Boiler/Water Heater Maintenance - AWS

36
PERFORMANCE WORK STATEMENT FOR BOILER/WATER HEATER MAINTENANCE AT JOINT BASE ELMENDORF-RICHARDSON (JBER) ALASKA ELMENDORF AFB ONLY Draft 4 May 17 Rev 20

Transcript of Boiler/Water Heater Maintenance - AWS

PERFORMANCE WORK STATEMENT

FOR

BOILER/WATER HEATER MAINTENANCE AT

JOINT BASE ELMENDORF-RICHARDSON (JBER) ALASKA

ELMENDORF AFB ONLY

Draft 4 May 17

Rev 20

Page 2 of 36

Boiler/Water Heater Maintenance

Table of Contents

1.0 SECTION I – DESCRIPTION OF SERVICES 1.1 General Overview Page 3 1.2 Mission Page 3 1.3 Scope Page 3 1.4 Inherently Governmental Functions Page 3 1.5 Basic Services Page 4 2.0 SECTION II – SERVICE SUMMARY 2.1 Performance Evaluation Page 8 2.2 Service Summary Page 9 2.3 Quality Control (QC) Page 9 2.4 Quality Assurance (QA) Page 10 2.5 Surveillance Methods Page 10 2.6 Periodic Progress Meetings Page 11 3.0 SECTION III – GOVERNMENT FURNISHED SERVICES 3.1 Government Furnished Services Page 12 3.2 Government Furnished Facilities/Real Property Page 12 3.3 Government Furnished Equipment Page 12 3.4 Government Furnished Materials Page 12 4.0 SECTION IV – GENERAL INFORMATION 4.1 Recognized Holidays Page 13 4.2 Contract Performance Page 13 4.3 Proprietary Data & Organizational Conflict of Interest Page 14 4.4 Security Requirements Page 15 4.5 Key Control Page 15 4.6 Multifunctional Team (MFT) Page 16 4.7 Contractor Furnished Property and Services Page 16 5.0 SECTION V – APPENDICES & EXHIBITS Appendix 1 Definitions, Abbreviations, and Acronyms Page 21 Appendix 2 Applicable Publications and Forms Page 23 Appendix 3 Deliverables Page 24 Appendix 4 Workload Data Page 26

Page 3 of 36

SECTION I 1.0 DESCRIPTION OF SERVICES 1.1 General Overview. This is a non-personal services contract to provide maintenance for boilers, water heaters with power burners, gas fired unit heaters/furnace systems, infrared heaters, and their associated components on JBER-Elmendorf (JBER-E), Alaska. 1.1.1 Overview Description of Services/Introduction. The contractors shall provide all management, personnel, vehicles, equipment, supplies, tools, materials supervision, and other items and non-personal services necessary to perform Boiler Maintenance as defined in this Performance Work Statement (PWS) except for those items specified in Section III. This includes the planning, coordination, and surveillance of the activities necessary to ensure disciplined work performance and timely resources application to accomplish all tasking under the contract. The contractor shall be responsible for implementing and maintaining a management control system to plan, organize, direct and control all activities under this contract. 1.2 Mission/Location. The mission of JBER is to train and equip its forces to deploy rapidly in support of combat operations and other operations worldwide and provide installation support for JBER. JBER is located in South Central Alaska and has contiguous boundaries with both the Municipality of Anchorage and Cook Inlet/Knik Arm. JBER is accessible via Ted Stevens International Airport located approximately 20 miles from the main gate on JBER. In addition, JBER is located near the Port of Anchorage, is accessible via the Alaska Railroad and may be reached via the Glenn Highway and Seward Highway. 1.2.1 Climate. JBER, Alaska is considered a sub-Arctic environment. Temperatures begin to fall in September with snow becoming more frequent in October. Winter conditions exist from October to April when streams and lakes are frozen. Temperatures steadily decrease into January when the highs are -10 to 20 degrees Fahrenheit and lows are near -20 degrees Fahrenheit with associated wind chills. The coldest weather is normally in January, when very cold days have high temperatures below zero. Cold days generally have clear skies and calm winds. Mild days do occur with temperatures in the 30s, but with mild weather comes the possibility of very strong winds with wind speeds up to 120 miles per hour. Most winter precipitation comes in the form of snow, but rain may occur and may cause icing issues. Annual snowfall averages vary from about 70 inches to about 90 inches. Freezing rain and ice fog is common. Daylight varies from about 19 hours in late June to six (6) hours in late December with 12 hours of daylight occurring in late September and late March. 1.3 Scope. The contractor shall perform Preventive Maintenance (PM), Corrective Maintenance (CM) and inspections of boilers, water heaters with power burners, gas fired unit heaters/furnace systems, infrared heaters, and their associated components. The estimated quantities of work are listed in Appendix 4, Workload Data. The contractor shall provide and maintain a quality control program that shall assure all services conform to the standards and specifications in this PWS. The contractor shall perform all planning, coordination, surveillance and inspections of the activities necessary to ensure disciplined work performance and timely resources to accomplish all tasking under the contract. The contractor shall be responsible for maintaining communications with Contracting Officer and the Contracting Officer Representative (COR), and to immediately notify both the CO and the COR of any problems that would prevent timely performance of this contract. 1.4 Inherently Governmental Functions. The Contractor shall not perform inherently governmental functions as defined in FAR Subpart 7.5 in relationship to this PWS.

Page 4 of 36

1.5 Basic Services. The contractor shall perform maintenance on boilers, water heaters, gas fired unit heaters/furnace systems, infrared heaters, and their associated components. The contractor shall ensure that all equipment and components are fully functional and operational at all times in accordance with (IAW) Air Force Instruction (AFI) 32-1068, Heating Systems and Unfired Pressure Vessels, and AFI 32-1054, Corrosion Control, para. 4.5, Industrial Water Treatment (IWT), and the manufacturer’s specifications. The contractor's work shall include all planning, programming, administration, supervision, quality control, and management necessary to provide services IAW all applicable Federal, State and local laws, policies, procedures, regulations, codes, and directives. The contractor shall perform all administrative services necessary to maintain and provide accurate supply, quality control, financial control, and maintain records, and files. The contractor shall format reports and maintain appropriate databases for input into Air Force Civil Engineer Work Management Systems. The Contractor shall prepare and provide required reports, compile historical data, and submit necessary information as specified in this PWS. The contractor shall coordinate directives, job priorities, suspense dates, and schedules with the following offices: JBER Contracting Office (CO), Civil Engineer COR(s), Safety and Environmental Departments, or other offices as required in this PWS or as required by the CO, to include the following:

The contractor shall be responsible for items identified in the workload data to include the first shutoff valve downstream of the domestic water supply and all associated piping, gas and flue pipes, condensate drain lines, neutralizers, boiler main condensate station, boiler make up lines, supply and return lines to include shutoff valves. Additionally, the contractor shall be responsible, where applicable, for water softeners, humidifiers, chemical feeders and lines, as well as glycol/hot water boiler loop, condensate and circulating pumps, circulation pumps outlet and outlet valves on Steam Headers. The contractor shall not responsible for the replacement of the full boiler.

The contractor shall perform maintenance on in-floor steam blow-down sump pumps where installed.

The contractor shall perform maintenance on mechanical room make-up air dampers and ventilators where installed.

The contractor shall perform maintenance of on-board controllers and sensors associated with boiler controls.

The contractor shall perform maintenance on the air compressor located in boiler mechanical room at building 6211, Arctic Warrior Drive, JBER Alaska.

The contractor shall respond to all boiler failure indicator light calls, to include maintaining the boiler failure indicator light system at locations defined in the workload data.

All equipment assigned by the workload data shall be labeled with contractor’s company name. The contractor shall maintain log books located in mechanical rooms. The contractor shall provide support and assistance (start/stop boilers, coordinate schedules, etc.)

as needed for work performed by other contractors i.e. stack analysis, burner replacements or boiler control upgrades. The Government conducts a short notice third party Pressure Vessel Inspection (PVI) annually. The contractor shall support and assist the inspection team for the duration of the inspection time frame.

The contractor shall perform annual backflow inspection and testing. The contractor shall perform Flue Gas Stack Analysis annually during operating period of October

thru March on all oil and gas fired equipment correction or adjustments shall be made as required per analysis read per each unit. All test equipment shall be calibrated and certified annually.

Contractor shall provide annually a spreadsheet in Microsoft Office Excel detailing information on of analysis; all preprint analysis tickets shall be submitted with report for supporting documentation. Compliance with AFI 32-1068 and Engineering Technical Letter (ETL) 11-25 is mandatory.

Page 5 of 36

The contractor shall provide a report that lists the complete inventory and status of all equipment at the end of each contract/option year. The report shall be in the format agreed upon by the Contracting Officer or COR.

1.5.1 Emergency Corrective Maintenance Work. See Appendix One for definition. Needed to sustain/ensure continued mission operations, “Don’t go home” type work until the emergency is mitigated or fixed. Response time for emergency work is within 45 minutes after notification during normal duty times as defined in para. 4.1.1 and one and one-half (1.5) hours for non-duty times. Notification will be by most expeditious means to the contractor POC by phone or radio or other designated alternate means. Once started, work shall continue until the emergency is mitigated or fixed. 1.5.2 Preventive Maintenance (PM). The contractor shall develop, maintain and update a PM program for boiler and their components, water heaters with power burners, gas fired unit heaters/furnace systems, and infrared heaters. The contractor shall verify all PM requirements to be accomplished and systems to be maintained and shall keep the information current and accurate. Schedules shall be provided to the CO/COR before work is performed on a monthly basis. In the event that any installed equipment is replaced, deleted or added, the contractor shall provide the updated information to the CO/COR. In addition to AFI stated in appendix two and manufacture’s requirements, local conditions dictate the following work:

Due to hard water conditions at JBER, the contractor shall conduct chemical condensate water analysis twice per month for all steam boilers; add chemicals as needed to maintain boiler chemistry IAW manufacture specifications and industrial standards. Copies of reports shall be submitted to COR monthly. 

Due to hard water conditions at JBER, the contractor shall annually access and clean steam boiler sections for debris and sediment build up as part of the PM process. 

Contractor shall comply with AFI 32-1068 to include Minimum Boiler Attendance and Unfired Pressure Vessel Inspection Requirement (UPV) reference for assigned air compressor.  

1.5.3 Corrective Maintenance: Scheduled Sustainment Work/Corrective Maintenance (CM). Response time is within twenty four (24) hours after notification during normal duty times. Completion shall be within seven (7) calendar days of notification or within (7) calendar days after receipt of materials by the contractor. 1.5.4 Work Request Protocol. The Government will receive, initiate and prioritize in IWIMS Corrective Maintenance work request and act as liaison between the contractor and the customer receiving the service. The contractor shall provide a weekly updates status report of all parts and materials on order. Timelines for completion of services are outlined in Paragraphs 1.5.1, 1.5.2 and 1.5.3. 1.5.5 Acceptable Levels of Performance. The standards below qualitatively serve to help describe the acceptable level of performance to be accomplished in this contract. The standards listed below pertain to all work performed under this contract. All jobs shall be performed by qualified tradesmen and proper tools/methods shall be used consistent with industry standards; standards will be accepted by the CO.

Timeliness - One of the factors the Government will use to evaluate performance will be timeliness.

Job preparation – The contractor shall be responsible for planning equipment and material requirements; obtaining proper tools, materials, and equipment; setting up to begin work; cleaning and storing tools and equipment; cleaning up the job site; and assessing all work and costs associated with receiving, planning, and performing a job assignment, so that quality work will be

Page 6 of 36

accomplished without excess cost and with minimal impact on federal personnel to the extent possible.

Work Area – When the contractor removes floors, cabinets, furniture, appliances, walls, doors, ceilings, or other components in order to gain access to systems or installed equipment to be maintained, the contractor shall return the area to a condition equal to the original construction after the work is completed. Any property damaged by the contractor shall be repaired or replaced immediately.

Work Site Clean Up – The contractor shall remove from the work site waste material and by-products resulting from work performed. The contractor shall return usable material to the contactor’s designated storage area for reuse.

Material Quality – The contractor shall provide new components that match or exceed existing components both in manufacture and quality.

Workmanship – The end product shall have a professional appearance, ensure functional capability, and preserve the Government’s investment.

Reference Codes – Work shall be accomplished IAW mandatory publications, manufacturers’ specifications/industry standards, applicable regulations and National, State, Local or Municipal Building Codes. When multiple references exist, the more stringent standard shall apply.

Safety – The contractor shall comply with safety standards and all local, State and Federal regulations. When multiple references exist, the more stringent standard shall apply.

Cost Effectiveness – The contractor shall investigate and determine if corrective maintenance services are covered under an existing warranty. In addition, the contractor shall investigate the feasibility of rebuilding components and parts to like new condition rather than simply replacing the item in kind. In cases where this is feasible, the least expensive option shall be selected and accomplished upon acceptance by the CO.

Documentation – The contractor shall maintain various forms of documentation to include files and databases (Reference Section 1.7 Deliverables). The contractor shall document all work accomplished to include work performed, labor hours worked, dates for status changes, material requests, and signatures of employees notating performed work. The documentation shall be kept current so as to promote the effective accomplishment of work. The documentation shall be kept on site for review. Contractor documentation shall be compatible with current and future versions of the Computer Maintenance Management System (CMMS) used by 773 CES. Details of software will be discussed at post award.

Preventive Maintenance Update – The contractor shall provide for the PM tasks as required. The contractor shall verify all PMs to be accomplished and systems to be maintained and shall keep preventive maintenance lists current and accurate. In the event that any installed equipment is replaced, deleted or added, the contractor shall update the information within 30 calendar days. Updated information shall be submitted to the CO/COR. An updated version of the Inventory and PM lists shall be submitted to the CO/COR annually and upon expiration of the contract.

Technical Library Update – The contractor shall maintain a technical library of reference materials, as-built drawings, line diagrams and schematics needed to perform the work (see Appendix 3, Deliverables). The library shall be kept up-to-date and current so as to promote the effective accomplishment of work. The reference materials include but are not limited to Laws, Regulations, Technical Manuals, Publications and Standards. The entire library shall be retained by the Government at the end of the contract period. Copies of any documents or information contained in the library shall be made available to the Government upon request of the CO/COR.

Page 7 of 36

1.5.6 Completed Job. Completed means maintenance either PM or CM, according to the schedule which made a system or unit whole or entire in a fully functional state. The job shall be accepted as complete and invoiced when the area meets the acceptable levels of performance as summarized below:

A system or component is returned from a state of disrepair to full operational status and all clean-up is completed and any damage caused by the maintenance is also repaired and the facility is returned to its original or better state.

The contractor shall perform job site cleanup, salvage usable material, remove and dispose of dirt, trash, scrap and debris. Work may also include removing and properly disposing of hazardous material to include asbestos or lead based paint.

Coordination with other trades to remove electrical, communication and heating wires, plumbing, pipes, fixtures, devices and other pertinent parts and equipment may be necessary.

The work shall be accomplished IAW mandatory publications, manufacturers’ specifications/industry standards, applicable regulations, and State, Local, or Municipal Building Codes.

Page 8 of 36

SECTION II 2.0 SERVICES SUMMARY 2.1 Performance Evaluation. The purpose of the Services Summary is to define performance evaluation. The Performance Objective (column 1) describes what the Government will survey. Performance of a service will be evaluated to determine whether or not it meets the Performance Threshold (PT) of the contract. When the PT is exceeded, the COR will document the file with a Corrective Action Report (CAR) or a Performance Assessment Report (PAR) and forward these documents to the Contracting Officer for his determination if further action is necessary. 2.1.1 The Government will periodically evaluate the contractor’s performance throughout the life of the contract by appointing a representative(s) to monitor performance to ensure services are received. The Government representative will evaluate the contractor’s performance through inspections of reports and contract services documentation. The Government may inspect each task as completed or increase the number of quality assurance inspections if deemed appropriate because of repeated failures. Likewise, the Government may decrease the number of quality assurance inspections if performance dictates. 2.1.2 If any of the services do not conform to contract requirements, the Government may require the contractor to perform the services again in conformity with contract requirements at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may: 2.1.2.1 By contract or otherwise, perform the services and charge to the contractor any cost incurred by the Government that is directly related to the performance of such service, and/or 2.1.2.2 Require the contractor to take necessary action to ensure that future performance conforms to contract requirements; and/or 2.1.2.3 Reduce the contract price to reflect the reduced value of the services performed; and/or 2.1.2.4 Terminate the contract for default.

Page 9 of 36

2.2 Service Summary (SS) The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. The SS and the contractor’s Quality Control Plan provide information on contract requirements, the expected level of contractor performance and the expected method of Government surveillance and confirmation of services provided. These thresholds are critical to mission success. All inspections performed by the COR shall be rated “Acceptable or Unacceptable”. The results of the total number of inspections, accomplished during the month shall be assigned one of the following five tier ratings based on number of inspections passed versus completed. For example, COR inspects 10 aircraft Arrivals with the following results: 8 “acceptable” and 2 “unacceptable”. Divide the total “Acceptable” by the total inspections (8/10=0.80) 80% for a “Satisfactory” rating. This will be the monthly rating and should be reflected in the monthly QA reports and directly influence the annual CPARS rating.

Exceptional 95-100% Very Good 90-94.99% Satisfactory 80-89.99% Marginal 75-79.99% Unsatisfactory 0-74.99%

2.3 Quality Control (QC). The contractor shall develop and maintain a quality control program to ensure boiler maintenance services are performed in accordance with commonly accepted commercial practices

Performance Objective PWS

Paragraph Performance Threshold

Method of Surveillance

Emergency Corrective Maintenance Work. The contractor shall perform Emergency CM Work

1.5. 1.5.1 1.5.4

98 % completed within the timelines listed in paragraph 1.5.1 and level of workmanship IAW paragraph 1.5.4 & 1.5.6

Random Sampling, Periodic Inspection and/or Validated Customer Complaint

Preventive Maintenance. The contractor shall perform Preventative Maintenance (PM) work.

1.5. 1.5.2 1.5.4

95 % completed IAW PM schedule and workmanship IAW paragraph 1.5.4 & 1.5.6

Random Sampling, Periodic Inspection and/or Validated Customer Complaint

Corrective Maintenance. The contractor shall perform Scheduled Sustainment Work/Corrective Maintenance work.

1.5. 1.5.3 1.5.4

95 % completed within the timelines listed in paragraph 1.5.1, 1.5.4 and level of workmanship IAW paragraph 1.5.4 & 1.5.6

Random Sampling, Periodic Inspection and/or Validated Customer Complaint

Deliverables Appendix 3 95 % accuracy and timeliness. No more than 1 late report per quarter

Random Sampling, Periodic Inspection

Page 10 of 36

and services identified in this PWS. The QC program shall be documented in a written Quality Control Plan (QCP). The program/plan shall identify a quality control inspector and telephone number with whom the Government can discuss quality issues. A written QCP shall be submitted to the Contracting Officer for review and feedback. The plan shall be submitted no later than 10 working days after award. Once reviewed and accepted, the QCP shall not be changed without prior review by the CO. The contractor shall develop and implement procedures to identify and prevent defective service and non-performance. As a minimum, the contractor shall develop quality control procedures addressing the Performance Objectives identified in this Services Summary section. The QCP shall specifically address the contractor’s strategy to provide quality workmanship and continual process improvement for preventing and correcting deficiencies as required. The contractor shall ensure that the following issues are addressed in its QCP: 2.3.1 A description of the methods to be used for identifying and preventing defects in the quality of service performed. Records must document all inspections and corrective or preventive actions taken and submitted to the COR monthly. 2.3.2 A description of how the records will be kept. 2.4 Quality Assurance (QA). The Government shall inspect and evaluate the contractor’s performance to ensure services are received in accordance with requirements set forth in this PWS. The COR will inspect by watching actual task performance, physically checking an attribute of the completed task, checking a management information report, investigating customer complaints, conferring with facility managers, or otherwise inspecting the task or its results to determine whether or not performance meets the standards contained in this PWS. The COR will use the contractor’s work schedule or modified version thereof to record surveillance results. Results of the surveillance then become the official Air Force record of the contractor’s performance. When a performance threshold has not been met or contractor performance has not been accomplished, the COR will initiate and provide the CO a Contract Discrepancy Report (CDR) for issuance to the contractor. 2.4.1 Multi-Functional Team (MFT). A MFT will be established IAW 63-138 consisting of the Contract Manager with the Contracting Officer, Contract Administrator, COR, QA Personnel, and other Government personnel. The team will establish how often meetings are needed based on contract complexity. The Contractor may request a meeting with the Contracting Officer when the Contractor believes such a meeting is necessary. If the Contracting Officer or Contract Administrator deems necessary, written minutes of any such meetings shall be recorded by the Contract Administrator in the contract file and signed by the Project Manager and the Contracting Officer or Contract Administrator. If the Contractor does not concur with any portion of the minutes, such nonoccurrence shall be provided in writing to the Contracting Officer within 10 calendar days following receipt of the minutes. 2.4.2 Failing to meet the performance threshold as outlined in the SS for any of these performance objectives in any combination for any two or more consecutive or non-consecutive months during a contract period may result in a warning or letter of concern from the CO. 2.4.3 All remedies for service not meeting the thresholds in the service summary, above, will be in accordance with FAR clause 52.212-4 (a), Contract Terms and Conditions - Commercial Items, Inspection/Acceptance. 2.5 Surveillance Methods. The contractor shall perform jobs IAW the SS which lists the service outputs and performance requirements of the listed outputs. Re-performance required by inadequate maintenance shall be performed within 24 hours.

Page 11 of 36

2.5.1 Periodic Surveillance. This method requires the COR to employ a “spot check” style of evaluation based on the contractor’s schedule. Periodic surveillance will be conducted and may be adjusted, based on quality trends. Any unsatisfactory inspection (defect) result will be recorded, and the contractor shall re-perform the service after notification by the COR within 24 hours. 2.5.2 Random Sampling: This method requires the COR to utilize the total number of completed work orders to determine sample lot size to determine the acceptability of the entire lot. Re-work required by inadequate maintenance shall be performed within 24 hours. 2.5.3 Customer Complaints. The COR will receive and investigate complaints. The COR shall be responsible for initially validating customer complaints. The Contracting Officer shall make final determination of the validity of customer complaint(s) in cases of disagreement with the COR and the contractor. Validated customer complaints shall be re-performed within 24 hours of notification, if performance can be completed without detrimental impact on the customer. 2.6 Periodic Progress Meetings. The CO, Functional Commander, COR, other Government personnel as appropriate, and the contractor shall periodically meet to discuss the contractor’s performance. The following issues shall be discussed: opportunities to improve the contract, any modifications required of the contract, unsatisfactory inspections and trends against each performance objective observed, positive performance, and steps taken by the contractor to prevent unsatisfactory occurrences in the future. The contractor shall provide a summation of unsatisfactory inspections and customer complaints and provide insight into any identified trends. The contractor may request a meeting with the CO. The minutes of these meetings will be signed by the CO and any other individuals deemed appropriate, and distributed to the functional area and the contractor. Should the contractor not concur with the minutes, the contractor shall provide a written notification to the CO identifying areas of non-concurrence for resolution.

Page 12 of 36

SECTION III 3.0 GOVERNMENT FURNISHED SERVICES 3.1 Government Furnished Services. The Government will provide the following limited services: emergency medical, security, and access to information. 3.1.2 Security Police and Fire Protection. Phone number for 673d Security Forces Squadron non-emergency 552-3421, Helping Hand JBER wide 552-4444, Fire Protection non-emergency 552-2801, Emergency dial 911. 3.2 Government-Furnished Facilities/Real Property. Except for providing access those facilities housing boilers and associated equipment upon which maintenance and service is to be performed, the Government will not provide any facilities for the performance of this contract. 3.2.1 Keys. The Government will provide the contractor with marked keys for access to facilities where work is required in the performance of this contract. 3.3 Government Furnished Equipment. The Government will not provide any equipment for the performance of this contract. 3.4 Government Furnished Materials. The Government will provide the following information: access to relevant Government organizations, information and documentation, manuals, texts, briefs, and associated materials as required (e.g., Standard Operating Procedures and Policies, Government Publications).

Page 13 of 36

SECTION IV 4.0 GENERAL INFORMATION 4.1 Recognized Holidays The contractor is required to perform emergency services on holidays. New Year’s Day Labor Day Martin Luther King Jr.’s Birthday Columbus Day President’s Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Good Friday* If the holiday falls on a Saturday, it will be observed on the preceding Friday. If the holiday falls on Sunday, it will be observed on the following Monday. *Good Friday is not observed as a federal holiday. The contractor shall notify the CO/COR in writing no less than one week in advance if they elect to observe this holiday. 4.1.1 Hours of Operation. The contractor shall be available to respond on a 24 hour-a-day basis, including weekends, holidays, and other non-duty periods, and shall be prepared to sustain continuous operations when directed by the CO/COR or as dictated by mission requirements. PM is to be performed during normal business hours on JBER, which are 0730 to 1630 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government-directed facility closings. In the event regular service schedules fall on a Federal holiday, services shall be performed on the next work day or as scheduled by the CO/COR. 4.2 Contract Performance. All contractor personnel shall abide by all rules, regulations, and guidelines of JBER. 4.2.1 Contract Point of Contact (POC). The contractor shall provide a POC and alternate(s) who are knowledgeable about services and base operations. The contractor shall submit the name, address, and telephone number of the POC and alternates to the CO two (2) business days after the contract start date. The list shall be kept current throughout the life of the contract; both the CO and COR must be notified of any changes within 24 hours of their occurrence. The contractor POC and alternate(s) shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract, shall be available within two (2) hours to meet in person on the installation with Government personnel designated by the CO to discuss problem areas, and shall be able to read, write, and speak English. The POC shall be available to provide status on emergency work requests 24 hours per day. 4.2.2 Contractor Employees. The contractor shall be responsible for the performance and conduct of contractor and sub-contractor personnel at all times. All personnel shall be legally authorized to work in the United States and shall be able to read, write, and speak English. The contractor shall not employ any foreign citizen who is not lawfully employable in the United States. Personnel absences at any time shall not constitute an excuse for non-performance under this contract. 4.2.3 Personnel Roster. The contractor shall be required to provide a personnel roster consisting of names and other pertinent personnel data to the requiring activity for the purposes of 100% accountability

Page 14 of 36

real-world and exercise situations. The personnel roster shall be updated as individuals are removed and added. 4.2.4 Alcohol/ Drug Use/Smoking. The consumption of alcoholic beverages or illegal drugs by contractor personnel, while on duty, is strictly forbidden. The contractor shall immediately remove any employee who is under the influence of alcohol or illegal drugs. Smoking shall be allowed in designated areas only. Smokers shall follow all rules/procedures/guidelines of JBER. 4.2.5 Identification of Contractor Employees. All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as contractor employees to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contractor’s identification must be easily recognized. This shall be accomplished by wearing distinctive clothing bearing the name of the company and/or by wearing badges that contain the company name and employee name. 4.2.6 Appearance. Due to potential interaction with Distinguished Visitors (DV), contractor personnel shall present a neat appearance. Contractor uniform must be easily recognized. This shall be accomplished by wearing distinctive clothing bearing the name of the company and by wearing badges that contain company name and employee name. 4.2.7 Contractor Qualifications/Certifications. The contractor shall utilize employees possessing adequate training, skills, knowledge, and certifications to perform the requirements of this contract. All certification and licensing requirements by Federal, State, and local agencies shall be complied with at the contractor's expense. Certifications will be provided upon request of government. All work shall be performed by competent skilled technicians, experienced and qualified to work on the specific areas as listed in the Contract. The contractor shall provide at least a minimum number of journeyman level positions in each trade as needed to accomplish work performed in this contract. There shall be, at a minimum, one journeyman for each trade providing supervision and training. All work shall be performed by competent skilled technicians, experienced and qualified to work on the specific areas as listed in the Contract. The contractor shall ensure that all personnel who routinely handle Hazardous Materials (HAZMAT) or wastes have Hazardous Waste (HAZWASTE) Operator (HAZWOPER) spill response, awareness certification to the qualified technician level IAW the provisions of 40 CFR, Parts 260-266.

Contractor shall provide all training, tools and test equipment to perform Permitted Confined Space Entry. Building 6326 is a confined space entry facility.

4.2.8 Employee Training. The contractor shall provide all training required to its employees to meet requirements of the PWS unless otherwise specified within the PWS or as otherwise approved by the CO. The contractor shall maintain training and experience records for each employee during the period of this contract that reflect sufficient personnel are qualified to accomplish all tasks required by this contract and provide status of employee training upon Government request. 4.3 Proprietary Data & Organizational Conflict of Interest 4.3.1 Access To and Protection of Proprietary Information. The contractor agrees that, to the extent it receives or is given access to proprietary data, trade secrets, or other confidential or privileged technical, business, or financial information (hereinafter referred to as “proprietary data”) under this contract, it shall treat such information in accordance with any restrictions imposed on such information. The contractor further agrees to enter into a written agreement for the protection of the proprietary data of others and to exercise diligent effort to protect such proprietary data from unauthorized use or disclosure.

Page 15 of 36

4.3.2 Subcontracts. The contractor shall include the language in paragraphs 4.3.1 and 4.3.2 in consulting agreements and subcontracts of all tiers. The terms “contract,” “contractor,” and “Contracting Officer,” will be appropriately modified to preserve the Government’s rights. 4.3.3 Disclosures. If the contractor discovers an organizational conflict of interest or potential conflict of interest as contemplated by FAR 9.5 before or after award, a prompt and full disclosure shall immediately be made in writing (before award if applicable) to the Contracting Officer. This disclosure shall include a description of the action the contractor has taken or proposes to take in order to avoid or mitigate such conflicts. 4.4 Security Requirements. The contractor shall abide by JBER security requirements. 4.4.1 Flightline Security. When airfield access is required, the contractor must contact the Airfield Management Office at 552-2107 to schedule Airfield Driving Training. This office is located in building 11369. Airfield driving training is an annual requirement and access codes are provided upon completion of training. The gate codes are controlled and may not be shared with individuals who have not accomplished training. If codes are given to personnel who have not received the training, a security violation will result. 4.4.2 Physical Security. The contractor is responsible for safeguarding all Government equipment, information and property provided for contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured. 4.4.3 Manpower Reporting. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil. The contractor is required to report inputs for labor executed during the period of performance during each Government fiscal year (FY), which runs from 1 October through 30 September. While inputs may be reported at any time during the FY, all data for the FY shall be reported no later than 31 October of the following fiscal year. 4.5 Key Control 4.5.1 Procedures. The contractor shall establish and implement methods of making sure all keys/key cards that the Government issues to contractor employees are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the contractor by the Government shall be duplicated. The contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. The contractor shall prohibit the opening of locked areas by contractor employees to permit entrance of persons other than contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. The contractor shall develop procedures covering key control. These procedures shall be included in the contractor’s Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the CO/COR. 4.5.2 Lost/Duplicated Keys. In the event keys are lost or duplicated, the contractor shall, upon direction of the CO, re-key or replace the affected lock or locks; however, the Government, at its option, may

Page 16 of 36

replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the contractor. 4.5.3 Authorized Use. The contractor shall prohibit the use of Government issued keys/key cards by any persons other than the contractor’s employees. The contractor shall prohibit the opening of locked areas by contractor employees to permit entrance of persons other than contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 4.5.4 Lock Combinations. The contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. 4.5.5 Government Personnel. The Government retains the option to assign military representatives at all contracted sites as deemed necessary for reasons such as to receive training, to assist in contingency efforts at a site, or to evaluate site performance (not inclusive). The presence of military personnel shall in no way diminish the contractor’s responsibility to provide the services specified in this PWS. 4.6 Multifunctional Team (MFT). The contractor POC, the Contracting Officer, Contract Administrator, Contracting Officer Representative (COR), QA Personnel, and other Government personnel shall meet on a regular basis. The team will establish how often meetings are needed based on contract complexity. The contractor may request a meeting with the Contracting Officer when the contractor believes such a meeting is necessary. If the Contracting Officer or Contract Administrator deems necessary, written minutes of any such meetings shall be recorded by the Contract Administrator in the contract file and signed by the contractor POC and the Contracting Officer or Contract Administrator. If the contractor does not concur with any portion of the minutes, such non-concurrence shall be provided in writing to the Contracting Officer within 10 calendar days following receipt of the minutes. 4.7 Contractor Furnished Property (CFP) and Services. Except for those items or services specifically stated to be Government-furnished in Section III and any appendixes, the contractor shall furnish everything required to perform this contract IAW all of its terms. All CFP shall be marked clearly and permanently with the contractor's name or company logo for ready identification. Contractor vehicles shall be clearly identified with the contractor’s name, telephone number, and the vehicle identification number on both sides. The contractor shall be responsible for ensuring that all contractor owned vehicles are properly licensed and registered IAW state, local and installation regulations. 4.7.1 Applicable Documents. The contractor shall obtain all applicable documents required in performance of the contract. The contractor shall maintain a technical library of reference materials, as-built drawings, line diagrams and schematics needed to perform the work. The library shall be protected and located in the applicable mechanical/equipment room where work is performed. The library shall be kept up-to-date and current so as to promote the effective accomplishment of work. The reference materials include but are not limited to laws, regulations, technical manuals, publications and standards. The entire library shall be retained by the Government at the end of the contract. Copies of any documents or information contained in the library shall be made available to the Government upon request of the CO/COR.

Page 17 of 36

4.7.2 Acquiring Supplies and Materials. The contractor shall be responsible for providing, maintaining, storing and tracking all materials, tools, cleaning and any other types of administrative supplies required for performance of the contract. 4.7.3 Data Rights. The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source code of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the CO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. 4.7.4 Environmental Protection. The contractor shall comply with all applicable Federal, state and local laws, regulations and standards that are applicable to contractor’s activities in performance of this PWS. 4.7.5 Permits. The contractor shall be solely responsible for obtaining at its cost and expense any environmental permits required for its operations under the Contract, independent of any existing permits held by the Government. Any and all environmental permits required for any of the contractor’s operations or activities are subject to prior approval by the Government. The contractor acknowledges that the Government will not consent to being named a secondary discharger or co-permittee for any operations or activities of the contractor under the Contract. In the event the Government is named as a secondary discharger or co-permittee for any activity or operation of the Contract, the Government shall have the right to take reasonable actions necessary to prevent, suspend, or terminate such activity or operation, including terminating this Contract, without liability or penalty. 4.7.6 Right to Inspect. The Government’s rights under this Contract specifically include the right for Government officials to inspect, upon reasonable notice, the work site for compliance with environmental, safety and occupational health laws and regulations, whether or not the Government is responsible for enforcing them. Such inspections are without prejudice to the right of duly constituted enforcement officials to make such inspections. The Government normally will give the contractor twenty-four (24) hours prior notice of its intention to inspect, unless it determines the entry is required for safety, environmental, operations or security purposes. 4.7.7 Spill Response. The contractor is responsible to report and promptly clean up all spills in a manner consistent with current environmental regulations, JBER OPLAN 19-3 Environmental Management Plan, and JBER Alaska Storm Water Management Plan. The contractor shall contact CO and COR at every occurrence. In the event that it is necessary to utilize Government material, equipment, or personnel to clean up a contractor-caused spill, the contractor shall be required to reimburse the Government for all associated costs. 4.7.8 Audit. This contract may be subject to audit by any and all cognizant Government agencies. The contractor shall make available to such agencies all records that it maintains with respect to this contract. 4.7.9 Fire Prevention. The contractor shall take all necessary precautions to prevent fires in any of the facilities where work is being performing under this contract. In the event fires do occur, the contractor shall immediately notify the Base Fire Department at 911 from a base phone. If calling from a cell phone, the caller must notify 911 dispatch that the fire is located on JBER and the call must be transferred to the Base Fire Department. The contractor shall then notify the requiring activity and the CO. The contractor shall brief and document its employees monthly in fire safety issues and procedures in reporting fires. 4.7.10 Freedom of Information Act (FOIA). All official Government records affected by this contract are subject to the provisions of the FOIA (5 U.S.C. 552/DoD 5400.7-R, DoD Freedom of Information Act

Page 18 of 36

Program, AF Supplement). Any request received by the contractor for access/release of information from these records to the public (including Government/contractor employees acting as private citizens), whether oral or in writing, shall be immediately brought to the attention of the CO for forwarding to the PACAF FOIA Manager to ensure proper processing and compliance with the Act. 4.7.11 For Official Use Only (FOUO). The contractor shall comply with DoD regulation 5200.01Vol 1, DoD Information Security Program and Protection. This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material. 4.7.12 Hazardous Materials. Prior to use, the contractor shall provide the Base Hazardous Material (HAZMART) Pharmacy and base environmental office, through the Contracting Officer, a list of all hazardous materials the contractor brings onto Government property. The contractor shall submit an AF Form 3952, Chemical Hazardous Material Request Authorization Form, along with a Safety Data Sheet (SDS) for each Hazardous Chemical listed in OSHA Hazard Communication Standard 29 CFR 1910.1200. The purpose of the inventory is to provide information to JBER for Emergency Planning and Community Right-to-Know Act (EPCRA) reporting. The Contractor shall also comply with provisions of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11001-11050), and the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13101-13109). 4.7.13 Notification of Debarment/Suspension Status. The contractor shall provide immediate notice to the Contracting Officer in the event of being suspended, debarred or declared ineligible by the Air Force or any other Federal Department or agency, or upon receipt of a notice of proposed debarment from the Air Force or another DoD Agency, during the performance of this contract. 4.7.14 Official Correspondence. The Government identifies each project with a contract number at time of award. The contract number is a unique identifier to purposely and permanently represent an awarded project. The Government issued contract number is to be referenced on all official communication starting upon notice of award. 4.7.15 Past Performance Information (PPI)/Contractor Performance Assessment Report (CPARS). The Government will formally assess and report on the contractor’s performance annually. CPARS assesses a contractor’s performance, both positive and negative, and provides a record on a given contract during a specified period of time. The contractor will be provided a copy of their annual assessment at the end of each performance period. The contractor shall have 60 days to review and submit comments for the evaluation activity’s consideration before the assessment is made final. Past Performance assessment reports will be protected by all parties and treated by Government personnel as For Official Use Only (FOUO). 4.7.16 Post Award Conference. The contractor agrees to attend any post award conference organized by the Contracting Officer IAW FAR Part 42.5. These meetings shall be at no additional cost to the Government. 4.7.17 Privacy Act. Work on this contract may require that personnel have access to information protected by the Privacy Act. Contractor personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations when handling such information. 4.7.19 Records. All records created and received by the contractor in the performance of this contract shall be maintained and readily accessible. Records shall remain the property of the Government.

Page 19 of 36

4.7.19 Safety Concerns. The contractor is solely responsible for compliance with OSHA standards for the protection of their employees. The POC shall ensure that contractor personnel comply with specific safety requirements in AFOSH standards and Air Force technical orders when non-compliance would clearly present the potential to harm or damage Government resources. 4.7.20 Warranties. The Government will provide access to records concerning all Government warranties affected by this contract to the contractor. The Government records contain information on Government owned property, and equipment that are under warranty and used, managed, or supported under this Contract. Records will identify the item, the nature and expiration of the warranty, and the name and location of the firm to contact about entitlement under the warranty. The contractor shall provide the Government copies of warranty records on any items of equipment or corrected items to which the Government will take title or which will be installed on Government property. 4.7.21 Warranties on contractor acquired property (CAP). If provided by the manufacturer, the contractor shall obtain the manufacturer's warranty for all CAP. Workmanship associated with manufacturer installed equipment shall be warranted under the terms of the manufacturer’s warranty. The contractor shall maintain files for written warranties, including the name, address, and telephone number of the representative, who will provide the services prescribed by the terms of the warranty. At the time of installation, the contractor shall tag the equipment with a durable oil and water resistant tag to show the equipment type, date of installation, warranty period, and contract number. 4.7.22 Insurance -- Work on a Government Installation. The Contractor shall, at its own expense, provide and maintain insurance during the entire performance of this contract. The contractor shall provide proof of general liability insurance and other applicable insurance IAW FAR 28.307-2. Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained.

Page 20 of 36

SECTION V 5.0 APPENDICES & EXHIBITS The Government will make all publications, forms, references and report formats listed available. Publications can be accessed online at http://www.e-publishing.af.mil/. Supplements or amendments to listed publication from any organizational level may be issued during the life of the contract. The contractor shall immediately implement those changes in publications, which result in a decrease, or no change in the contract price. Prior to implementing any such revision, supplement, or amendment that will result in an increase in contract price, the contractor shall submit to the Contracting Officer a price proposal and obtain prior approval. Price proposals shall be submitted within 15 calendar days from the date the contractor receives notice of the revision, supplement, or amendment giving rise to the increase in cost of performance. Changes in the contract price due to supplements and amendments shall be considered under the FAR 52.212-4, Contract Terms and Conditions—Commercial Items clause. Failure of the contractor to submit a price proposal within 15 calendar days from the date of receipt of any change shall entitle the Government to performance in accordance with such change, at no increase in contract price.

Page 21 of 36

APPENDIX 1

DEFINITIONS, ABBREVIATIONS, AND ACRONYMS

DEFINITIONS: Acceptance. The act of an authorized representative of the Government by which the Government assumes for itself, or as agent for another, ownership of existing and identified supplies tendered or approves specific service rendered, as partial or complete performance of the contract on the part of the contractor. Alternate Contracting Officer’s Representative. Certain authorized representatives of the contracting officer acting within the limits of their authority as delegated by the contracting officer. As-Built(s). The term as-built, as-builts, or as-built drawings refer to any design, contract, or as-built drawings that reflect the construction of real property or improvement to real property. As-built drawings may or may not be certified. Associated Component. An element composing part of a construction or system. Those parts of a job that are joined or connected to the system to make it whole. For example, bricks and mortar are elements of every masonry wall. Acceptable Quality Limit (AQL). The worst tolerable process that is still considered acceptable; that is, it is at an acceptable quality level. Contract Administrator (CA). The individual within the contracting office who performs the day-to-day administration of the contract. The contract administrator may also be the contracting officer. Contracting Officer (CO). The duly appointed Government agent authorized to award or administer contracts. The contracting officer is the only person authorized to contractually obligate the Government. Contracting Officer Representative (COR). Individual who monitors a contractor on a daily basis and who is involved in every aspect of a contract to ensure the contractor is in compliance with the contract. Corrective Action Report (CAR). Used to document unacceptable performance by the contractor. Defect. Any non-conformance with requirements specified in the contract. Defective Service. A service output that does not meet the standard of performance specified in the contract for that service. Emergency Corrective Maintenance. Work required to eliminate a hazardous condition to life, health and safety of personnel and property that is detrimental to the mission or reduces operational effectiveness. Facility. A building, structure, utility system, pavement, and underlying land or portion thereof and other improvement or asset that has been provided a unique facility number and is contained in the Real Property Inventory as a separate entry listing. This includes all installed equipment and building components.

Page 22 of 36

Performance Objective. The outcome associated with successful contract performance in a specific area. This is a critical success factor in achieving the organization’s mission, vision and strategy which, if not achieved, would likely result in a significant decrease in customer satisfaction or risk mission failure. Obtaining multi-services/sub-services performed at a certain measurable standard and consistently ensuring success in achieving the objectives critical to the mission. Performance Threshold. The minimum AQL performance level of a performance objective required by the Government. Quality Assurance (QA). Those actions taken by the Government to assure services meet the requirements of the Performance Work Statement (PWS). Quality Control (QC). Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. Services Summary (SS). A summary of the performance objective and performance threshold required by the Government in concessionaire performance. Also known as a Performance Requirements Summary or Services Delivery Summary or Performance Requirements Document. Standard. An exact value, a physical entity, or an abstract concept, established and defined by authority, custom, or common consent to serve as a reference, model, or rule in measuring quantities or qualities, establishing practices or procedures, or evaluating results: a fixed quantity or quality or a defined measure of comparison. ACRONYMS: AFI Air Force Instruction AFOSH Air Force Occupational Safety and Health CO Contracting Officer COR Contracting Officer Representative DV Distinguished Visitor IAW In Accordance With PM Preventive Maintenance OPM Office of Personnel Management POC Point of Contact

Page 23 of 36

APPENDIX 2

APPLICABLE PUBLICATIONS AND FORMS Publications and forms that apply to the PWS are listed below. The publications and forms have been coded as "M" (Mandatory) or "A" (Advisory). The contractor is obligated to follow those publications and use those forms coded as mandatory to the extent specified in other sections of the PWS. The contractor shall be guided by those publications or use those forms coded advisory to the extent necessary to accomplish requirements in the Performance Work Statement. The appropriate web sites are listed below to obtain all publications and forms listed. Supplements or amendments to listed publications from any organizational level may be issued during the life of the contract. The contractor shall immediately implement those changes in publications. DoD Directives, Instructions, and Forms may be located at http://www.dtic.mil/whs/directives. Air Force publications and forms may be accessed at http://www.e-publishing.af.mil.

PUBLICATION DATE TITLE CODE 29 CFR current Code of Federal Regulations: General Industry M 40 CFR Part 63

current Code of Federal Regulations: Protection of Environment

M

AFI 91-203 15 June 2012 Air Force Consolidated Occupational Safety Instruction

M

ANSI C2 current National Electrical Safety Code M NFPA current 2015 NFPA 85 Boiler and Combustion Hazards Code M 5 U.S.C. 552/DoD 5400.7-R/AFMAN 33-302

21 Oct 10, Ch 2 of 22

Jan 15

Freedom of Information Act Program M

OSHA current Occupational Safety and Health Act M AFI 32-1054 4.5 thru end

07 Nov 14 Corrosion Control M

AFI 32-1068 All

18 Sep 14 Heating Systems and Unfired Pressure Vessels M

Engineering Technical Letter (ETL) 11-25 See Attached

08 Aug 2011 Implementation of Major and Area Source Rules as Applied to Boiler Tune-ups and Energy Assessments for the Boiler MACT Rule

M

Page 24 of 36

APPENDIX 3

DELIVERABLES

Deliverables. Below is a list of deliverables under this contract to be sent to the COR.

PWS Paragraph Reference

Deliverables Office

Support Area

Title Delivery Date/Description

1.5.4 773 CES/CEOES Technical Weekly Status Report for Parts and Materials on Order

Weekly

1.5.3 773 CES/CEOES Technical Weekly Corrective Maintenance Completion Status

Weekly

1.5.2 773 CES/CEOES Technical PM Schedules Monthly before work is performed

1.5.2 773 CES/CEOES Technical Updated PM Schedule Minimum of one (1) week in advance of change

1.5.2 773 CES/CEOES Technical Weekly PM Completion Status Weekly 1.5.2 773 CES/CEOES Technical PM Task Lists or Maintenance

Action Sheets Within 30 days of contract award and; Annually

773 CES/CEOES Technical Updated RPIE/RPSE lists Quarterly 1.5 773 CES/CEOES Technical Signed & Dated PM Log Books As PM completes 1.5 773 CES/CEOES Technical Steam Chemical Water

Treatment Reports Monthly

1.5 773 CES/CEOES Technical Flue Gas Stack Analysis

Printed reports from test equipment Annually required

1.5 773 CES/CEOES Technical Glycol PH Levels Test

Annual (or as requested or after major corrective maintenance)

1.5 773 CES/CEOES Technical CSD-1 Safety Inspection Annual 1.5 773 CES/CEOES Technical Backflow Testing & Inspection Annual 1.5 773 CES/CEOES Technical

Log Books (located in Mechanical Room)

Upon completion of each individual log book. (Submit to COR once completely filled.)

4.2.1 773 CES/CEOES Management POC Information Within two (2) business days after the contract start date

4.2.3 773 CES/CEOES Management Personnel Roster Initial, within two (2) business days after the contract start date and with each revision

2.3 773 CES/CEOES Management Management/Quality Control Plan

Initial and with each revision

1.5 773 CES/CEOES Technical Boiler Status Report Annually, at the end of each contract/option year.

Data/Reports. The Government has unlimited rights to all deliverables of this contract. Reports shall be compatible with current Government CMMS.

Weekly Parts and Materials on Order Status Report.

Weekly Corrective Maintenance Completion Status Report to include labor hours, material cost, and equipment showing completion dates of Corrective Maintenance and QC report.

Page 25 of 36

PM Schedules showing what type of PM will be performed, and when and where PM will be performed. Report shall be submitted monthly before work is performed.

Update PM Schedule showing changes. The report shall be submitted a minimum of one (1) week in advance of the change.

The weekly PM Completion Status Report to include labor hours, material cost, and equipment showing completion dates of PM and QC report.

PM Task Lists or Maintenance Action Sheets shall have a checklist of maintenance actions to be performed, time duration and size of crew to perform PM

Updated RPIE/RPSE lists showing changes to equipment. The report shall be submitted quarterly.

Signed and dated PM Log Books giving a brief description of the work performed. 

The Technical Library shall be kept current as new materials are released.

POC information shall be submitted to include the name, address, telephone number.

Personnel roster shall consist of names and other pertinent personnel data to the requiring activity for the purposes of 100% accountability real-world and exercise situations. The personnel roster shall be updated as individuals are removed and added. The contractor shall develop contingency plans to provide reasonable assurance of continuation of services during crisis conditions.

The contractor shall establish and maintain a current work documentation log on site for each major functional area. The contractor shall ensure that each work documentation log contains the following minimum information:

o Corrective Maintenance number o Date/time of document initiation o Person initiating document o Person accepting document o Work item(s) requested o Follow-up date(s)/time(s) and point of contact (POC) o Date/time of document closeout

The contractor shall document all work accomplished on the service order form to include: o Work performed o Hours worked o Dates for status changes o Material requests o Name of employee of performing work

Page 26 of 36

APPENDIX 4

WORKLOAD DATA

The following provides the best available inventory of major equipment for the purposes of developing workload estimates. Please note that ancillary equipment is not included in these tables.

Major Boiler Equipment Inventory, JBER Elmendorf

Description Quantity

Boilers less than 500 MBH (Steam) 66

Boilers Greater than 500 less than 1000 MBH (Steam) 47

Boilers Greater than 1000 MBH (Steam) 100

Furnace 1

Hot Water Heaters (Steam) 28

Unit Heaters (Gas) 28

Air Compressor 1

Water Softener 1

Page 27 of 36

Major Boiler Equipment Inventory, JBER Elmendorf (Detail) Facility No. Equipment Manufacturer Model No. Type Capacity

2204 Boiler Burnham V-1111 Low Pressure Steam

2154 MBH

2204 Boiler Burnham V-1111 Low Pressure Steam

2154 MBH

2204 Hot Water Heater Lochinvar DHW TNR250-100 Low Pressure Steam

100 GL

2204A Boiler Burnham V-906A Low Pressure Steam

808 MBH

2204A Boiler Burnham V-906A Low Pressure Steam

808 MBH

2212 Boiler Burnham IN7 Low Pressure Steam

150 MBH

2212 Boiler Burnham IN7 Low Pressure Steam

150 MBH

2218 Boiler Burnham IN12 Hydronic 276 MBH

2218 Boiler Burnham IN12 Hydronic 276 MBH

2218 Boiler Burnham IN5 Hydronic 100 MBH

4109 Boiler LAARS unknown Low Pressure Steam

4551 MBH

4109 Boiler LAARS unknown Low Pressure Steam

4551 MBH

4109 Boiler LAARS unknown Low Pressure Steam

4551 MBH

4109 Boiler LAARS unknown Low Pressure Steam

4551 MBH

4109 Boiler LAARS unknown Low Pressure Steam

4551 MBH

4109 Boiler LAARS unknown Low Pressure Steam

4551 MBH

4109 Boiler LAAR DHW NTV150NXN3 Low Pressure Steam

4551 MBH

4241 Boiler unknown KV1121WLL Low Pressure Steam

4551 MBH

4241 Boiler unknown KV1121WLL Low Pressure Steam

4551 MBH

4251 Boiler Burnham V1123 Low Pressure Steam

4551 MBH

4251 Boiler Burnham V1123 Low Pressure Steam

4551 MBH

5126 Boiler Burnham V-903A Low Pressure Steam

347 MBH

5126 Boiler Burnham V-903A Low Pressure Steam

347 MBH

5126 Hot Water Heater Lochinvar DHW RWN090PM Low Pressure Steam

90 GL

5201 Boiler Burnham IN8NI unknown 202 MBH

5201 Boiler Burnham IN8NI unknown 202 MBH

5223 Boiler Burnham V-905A Low Pressure Steam

646 MBH

5223 Boiler Burnham V-905A Low Pressure Steam

646 MBH

Page 28 of 36

5250 Boiler Burnham V1120 Low Pressure Steam

3957 MBH

5250 Boiler Burnham V1120 Low Pressure Steam

3957 MBH

5253 Boiler Burnham V903A Low Pressure Steam

347 MBH

5253 Boiler Burnham V903A Low Pressure Steam

347 MBH

5257 Boiler Burnham V1118 Low Pressure Steam

3580 MBH

5257 Boiler Burnham V1118 Low Pressure Steam

3580 MBH

5329 Boiler Burnham KIN-11LNI-LL2 STEAM 200 MBH

5329 Boiler Burnham KIN-11LNI-LL2 STEAM 200 MBH

5333 Boiler Burnham V908A Low Pressure Steam

1110 MBH

5333 Boiler Burnham V908A Low Pressure Steam

1110 MBH

5385 Boiler Burnham V-906A Low Pressure Steam

808 MBH

5385 Boiler Burnham V-906A Low Pressure Steam

808 MBH

6104 Boiler LAARs Condensing

NTH850NJX3 HYDRONIC 850 MBH

6104 Boiler LAARs Condensing

NTH850NJX3 HYDRONIC 850 MBH

6104 Boiler LAARs Condensing

NTH850NJX3 HYDRONIC 850 MBH

6136 Boiler Burnham V-911A Low Pressure Steam

1714 MBH

6136 Boiler Burnham V-911A Low Pressure Steam

1714 MBH

6210 Boiler Burnham V-904A Low Pressure Steam

483 MBH

6210 Boiler Burnham V-904A Low Pressure Steam

483 MBH

6211 Boiler unknown 5L-250 unknown 250 MBH

6211 Boiler unknown 5L-250 unknown 250 MBH

6211 Boiler unknown 5L-250 unknown 250 MBH

6252 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6252 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6252 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6252 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6230 Boiler Burnham V-906A Low Pressure Steam

808 MBH

6230 Boiler Burnham V-906A Low Pressure Steam

808 MBH

6253 Boiler Burnham V-909A Low Pressure Steam

1342 MBH

6253 Boiler Burnham V-909A Low Pressure Steam

1342 MBH

Page 29 of 36

6254 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6254 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6254 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6254 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6256 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6256 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6256 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6256 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6258 Boiler Burnham KIN11LNI-LL2 STEAM 200 MBH

6258 Boiler Burnham KIN11LNI-LL2 STEAM 200 MBH

6258 Unit Heater Burnham PD100 Gas Unit Heater 200 MBH

6260 Boiler Burnham V1117 Low Pressure Steam

3353 MBH

6260 Boiler Burnham V1117 Low Pressure Steam

3353 MBH

6262 Boiler Burnham KIN11LNI-LL2 STEAM 200 MBH

6262 Boiler Burnham KIN11LNI-LL2 STEAM 200 MBH

6263 Boiler Burnham V-1119A Low Pressure Steam

3739 MBH

6263 Boiler Burnham V-1119A Low Pressure Steam

3739 MBH

6263 Boiler Burnham V-1119A Low Pressure Steam

3739 MBH

6263 Boiler Burnham V-1119A Low Pressure Steam

3739 MBH

6263 Hot Water Heater Lochinvar DHW CWN0645PM Low Pressure Steam

645 MBH

6263 Hot Water Heater Lochinvar DHW CWN0645PM Low Pressure Steam

645 MBH

6264 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6264 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6264 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6264 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6266 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6266 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6266 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6266 Unit Heater unknown PD100 Gas Unit Heater 100 MBH

6315 Boiler Burnham V-907A Low Pressure Steam

959 MBH

6315 Boiler Burnham V-907A Low Pressure Steam

959 MBH

6326 Boiler Burnham V-909 Low Pressure Steam

1342 MBH

6326 Boiler Burnham V-909 Low Pressure Steam

1342 MBH

6346 Boiler LAARs Condensing

NTH850NJX3 HYDRONIC 850 MBH

Page 30 of 36

6346 Boiler LAARs Condensing

NTH850NJX3 HYDRONIC 850 MBH

7079 Boiler Burnham V-1110 Low Pressure Steam

1941MBH

7079 Boiler Burnham V-1110 Low Pressure Steam

1941 MBH

7079 Hot Water Heater Lochinvar DHW CWN0745PM Low Pressure Steam

745 MBH

7079 Hot Water Heater Lochinvar DHW CWN0745PM Low Pressure Steam

745 MBH

7113 Boiler Burnham V-906A Low Pressure Steam

808 MBH

7113 Boiler Burnham V-906A Low Pressure Steam

808 MBH

7113 Hot Water Heater Lochinvar DHW CWN0495PM Low Pressure Steam

495 MBH

7113 Hot Water Heater Lochinvar DHW CWN0495PM Low Pressure Steam

495 MBH

7122 Boiler Burnham V-911 Low Pressure Steam

1714 MBH

7122 Boiler Burnham V-911 Low Pressure Steam

1714 MBH

7137 Boiler LAARs Condensing

NTH285NXX3 HYDRONIC 285 MBH

7137 Boiler LAARs Condensing

NTH285NXX3 HYDRONIC 285 MBH

7148 Boiler Burnham V-909A Low Pressure Steam

1342 MBH

7148 Boiler Burnham V-909A Low Pressure Steam

1342 MBH

7153 Boiler Burnham V1119 Low Pressure Steam

3739 MBH

7153 Boiler Burnham V1119 Low Pressure Steam

3739MBH

7153 Hot Water Heater Lochinvar DHW CWN0745PM Low Pressure Steam

745 MBH

7153 Hot Water Heater Lochinvar DHW CWN0745PM Low Pressure Steam

745 MBH

7163 Boiler Burnham V-906 Low Pressure Steam

808 MBH

7163 Boiler Burnham V-906 Low Pressure Steam

808 MBH

7176 Boiler Burnham V-911A Low Pressure Steam

1714 MBH

7176 Boiler Burnham V-911A Low Pressure Steam

1714 MBH

7179 Boiler Burnham V1120 Low Pressure Steam

3957 MBH

7179 Boiler Burnham V1120 Low Pressure Steam

3957 MBH

7179 Hot Water Heater Lochinvar DHW CWN0745PM Low Pressure Steam

745 MBH

7179 Hot Water Heater Lochinvar DHW CWN0745PM Low Pressure Steam

745 MBH

Page 31 of 36

7181 Boiler Burnham V-906 Low Pressure Steam

808 MBH

7181 Boiler Burnham V-906 Low Pressure Steam

808 MBH

7228 Boiler Burnham V-909A Low Pressure Steam

1342 MBH

7228 Boiler Burnham V-909A Low Pressure Steam

1342 MBH

7250 Boiler Burnham KIN11LNI-LL2 STEAM 200 MBH

7250 Boiler Burnham KIN11LNI-LL2 STEAM 200 MBH

7265 Boiler Burnham IN3NI unknown 51 MBH

7265 Boiler Burnham IN3NI unknown 51 MBH

7265 Unit Heater unknown HD750134 GAS UNIT HEATERS

750 MBH

7271 Boiler Burnham V-908A Low Pressure Steam

1110 MBH

7271 Boiler Burnham V-908A Low Pressure Steam

1110 MBH

7301 Boiler Burnham V-911A Low Pressure Steam

1714 MBH

7301 Boiler Burnham V-911A Low Pressure Steam

1714 MBH

7309 Boiler LAARs Condensing

NTH850NJX2 HYDRONIC 850 MBH

7309 Boiler LAARs Condensing

NTH850NJX2 HYDRONIC 850 MBH

7377 Boiler Burnham V-907A Low Pressure Steam

959 MBH

7377 Boiler Burnham V-907A Low Pressure Steam

959 MBH

7508 Boiler Burnham KIN11LNI-LL2 STEAM 200 MBH

7508 Boiler Burnham KIN11LNI-LL2 STEAM 200 MBH

7535 Boiler Burnham V-1110 Low Pressure Steam

1941 MBH

7535 Boiler Burnham V-1110 Low Pressure Steam

1941 MBH

7535 Hot Water Heater Lochinvar DHW CWN0645PM Low Pressure Steam

645 MBH

8088 Boiler Burnham V-1116 Low Pressure Steam

3129 MBH

8088 Boiler Burnham V-1116 Low Pressure Steam

3129 MBH

8088 Hot Water Heater Lochinvar DHW CWN0645PM Low Pressure Steam

645 MBH

8113 Boiler Burnham V-909A Low Pressure Steam

1342 MBH

8113 Boiler Burnham V-909A Low Pressure Steam

1342 MBH

8124 Boiler Burnham KIN12LNI-LL2 STEAM 250 MBH

8124 Boiler Burnham KIN12LNI-LL2 STEAM 250 MBH

8197 Boiler Burnham V-903A Low Pressure Steam

347 MBH

Page 32 of 36

8197 Boiler Burnham V-903A Low Pressure Steam

347 MBH

8199 Boiler Burnham KIN10LNI-LL2 Low Pressure Steam

250 MBH

8199 Boiler Burnham KIN10LNI-LL2 Low Pressure Steam

250 MBH

8237 Boiler Burnham V-910A Low Pressure Steam

1528 MBH

8237 Boiler Burnham V-910A Low Pressure Steam

1528 MBH

8288 Boiler Burnham V-1111 Low Pressure Steam

2154 MBH

8288 Boiler Burnham V-1111 Low Pressure Steam

2154 MBH

8306 Boiler Burnham IN9NI Low Pressure Steam

231 MBH

8306 Boiler Burnham IN9NI Low Pressure Steam

231 MBH

8317 Boiler Burnham IN9NI Low Pressure Steam

231 MBH

8317 Boiler Burnham IN9NI Low Pressure Steam

231 MBH

8326 Boiler Burnham V1113 Low Pressure Steam

2503 MBH

8326 Boiler Burnham V1113 Low Pressure Steam

2503 MBH

8364 Boiler Burnham V-904A Low Pressure Steam

483 MBH

8364 Boiler Burnham V-904A Low Pressure Steam

483 MBH

8378 Boiler Burnham V-907A Low Pressure Steam

959 MBH

8378 Boiler Burnham V-907A Low Pressure Steam

959 MBH

8378 Hot Water Heater Lochinvar DHW CWN0645PM Low Pressure Steam

645 MBH

8378 Hot Water Heater Lochinvar DHW CWN0645PM Low Pressure Steam

645 MBH

8450 Boiler Burnham IN9NI unknown 231 MBH

8450 Boiler Burnham IN9NI unknown 231 MBH

8450 Hot Water Heater Lochinvar DHW CWN0495PM Low Pressure Steam

495 MBH

8481 Furnace Reznor CAUA400-2 Split-Sys 400 MBH

8515 Boiler Burnham V-1111 Low Pressure Steam

2154 MBH

8515 Boiler Burnham V-1111 Low Pressure Steam

2154 MBH

8517 Boiler Burnham V-1119 Low Pressure Steam

3739 MBH

8517 Boiler Burnham V-1119 Low Pressure Steam

3739 MBH

8535 Boiler Burnham IN9NI unknown 231 MBH

8535 Boiler Burnham IN9NI unknown 231 MBH

Page 33 of 36

8549 Boiler Burnham V-905A Low Pressure Steam

646 MBH

8549 Boiler Burnham V-905A Low Pressure Steam

646 MBH

8559 Boiler LAARS NTH850NJX3 HYDRONIC 850 MBH

8559 Boiler LAARS NTH850NJX3 HYDRONIC 850 MBH

8565 Boiler Burnham V1114 Low Pressure Steam

2730 MBH

8565 Boiler Burnham V1114 Low Pressure Steam

2730 MBH

8574 Boiler Burnham V-903A Low Pressure Steam

347 MBH

8574 Boiler Burnham V-903A Low Pressure Steam

347 MBH

8574 Hot Water Heater Lochinvar DHW LNR065050 Low Pressure Steam

65 GL

9268 Boiler Burnham V904A Low Pressure Steam

483 MBH

9268 Boiler Burnham V904A Low Pressure Steam

483 MBH

9311 Boiler Burnham V-911A Low Pressure Steam

1714 MBH

9311 Boiler Burnham IN5PVNI-M2 Low Pressure Steam

1714 MBH

9311 Boiler Burnham IN5PVNI-M2 Low Pressure Steam

1714 MBH

9327 Boiler Burnham V-907A Low Pressure Steam

959 MBH

9327 Boiler Burnham V-907A Low Pressure Steam

959 MBH

9336 Boiler Burnham V-906A Low Pressure Steam

808 MBH

9336 Boiler Burnham V-906A Low Pressure Steam

808 MBH

9341 Boiler Burnham V903A Low Pressure Steam

347 MBH

9341 Boiler Burnham V903A Low Pressure Steam

347 MBH

9361 Boiler Aerco AERCOBMK2.0CP

unknown 400 MBH

9361 Boiler Aerco AERCOBMK2.0CP

unknown 400 MBH

9361 Hot Water Heater Lochinvar DHW CWN1796PM Low Pressure Steam

1796 MBH

9361 Hot Water Heater Lochinvar DHW CWN1796PM Low Pressure Steam

1796 MBH

9387 Boiler Burnham V1114 Low Pressure Steam

2730 MBH

9387 Boiler Burnham V1114 Low Pressure Steam

2730 MBH

9387 Hot Water Heater Lochinvar DHW CWN1796PM Low Pressure Steam

1796 MBH

9477 Boiler Burnham IN9NI unknown 231 MBH

Page 34 of 36

9477 Boiler Burnham IN9NI unknown 231 MBH

9480 Boiler Burnham V1118 Low Pressure Steam

3580 MBH

9480 Boiler Burnham V1118 Low Pressure Steam

3580 MBH

9480 Boiler Burnham V1118 Low Pressure Steam

3580 MBH

9497 Boiler Burnham V-911A Low Pressure Steam

1714 MBH

9497 Boiler Burnham V-911A Low Pressure Steam

1714 MBH

9510 Boiler Burnham V1123 Low Pressure Steam

4551 MBH

9510 Boiler Burnham V1123 Low Pressure Steam

4551 MBH

9510 Boiler Burnham V1123 Low Pressure Steam

4551 MBH

9549 Boiler Burnham V908A Low Pressure Steam

1110 MBH

9549 Boiler Burnham V908A Low Pressure Steam

1110 MBH

9551 Boiler Burnham V905A Low Pressure Steam

646 MBH

9551 Boiler Burnham V905A Low Pressure Steam

646 MBH

9559 Boiler Burnham IN5NI unknown 115 MBH

9569 Boiler Burnham V-908A Low Pressure Steam

1110 MBH

9569 Boiler Burnham V-908A Low Pressure Steam

1110 MBH

10286 Boiler Burnham V-910A Low Pressure Steam

1528 MBH

10286 Boiler Burnham V-910A Low Pressure Steam

1528 MBH

10306 Boiler Burnham IN9NI unknown 231 MBH

10306 Boiler Burnham IN9NI unknown 231 MBH

10369/10364

Boiler Burnham V-910A Low Pressure Steam

1528 MBH

10369/10364

Boiler Burnham V-910A Low Pressure Steam

1528 MBH

10427 Boiler Burnham V-906A Low Pressure Steam

808 MBH

10427 Boiler Burnham V-906A Low Pressure Steam

808 MBH

10435 Boiler Burnham V905A Low Pressure Steam

646 MBH

10435 Boiler Burnham V905A Low Pressure Steam

646 MBH

10437 Boiler Burnham V-906A Low Pressure Steam

808 MBH

10437 Boiler Burnham V-906A Low Pressure Steam

808 MBH

Page 35 of 36

10441 Boiler Burnham V-906A Low Pressure Steam

808 MBH

10441 Boiler Burnham V-906A Low Pressure Steam

808 MBH

10471 Boiler Burnham V-1116 Low Pressure Steam

3129 MBH

10471 Boiler Burnham V-1116 Low Pressure Steam

3129 MBH

10471 Hot Water Heater Lochinvar DHW CWN0495PM Low Pressure Steam

495 MBH

10471 Hot Water Heater Lochinvar DHW CWN0495PM Low Pressure Steam

495 MBH

10480 Boiler Burnham V-1116 Low Pressure Steam

3129 MBH

10480 Boiler Burnham V-1116 Low Pressure Steam

3129 MBH

10480 Hot Water Heater Lochinvar DHW CWN0495PM Low Pressure Steam

495 MBH

10480 Hot Water Heater Lochinvar DHW CWN0495PM Low Pressure Steam

495 MBH

10488 Boiler Burnham V-903A Low Pressure Steam

347 MBH

10488 Boiler Burnham V-903A Low Pressure Steam

347 MBH

10555 Boiler Burnham IN8NI unknown 202 MBH

10555 Boiler Burnham IN8NI unknown 202 MBH

10571 Boiler LAARS NTH850NJX3 Low Pressure Steam

4174 MBH

10571 Boiler LAARS NTH850NJX3 Low Pressure Steam

4174 MBH

10571 Hot Water Heater Lochinvar DHW CWN1796PM Low Pressure Steam

1796 MBH

11415 Boiler Burnham V-910A Low Pressure Steam

1528 MBH

11415 Boiler Burnham V-910A Low Pressure Steam

1528 MBH

11415 Hot Water Heater Lochinvar DHW CWN0495PM Low Pressure Steam

495 MBH

11519 Unit Heater unknown PD308A0111 Gas Unit Heater 400 MBH

11519 Unit Heater unknown PD308A0111 Gas Unit Heater 400 MBH

11519 Unit Heater unknown PD308A0111 Gas Unit Heater 400 MBH

11523 Unit Heater unknown PD308A0111 Gas Unit Heater 400 MBH

11523 Unit Heater unknown PD308A0111 Gas Unit Heater 400 MBH

11523 Unit Heater unknown PD308A0111 Gas Unit Heater 400 MBH

11525 Boiler Burnham V-1119 Low Pressure Steam

3739 MBH

11525 Boiler Burnham V-1119 Low Pressure Steam

3739 MBH

11525 Hot Water Heater Lochinvar DHW CWN1796PM Low Pressure Steam

1796 MBH

11535 Boiler Burnham V909A Low Pressure Steam

1342 MBH

Page 36 of 36

11535 Boiler Burnham V909A Low Pressure Steam

1342 MBH

11550/11540

Boiler Burnham IN9NI unknown 231 MBH

11550/11540

Boiler Burnham IN9NI unknown 231 MBH

11550/11540

Boiler Burnham IN9NI unknown 231 MBH

11575 Boiler Burnham V905A unknown 646 MBH

11575 Boiler Burnham V905A unknown 646 MBH