource Conservation and Recovery Act of 1976, as amended (42 U.S.C. 6901, et seq.).
7. National Energy Conservation Policy Act (42. U.S.C. 8253, 8259g, 8262g, and 8287).
8. Executive Order 11912, April 13, 1976, Delegations of Authority under the Energy Policy and Conservation Act.
9. Executive Order 13221 of July 31, 2001, Energy-Efficient Standby Power Devices.
C.18. SMOKING IN GOVERNMENT FACILITIES
The Army has banned use of all tobacco products in all government facilities. Contractor employees and visitors are subject to the same restrictions as are Government personnel. Smoking is permitted only in designated smoking areas.
C.19. OCCUPANCY
Areas in which work is required may be occupied or have public or Government presence during the performance of work under any TO. Other maintenance and/or repair construction may also be concurrently being performed at the site by other contractors. The Contractor shall cooperate with the Government to minimize conflict, and to facilitate the Government's operations by scheduling the Work to accommodate Government occupancy. Additional compensation due to the conditions brought about by this occupancy and usage by the Government will not be granted to the Contractor. Should conflicts occur with other concurrent work, the Contractor shall immediately notify the KO.
C.20. TIME EXTENSIONS FOR UNUSUALLY SEVERE WEATHER
This provision specifies the procedure for the determination of time extensions for unusually severe weather. The listing below defines the adverse weather days that are anticipated monthly. The listing is based upon data from the National Oceanographic & Atmospheric Administration (NOAA) or similar data.
Monthly Anticipated Adverse Weather Calendar Days:
JAN FEB MAR APR MAY JUN JUL
11 9 10 8 9 9 13
AUG SEP OCT NOV DEC
10 8 6 8 9
The above schedule of anticipated adverse weather will constitute the baseline for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the NTP and continuing throughout the contract on a monthly basis, actual adverse weather days will be recorded on a calendar-day basis (include weekends and holidays) and compared to the monthly anticipated adverse weather in the schedule above.
The number of actual adverse weather days shall be calculated chronologically from the first to the last day in each month. Once the number of actual adverse weather days anticipated in the schedule above have occurred, the KO, upon the Contractor's written request, will examine any subsequently occurring adverse weather days to determine whether the Contractor is entitled to a time extension. Before adverse weather entitlement is granted, the Contractor must demonstrate that fifty percent or more of their workdays were affected by the subsequent adverse weather. The adverse weather must also delay work critical to the timely completion of the project. The KO will convert any delays meeting the above requirements to calendar days and issue a modification.
For all weather dependent activities, the Contractor's schedule must reflect the anticipated adverse weather delays that are noted above.
The following is considered as adverse weather: Weather of a nature that workers cannot perform work as scheduled or get to work site (e.g., hurricane, tornado, high winds, floods, extremely cold weather, ice storm, sleet, heavy snow storm, etc).
C.21. SEASONAL HVAC REQUIREMENTS
The Contractor shall provide temporary heating or cooling to existing occupied facilities if the air conditioning system or heating system is shut down to perform any work. Any proposals to shut down heating or cooling without providing temporary service must be approved through the KO at least two (2) workdays prior to interruption of service. The Contractor shall submit shop drawings for approval of proposed method for providing temporary heating or cooling.
C.22. INSPECTIONS, TESTS AND REPORTS
Any required inspections, tests, and reports made by the Contractor, subcontractors, specifically trained technicians, equipment manufacturers, and others as required by a TO shall be furnished upon request to the Government in accordance with the terms of the TO.
The Contractor shall request on-site inspection review from the COR/Inspector before the backfill of any trenches, pouring of concrete and/or utility tie-ins. The Contractor agrees that authorized Government representatives of the KO shall have access to and the right to examine the sites or areas where work under this contract is being performed to determine the adequacy of the Contractor's performance.
C.23. TEMPORARY SANITARY FACILITIES (WORK RELATED)
Provide adequate sanitary conveniences of a type approved for the use of persons employed on the work, properly secluded from public observation. Sanitary facilities, such as chemical toilet, shall be located far enough from a well, live stream, or pond to prevent pollution of the water. Maintain these conveniences at all times without nuisance or as required or approved by the KO. Upon completion of the work, remove the conveniences from the premises, leaving the premises clean and free from nuisance.
In most cases, the Contractor's personnel will not be permitted to use any existing U.S. Government sanitary facilities.
C.24. SEWAGE, ODOR, AND PEST CONTROL
Dispose of sewage through connection to a municipal, district, or station sanitary sewage system. Where such systems are not available, use chemical toilets or comparably effective units, and periodically empty wastes into a municipal, district, or station sanitary sewage system, or remove waste to a commercial facility. Include provisions for pest control and elimination of odors.
C.25. DISPOSAL OF REMOVED MATERIAL
The Contractor shall not use Government waste disposal facilities including garbage cans, trash piles or dumpsters. The Contractor shall at the end of each working day, remove from the site all debris resulting from the performance of work. Contractor's dumpsters shall be emptied before becoming full as to spill onto the surrounding area. The area around the dumpster shall be kept free of debris.
C.26. PUBLIC RELEASE OF INFORMATION
The Contractor and subcontractor personnel shall not publicly release information, photographs, or other documents concerning any aspect of the materials or services relating to this contract or TOs without the prior written approval of the KO.
C.27. DAVIS-BACON WAGE RATES
Applicable Davis-Bacon Wage rates in effect at the time of issuance of a RFP will be incorporated into the TO. The wage determinations apply to those laborers and mechanics employed by a contractor or sub-contractor at the site of the work, including drivers who transport to or from the site materials and equipment used in the course of contract operations.
If highly specialized crafts or trades are required in the performance of a TO project for which no wage is listed in the Department of Labor Wage Decision provided, the KO shall be notified in writing.
C.28. CONTRACTOR PERFORMANCE
The Contractor Performance Assessment Reporting System (CPARS) is a web-enabled application that collects and manages the library of automated contractor performance reports. CPARS is for UNCLASSIFIED use only.
The Construction Contractor Appraisal Support System (CCASS), which is located within the CPAR system, is used to document contractor performance on construction contracts. The CCASS evaluation assesses a contractor's performance and provides a record, both positive and negative, on a given contract. Each evaluation is based on objective facts and supported by contract management data, such as contract performance elements that evaluate quality, timely performance, effectiveness of management, and compliance with contract terms, labor standards, and safety requirements.
Contractors performance will be evaluated upon completion of each individual TO valued over $550,000.00 or at any valued amount if terminated for Cause or Default. The Government reserves the right to complete performance evaluations for individual TOs valued at less than $550,000.00. Interim evaluations may be prepared at any time during the TO period of performance when determined to be in the best interest of the Government. All performance evaluations, to include those derived from other sources, will be reviewed when considering exercising of option periods.
As may be required, the Federal Awardee Performance & Integrity Information System (FAPIIS) application will be used to collect contractor and grantee performance information on Terminations, for Cause or Default.
Completed performance reports are made available in the Past Performance Information Retrieval System (PPIRS).
SPECIFICATIONS
ATTACHMENT(s) made part of the resulting contract -
DIVISION 01 - GENERAL REQUIREMENTS
01 08 00 DESCRIPTION OF WORK AND SPECIFICATIONS
01 08 50 DETAILED DESIGN PERFORMANCE REQUIREMENT
01 11 00 SUMMARY OF WORK
01 32 01.00 10 PROJECT SCHEDULE
01 33 00 SUBMITTAL PROCEDURES
01 33 16 DESIGN AFTER AWARD
01 33 29 LEED(TM) DOCUMENTATION
01 35 13 SPECIAL CONTRACT REQUIREMENTS
01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS
01 45 00.00 10 QUALITY CONTROL
01 50 00 TEMPORARY CONSTRUCTION FACILITIES AND CONTROLS
01 57 20.00 10 ENVIRONMENTAL PROTECTION
01 57 23 TEMPORARY STORM WATER POLLUTION CONTROL
01 62 35 RECYCLED / RECOVERED MATERIALS
01 74 19 CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT
01 78 00 CLOSEOUT SUBMITTALS
01 78 23 OPERATION AND MAINTENANCE DATA