IFB W912BU21B0004

US Army Corps of Engineers Philadelphia District

Miscellaneous Repairs Chesapeake City Bridge

Chesapeake City, Maryland

Construction Solicitation and Specifications

15 June 2021 This page was intentionally left blank for duplex printing.

INVITATION NO. W912BU21B0004

PHILADELPHIA DISTRICT CORPS OF ENGINEERS

INVITATION FOR BIDS FOR

MISCELLANEOUS REPAIRS CHESAPEAKE CITY BRIDGE

CHESAPEAKE CITY, MARYLAND

I. NOTE THE AFFIRMATIVE ACTION REQUIREMENT OF THE EQUAL OPPORTUNITY CLAUSE WHICH MAY APPLY TO THE CONTRACT RESULTING FROM THIS SOLICITATION.

II. BIDDERS ARE REQUIRED TO COMPLETE THE REPRESENTATION AND CERTIFICATIONS PORTION OF SECTION 00 45 00 OF THIS SOLICITATION AND SUBMIT THIS WITH THEIR OFFER.

III. PROSPECTIVE BIDDERS ARE INVITED TO VISIT THE SITE TO ACQUAINT THEMSELVES WITH THE SITE CONDITIONS AND ANY PROBLEMS INCIDENT TO THE PROSECUTION OF THE WORK. THE SITE VISIT WILL BE HELD ON 22 JUNE 2021. THE SITE VISIT WILL BEGIN AT 10:00 AM AT THE CHESAPEAKE CITY PROJECT Office - &D CANAL 815 BETHEL ROAD, CHESAPEAKE CITY, MARYLAND 21915. ALL THOSE PLANNING TO ATTEND MUST CONTACT MR. MIKE HART VIA EMAIL AT [email protected], PRIOR TO THE SITE VISIT.

15 JUNE 2021 This page was intentionally left blank for duplex printing. SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES AND AWARD X SEALED BID (IFB) 15-Jun-2021 W912BU21B0004 1 OF 41 (Construction, Alteration, or Repair) NEGOTIATED(RFP)

IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NO. 5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO.

7. ISSUED BY CODE W912BU 8. ADDRESS OFFER TO (If Other Than Item 7) CODE US ARMY ENGINEER DISTRICT, PHILADELPHIA CONTRACTING DIVISION WANAMAKER BUILDING See Item 7 100 PENN SQUARE EAST PHILADELPHIA PA 19107-3390

TEL: FAX: TEL: FAX: 9. FOR INFORMATION A. NAME B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) CALL: CHELEY AUGUSTE 215-656-6771

SOLICITATION NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS(Title, identifying no., date):

PROJECT TITLE: CHESAPEAKE CITY BRIDGE MISCELLANEOUS REPAIRS, CHESAPEAKE CITY, MD.

PROJECT DESCRIPTION: This project will consist of all multiple repairs and maintenance activities necessary for the repair of the Chesapeake City Bridge. Repairs will include replacement and repainting of severely deteriorated and corroded primary steel members near leaky deck joints, lateral bracing connection plates, main span arch ribs and gusset plates.

TYPE OF CONTRACT: FIRM FIXED PRICE.

NAICS CODE: 237310.

SIZE STANDARDS: $30 MILLION.

FULL AND OPEN COMPETITION UNRESTRICTED.

BID OPENING DATE: 15 JULY 2021 AT 11:00AM EST.

11. The Contractor shall begin performance within ______10 calendar days and complete it within ______365 calendar days after receiving award, X notice to proceed. This performance period is X mandatory, negotiable. (See ______FAR 52.211-10 .) 12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? 12B. CALENDAR DAYS (If "YES," indicate within how many calendar days after award in Item 12B.) 365 X YES NO 13. ADDITIONAL SOLICITATION REQUIREMENTS: A. Sealed offers in original and ______1 copies to perform the work required are due at the place specified in Item 8 by ______11:00 AM (hour) local time ______15 Jul 2021 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due. B. An offer guarantee X is, is not required. C. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. D. Offers providing less than ______90 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85) Prescribed by GSA FAR (48 CFR) 53.236-1(e) SOLICITATION, OFFER, AND AWARD (Continued) (Construction, Alteration, or Repair) OFFER (Must be fully completed by offeror) 14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code) 15. TELEPHONE NO. (Include area code)

16. REMITTANCE ADDRESS (Include only if different than Item 14)

See Item 14

CODE FACILITY CODE

17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of this solicitation, if this offer is accepted by the Government in writing within ______calendar days after the date offers are due. (Insert any number equal to or greater than the minimum requirements stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.)

AMOUNTS SEE SCHEDULE OF PRICES

18. The offeror agrees to furnish any required performance and payment bonds. 19. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

AMENDMENT NO.

DATE

20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN 20B. SIGNATURE 20C. OFFER DATE OFFER (Type or print)

AWARD (To be completed by Government) 21. ITEMS ACCEPTED:

22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO (4 copies unless otherwise specified) 10 U.S.C. 2304(c) 41 U.S.C. 253(c)

26. ADMINISTERED BY CODE 27. PAYMENT WILL BE MADE BY: CODE

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE 28. NEGOTIATED AGREEMENT (Contractor is required to sign this 29. AWARD (Contractor is not required to sign this document.) document and return ______copies to issuing office.) Contractor agrees Your offer on this solicitation, is hereby accepted as to the items listed. This award con- to furnish and deliver all items or perform all work, requisitions identified summates the contract, which consists of (a) the Government solicitation and on this form and any continuation sheets for the consideration stated in this your offer, and (b) this contract award. No further contractual document is contract. The rights and obligations of the parties to this contract shall be necessary. governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications or incorporated by refer- ence in or attached to this contract. 30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED 31A. NAME OF CONTRACTING OFFICER (Type or print) TO SIGN (Type or print)

TEL: EMAIL: 30B. SIGNATURE 30C. DATE 31B. UNITED STATES OF AMERICA 31C. AWARD DATE BY

NSN 7540-01-155-3212 STANDARD FORM 1442 BACK (REV. 4-85) W912BU21B0004

Page 3 of 41

Section 00 10 00 - Solicitation

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE

This page was intentionally left blank for duplex printing.

IFB W912BU21B0004

BIDDING SCHEDULE (To be attached to SF 1442)

Item Estimated Unit Estimated No. Description Quantity Unit Price Amount

BASE BID:

1. Traffic Control 1 JOB LS $ ______

2. Structural Steel Repairs 2a. Repair “A” 13 EA $______$ ______2b. Repair “B” 24 EA $______$ ______2c. Repair “C” 45 EA $______$ ______2d. Repair “D” 4 EA $______$ ______2e. Repair “E” 9 EA $______$ ______2f. Repair “F” 4 EA $______$ ______2g. Repair “G” 3 EA $______$ ______2h. Repair “H” 1 EA $______$ ______

3. Deck Joint Seal Replacement 32 EA $______$ ______

4. Finger Joint Trough Replacement 7 EA $______$ ______

5. North Approach Concrete Pier Repairs 2,853 SF $______$ ______

6. South Approach Concrete Pier Repairs 3,346 SF $______$ ______

7. Overlay South Approach Slab 1 JOB LS $ ______

8. Steel Painting South Approach Piers 51,750 SF $______$ ______

9. Steel Painting North Approach Piers 40,250 SF $______$ ______

TOTAL ESTIMATED BID AMOUNT $ ______

OPTION 1:

10. Steel Painting Main Span Floorbeams 53,710 SF $______$ ______

TOTAL ESTIMATED BASE BID AND OPTION 1 AMOUNT $ ______

NOTES:

1. Bidders must bid on all items.

00 10 00-3 This page was intentionally left blank for duplex printing. W912BU21B0004

Page 4 of 41

Section 00 21 13 - Instructions to Bidders

INFORMATIONAL TEXT IMPORTANT NOTES REGARDING THIS ACQUISITION:

A. Request for Information (RFI): The Prospective Bidders may submit RFI inquiries relating to the solicitation by email to the following: Cheley Auguste, Contract Specialist: email: [email protected]. RFIs shall be submitted by 11:00 AM EST, 25 June 2021.

The interested offeror may submit any technical questions concerning this IFB at the earliest time possible to enable the Contracting Officer to respond. When submitting your RFI, please provide the project name, location, and solicitation number.

ALL INQUIRIES MUST BE IN WRITINIG. We will also have a conference line available for the bid opening. If you would like to attend by conference line only, a call-in number will be provided ONLY upon request.

MAGNITUDE OF CONSTRUCTION PROJECT

The estimated value of the proposed work is more than $8M.

End of Text

EVIDENCE OF AUTHORITY TO SIGN BIDS/PROPOSALS

Evidence of the authority of individuals signing bids/proposals to submit firm bids/proposals on behalf of the bidder/offeror is required except where the bid/offer is signed, and shows that it is so signed, by: The President, Vice-President, or Secretary of Incorporated bidders; a partner in case of partnership; the owner in the case of sole proprietorships. Failure to submit with the bid satisfactory evidence of authority of all other persons may be cause for rejection of bid as an invalid or non-responsive bid.

End of Text

ARITHMETIC DISCREPANCIES

a. For the purpose of initial evaluation of bids, the following will be utilized in resolving arithmetic discrepancies found on the face of the bidding schedule as submitted by bidder: 1) Obviously misplaced decimal points will be corrected. 2) Discrepancy between unit price and extended price, the unit price will govern. 3) Apparent errors in extension of unit prices will be corrected. 4) Apparent errors in addition of lump-sum and extended prices will be corrected.

b. For the purpose of bid evaluation, the Government will proceed on the assumption that the bidder intends his bid to be evaluated on the basis of the unit prices, the totals arrived at by

W912BU21B0004

Page 5 of 41 resolution of arithmetic discrepancies as provided above and the bid will be so reflected on the abstract of bids. c. These correction procedures shall not be used to resolve any ambiguity concerning which bid is low.

DELIVERY OF BIDS/PROPOSALS

Bids/Proposals shall be delivered in person to the:

Philadelphia District Corps of Engineers Wanamaker Building Cheley Auguste 100 Penn Square East Philadelphia, PA 19107

End of Text

As there will be a limited number of seats available for the public opening, we are requesting each company send only one representative. We require minimum distancing and masks as does the Wanamaker building. Please e-mail [email protected] if you intend to attend and the name of your representative. We will also have a conference line available for the bid opening. If you would like to attend by conference line only, a call in number will be provided ONLY upon request.

SUBMISSION OF INVOICES (a) Original invoices for services performed under the contract will be submitted to and payment will be made by:

Project Manager, Michael Hart

• Contractor's invoice on ENG Form 93, which shall show, in summary form, the basis for arriving at the amount of the invoice. All invoices shall have the contract number listed.

• Contractor's monthly estimate for voucher with an update of the work completed under the contract measured as percent or as specified quantities, with subcontractor and supplier payment certification.

• Prompt payment certification.

• Updated submittal register.

End of Text

W912BU21B0004

Page 6 of 41

WAGE DETERMINATION

A U.S. Department of Labor Wage Determination, has been included.

If a U.S. Department of Labor Wage Determination has not been included, it should be added by amendment prior to the date set for receipt of bids/proposals.

In the event a Department of Labor Wage Rates has not been attached to this contract, neither the contractor nor any subcontractor under the contract shall pay any of his employees performing work under the contract (regardless of whether they are service employees) less than minimum wage specified by Section 6(a) (1) of the Fair Labor Standards Act, as amended.

End of Text

PROCUREMENT CONTRACTING OFFICER Only a warranted Contracting Officer, acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract you shall not proceed with the change and shall immediately notify the Contracting Officer.

This page was intentionally left blank for duplex printing. W912BU21B0004

Page 7 of 41

Section 00 45 00 - Representations and Certifications

CLAUSES INCORPORATED BY FULL TEXT

52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 237310.

(2) The small business size standard is $30M.

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies.

(2) If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes:

( ) Paragraph (d) applies.

( ) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm- fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. This provision applies to all solicitations.

(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

(v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—

(A) Are not set aside for small business concerns;

W912BU21B0004

Page 8 of 41

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.

(vi) 52.204-26, Covered Telecommunications Equipment or Services--Representation. This provision applies to all solicitations.

(vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation.

(viii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.

(ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.

(x) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

(xi) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(xii) 52.219-1, Small Business Program Representations (Basic, Alternates I, and II). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(C) The provision with its Alternate II applies to solicitations that will result in a multiple-award contract with more than one NAICS code assigned.

(xiii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

(xvi) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

(xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

(xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items.

W912BU21B0004

Page 9 of 41

(xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation. This provision applies to solicitations that include the clause at 52.204-7.)

(xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

(xxi) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3.

(A) If the acquisition value is less than $25,000, the basic provision applies.

(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.

(C) If the acquisition value is $50,000 or more but is less than $83,099, the provision with its Alternate II applies.

(D) If the acquisition value is $83,099 or more but is less than $100,000, the provision with its Alternate III applies.

(xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

(xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations.

(xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification. This provision applies to all solicitations.

(xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

[Contracting Officer check as appropriate.]

(i) 52.204-17, Ownership or Control of Offeror.

(ii) 52.204-20, Predecessor of Offeror.

(iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

(iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification.

(v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification.

(vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA- Designated Products (Alternate I only).

(vii) 52.227-6, Royalty Information.

W912BU21B0004

Page 10 of 41

(A) Basic.

(B) Alternate I.

(viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

(d) The Offeror has completed the annual representations and certifications electronically in SAM accessed through https://www.sam.gov. After reviewing the SAM information, the Offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [ offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

------FAR Clause Title Date Change ------

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.

(End of provision)

52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (AUG 2020)

(a)(1) The Offeror certifies, to the best of its knowledge and belief, that-

(i) The Offeror and/or any of its Principals-

(A) Are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;

(B) Have ( ) have not ( ), within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks “have”, the offeror shall also see 52.209-7, if included in this solicitation); and

(C) Are ( ) are not ( ) presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and

(D) Have , have not , within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds the threshold at 9.104-5(a)(2) for which the liability remains unsatisfied.

W912BU21B0004

Page 11 of 41

(1) Federal taxes are considered delinquent if both of the following criteria apply:

(i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.

(ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.

(2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

(ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.

(iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.

(iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).

(ii) The Offeror has ( ) has not ( ), within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.

(2) Principal, for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).

(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible.

(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract

W912BU21B0004

Page 12 of 41 resulting from this solicitation for default.

(End of provision)

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (NOV 2020)

(a) Definitions. As used in this provision--

Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program.

Service-disabled veteran-owned small business concern--

(1) Means a small business concern--

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service- connected, as defined in 38 U.S.C. 101(16).

Small business concern--

(1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (b) of this provision.

(2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103.

Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that--

(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by--

(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and

(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and

W912BU21B0004

Page 13 of 41

(2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.

Veteran-owned small business concern means a small business concern--

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

Women-owned small business concern means a small business concern--

(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and

(2) Whose management and daily business operations are controlled by one or more women.

Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.

(b)(1) The North American Industry Classification System (NAICS) code for this acquisition is ___ --[insert NAICS code].

(2) The small business size standard is ___ --[insert size standard].

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture (i.e., nonmanufacturer), is 500 employees.

(c) Representations. (1) The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ___ ] is, [ ___ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002.

(3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a women-owned small business concern.

(4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that--

(i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___ --.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.

W912BU21B0004

Page 14 of 41

(5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that--

(i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___ --.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.

(6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a veteran-owned small business concern.

(7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a service-disabled veteran- owned small business concern.

(8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that--

(i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and

(ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___ --.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.

(d) Notice. Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women- owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall—

(1) Be punished by imposition of fine, imprisonment, or both;

(2) Be subject to administrative remedies, including suspension and debarment; and

(3) Be ineligible for participation in programs conducted under the authority of the Act.

(End of provision)

252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)

Substitute the following paragraphs (b), (d) and (e) for paragraphs (b) and (d) of the provision at FAR 52.204-8:

W912BU21B0004

Page 15 of 41

(b)(1) If the provision at FAR 52.204-7, System for Award Management, is included in this solicitation, paragraph (e) of this provision applies.

(2) If the provision at FAR 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (e) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes:

__ (i) Paragraph (e) applies.

__ (ii) Paragraph (e) does not apply and the Offeror has completed the individual representations and certifications in the solicitation.

(d)(1) The following representations or certifications in the SAM database are applicable to this solicitation as indicated:

(i) 252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation. Applies to all solicitations.

(ii) 252.216-7008, Economic Price Adjustment--Wage Rates or Material Prices Controlled by a Foreign Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials.

(iii) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country.

(iv) 252.225-7049, Prohibition on Acquisition of Certain Foreign Commercial Satellite Services--Representations. Applies to solicitations for the acquisition of commercial satellite services.

(v) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. Applies to all solicitations expected to result in contracts of $150,000 or more.

(vi) 252.229-7012, Tax Exemptions (Italy)--Representation. Applies to solicitations when contract performance will be in Italy.

(vii) 252.229-7013, Tax Exemptions (Spain)--Representation. Applies to solicitations when contract performance will be in Spain.

(viii) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold.

(2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer: [Contracting Officer check as appropriate.]

____ (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government.

____ (ii) 252.225-7000, Buy American--Balance of Payments Program Certificate.

____ (iii) 252.225-7020, Trade Agreements Certificate.

____ Use with Alternate I.

W912BU21B0004

Page 16 of 41

____ (iv) 252.225-7031, Secondary Arab Boycott of Israel.

____ (v) 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate.

____ Use with Alternate I.

____ Use with Alternate II.

____ Use with Alternate III.

____ Use with Alternate IV.

____ Use with Alternate V.

____ (vi) 252.226-7002, Representation for Demonstration Project for Contractors Employing Persons with Disabilities.

____ (vii) 252.232-7015, Performance-Based Payments--Representation.

(e) The offeror has completed the annual representations and certifications electronically via the SAM Web site at https://www.acquisition.gov/. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below ____ [offeror to insert changes, identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR/DFARS Clause # Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database.

(End of provision)

252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014)

(a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that— (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency

W912BU21B0004

Page 17 of 41 has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that—

(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,

(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

(End of provision)

This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SECTION 00 50 05

PRE-AWARD SURVEY SUBMITTAL REQUIREMENTS

PART 1 GENERAL

1.1 DEFINITIVE RESPONSIBILITY CRITERIA

Award of this Contract will be made as a whole to the lowest responsive and responsible Bidder whose bid conforms to all requirements of the specifications. Subsequent to the bid opening, the apparent low Bidder shall submit Pre-Award Survey Information that demonstrates compliance with the requirements set forth in this section as a precondition to receiving award.

1.2 GENERAL PRE-AWARD SURVEY INFORMATION

Complete the pre-award survey information sheets attached to this section, and submit to the Contracting Officer within 5 calendar days after bid opening.

1.3 SPECIALIZED EXPERIENCE ON SIMILAR TYPE WORK AND PROJECT EXPERIENCE

The Bidder must have performed as the prime contractor, or as a subcontractor having substantial responsibility for the work. Successful documentation can include but may not be limited to letters of recommendation, favorable ratings, etc. To demonstrate specialized experience, the apparent low Bidder shall provide the following as part of the pre-award survey information package:

a. Demonstrate experience with at least 2 completed satisfactory projects of a similar nature of repairing and painting bridge structures in this type of dynamic marine environment, within the last 10 years.

PART 2 PRODUCTS (Not Applicable)

PART 3 EXECUTION (Not Applicable)

-- End of Section --

Section 00 50 05 Page 1 This page was intentionally left blank for duplex printing.

W912BU21B0004

Page 18 of 41

Section 00 70 00 - Conditions of the Contract

CLAUSES INCORPORATED BY REFERENCE

52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.217-4 Evaluation Of Options Exercised At The Time Of Contract JUN 1988 Award 52.217-5 Evaluation Of Options JUL 1990 52.217-6 Option For Increased Quantity MAR 1989

CLAUSES INCORPORATED BY FULL TEXT

52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor based on the table listed in the Bid Schedule in the solicitation. (all days are expressed in calendar days). Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

OPTION 1:

Steel Painting Main Span Floorbeams 53,710 SF.

(End of clause)

52.232-18 AVAILABILITY OF FUNDS (APR 1984)

Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

(End of clause)

This page was intentionally left blank for duplex printing. W912BU21B0004

Page 19 of 41

Section 00 72 00 - General Conditions

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions JUN 2020 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government JUN 2020 52.203-7 Anti-Kickback Procedures JUN 2020 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or MAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal JUN 2020 Transactions 52.203-13 Contractor Code of Business Ethics and Conduct JUN 2020 52.203-14 Display of Hotline Poster(s) JUN 2020 52.203-17 Contractor Employee Whistleblower Rights and Requirement JUN 2020 To Inform Employees of Whistleblower Rights 52.203-18 Prohibition on Contracting With Entities That Require Certain JAN 2017 Internal Confidentiality Agreements or Statements-- Representation 52.203-19 Prohibition on Requiring Certain Internal Confidentiality JAN 2017 Agreements or Statements 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber MAY 2011 Content Paper 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier JUN 2020 Subcontract Awards 52.204-13 System for Award Management Maintenance OCT 2018 52.204-14 Service Contract Reporting Requirements OCT 2016 52.204-19 Incorporation by Reference of Representations and DEC 2014 Certifications. 52.204-21 Basic Safeguarding of Covered Contractor Information JUN 2016 Systems 52.204-24 Representation Regarding Certain Telecommunications and OCT 2020 Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications AUG 2020 and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-- OCT 2020 Representation. 52.208-8 Required Sources for Helium and Helium Usage Data AUG 2018 52.209-6 Protecting the Government's Interest When Subcontracting JUN 2020 With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic NOV 2015 Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax FEB 2016 Liability or a Felony Conviction under any Federal Law 52.211-13 Time Extensions SEP 2000 52.211-18 Variation in Estimated Quantity APR 1984 52.214-3 Amendments To Invitations For Bids DEC 2016 52.214-4 False Statements In Bids APR 1984 52.214-5 Submission Of Bids DEC 2016

W912BU21B0004

Page 20 of 41

52.214-6 Explanation To Prospective Bidders APR 1984 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids NOV 1999 52.214-12 Preparation Of Bids APR 1984 52.214-18 Preparation of Bids-Construction APR 1984 52.214-19 Contract Award-Sealed Bidding-Construction AUG 1996 52.214-26 Audit and Records--Sealed Bidding JUN 2020 52.214-27 Price Reduction for Defective Certified Cost or Pricing Data - JUN 2020 Modifications - Sealed Bidding 52.214-28 Subcontractor Certified Cost Or Pricing Data--Modifications- JUN 2020 -Sealed Bidding 52.214-29 Order Of Precedence--Sealed Bidding JAN 1986 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.215-11 Price Reduction for Defective Certified Cost or Pricing Data--JUN 2020 Modifications 52.217-7 Option For Increased Quantity-Separately Priced Line Item MAR 1989 52.217-8 Option To Extend Services NOV 1999 52.217-9 Option To Extend The Term Of The Contract MAR 2000 52.217-9 Option To Extend The Term Of The Contract MAR 2000 52.219-8 Utilization of Small Business Concerns OCT 2018 52.219-9 Small Business Subcontracting Plan JUN 2020 52.219-9 Alt I Small Business Subcontracting Plan (JUN 2020) Alternate I NOV 2016 52.219-9 Alt I Small Business Subcontracting Plan (JUN 2020) Alternate I NOV 2016 52.219-28 Alt I Post-Award Small Business Program Rerepresentation (NOV MAR 2020 2020) Alternate I 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-4 Contract Work Hours and Safety Standards - Overtime MAY 2018 Compensation 52.222-6 Construction Wage Rate Requirements AUG 2018 52.222-7 Withholding of Funds MAY 2014 52.222-8 Payrolls and Basic Records AUG 2018 52.222-9 Apprentices and Trainees JUL 2005 52.222-10 Compliance with Copeland Act Requirements FEB 1988 52.222-11 Subcontracts (Labor Standards) MAY 2014 52.222-12 Contract Termination-Debarment MAY 2014 52.222-13 Compliance With Construction Wage Rate Requirements and MAY 2014 Related Regulations 52.222-14 Disputes Concerning Labor Standards FEB 1988 52.222-15 Certification of Eligibility MAY 2014 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-27 Affirmative Action Compliance Requirements for APR 2015 Construction 52.222-36 Equal Opportunity for Workers with Disabilities JUN 2020 52.222-37 Employment Reports on Veterans JUN 2020 52.222-40 Notification of Employee Rights Under the National Labor DEC 2010 Relations Act 52.222-50 Combating Trafficking in Persons OCT 2020 52.222-54 Employment Eligibility Verification OCT 2015 52.222-55 Minimum Wages Under Executive Order 13658 NOV 2020 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017 52.223-2 Affirmative Procurement of Biobased Products Under Service SEP 2013 and Construction Contracts 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011

W912BU21B0004

Page 21 of 41

52.223-6 Drug-Free Workplace MAY 2001 52.223-17 Affirmative Procurement of EPA-Designated Items in Service AUG 2018 and Construction Contracts 52.223-18 Encouraging Contractor Policies To Ban Text Messaging JUN 2020 While Driving 52.223-18 Encouraging Contractor Policies To Ban Text Messaging JUN 2020 While Driving 52.225-9 Buy American--Construction Materials FEB 2021 52.225-10 Notice of Buy American Requirement--Construction MAY 2014 Materials 52.225-12 Notice of Buy American Requirement - Construction MAY 2014 Materials Under Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.225-25 Prohibition on Contracting with Entities Engaging in Certain JUN 2020 Activities or Transactions Relating to Iran-- Representation and Certifications. 52.227-2 Notice And Assistance Regarding Patent And Copyright JUN 2020 Infringement 52.227-4 Patent Indemnity-Construction Contracts DEC 2007 52.228-1 Bid Guarantee SEP 1996 52.228-2 Additional Bond Security OCT 1997 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.228-11 Individual Surety--Pledge of Assets FEB 2021 52.228-12 Prospective Subcontractor Requests for Bonds MAY 2014 52.228-14 Irrevocable Letter of Credit NOV 2014 52.228-15 Performance and Payment Bonds--Construction JUN 2020 52.229-3 Federal, State And Local Taxes FEB 2013 52.232-5 Payments under Fixed-Price Construction Contracts MAY 2014 52.232-13 Notice Of Progress Payments APR 1984 52.232-16 Progress Payments JUN 2020 52.232-17 Interest MAY 2014 52.232-23 Assignment Of Claims MAY 2014 52.232-27 Prompt Payment for Construction Contracts JAN 2017 52.232-33 Payment by Electronic Funds Transfer--System for Award OCT 2018 Management 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business DEC 2013 Subcontractors 52.233-1 Disputes MAY 2014 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.236-2 Differing Site Conditions APR 1984 52.236-3 Site Investigation and Conditions Affecting the Work APR 1984 52.236-5 Material and Workmanship APR 1984 52.236-6 Superintendence by the Contractor APR 1984 52.236-7 Permits and Responsibilities NOV 1991 52.236-8 Other Contracts APR 1984 52.236-9 Protection of Existing Vegetation, Structures, Equipment, APR 1984 Utilities, and Improvements 52.236-10 Operations and Storage Areas APR 1984 52.236-11 Use and Possession Prior to Completion APR 1984 52.236-12 Cleaning Up APR 1984 52.236-13 Accident Prevention NOV 1991 52.236-15 Schedules for Construction Contracts APR 1984

W912BU21B0004

Page 22 of 41

52.236-17 Layout of Work APR 1984 52.236-21 Specifications and Drawings for Construction FEB 1997 52.236-26 Preconstruction Conference FEB 1995 52.236-27 Site Visit (Construction) FEB 1995 52.236-27 Site Visit (Construction) FEB 1995 52.236-28 Preparation of Proposals--Construction OCT 1997 52.242-5 Payments to Small Business Subcontractors JAN 2017 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.243-3 Changes--Time-And-Material Or Labor-Hours SEP 2000 52.243-4 Changes JUN 2007 52.243-6 Change Order Accounting APR 1984 52.244-6 Subcontracts for Commercial Items NOV 2020 52.246-12 Inspection of Construction AUG 1996 52.246-21 Warranty of Construction MAR 1994 52.247-64 Alt I Preference for Privately Owned U.S.-Flag Commercial APR 2003 Vessels (Feb 2006) - Alternate I 52.248-3 Value Engineering-Construction OCT 2020 52.249-2 Termination For Convenience Of The Government (Fixed- APR 2012 Price) 52.249-10 Default (Fixed-Price Construction) APR 1984 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations In Clauses NOV 2020 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011 Officials 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- DEC 2008 Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7003 Agency Office of the Inspector General AUG 2019 252.203-7005 Representation Relating to Compensation of Former DoD NOV 2011 Officials 252.204-7000 Disclosure Of Information OCT 2016 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7006 Billing Instructions OCT 2005 252.204-7008 Compliance With Safeguarding Covered Defense Information OCT 2016 Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber DEC 2019 Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation MAY 2016 Support 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By MAY 2019 The Government of a Country that is a State Sponsor of Terrorism 252.215-7013 Supplies and Services Provided by Nontraditional Defense JAN 2018 Contractors. 252.219-7003 Small Business Subcontracting Plan (DOD Contracts) DEC 2019 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or SEP 2014 Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017 252.225-7012 Preference For Certain Domestic Commodities DEC 2017

W912BU21B0004

Page 23 of 41

252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7048 Export-Controlled Items JUN 2013 252.226-7001 Utilization of Indian Organizations and Indian-Owned APR 2019 Economic Enterprises, and Native Hawaiian Small Business Concerns 252.227-7023 Drawings and Other Data to become Property of Government MAR 1979 252.231-7000 Supplemental Cost Principles DEC 1991 252.232-7003 Electronic Submission of Payment Requests and Receiving DEC 2018 Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7011 Payments in Support of Emergencies and Contingency MAY 2013 Operations 252.232-7017 Accelerating Payments to Small Business Subcontractors-- APR 2020 Prohibition on Fees and Consideration 252.236-7002 Obstruction of Navigable Waterways DEC 1991 252.236-7013 Requirement for Competition Opportunity for American Steel JUN 2013 Producers, Fabricators, and Manufacturers 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012

CLAUSES INCORPORATED BY FULL TEXT

52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984)

The Contractor shall be required to (a) commence work under this contract within ten (10) calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 365* The time stated for completion shall include final cleanup of the premises.

*The Contracting Officer shall specify either a number of days after the date the contractor receives the notice to proceed, or a calendar date.

(End of clause)

52.211-12 LIQUIDATED DAMAGES--CONSTRUCTION (SEP 2000)

(a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $2,745.27 for each calendar day of delay until the work is completed or accepted.

(b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.

(End of clause)

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Firmed Fixed Price Construction contract resulting from this solicitation.

W912BU21B0004

Page 24 of 41

(End of provision)

52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989)

The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor at any time within 365 calendar days after notice to proceed. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.

(End of clause)

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (NOV 2020)

(a) Definitions. As used in this provision--

Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program.

Service-disabled veteran-owned small business concern--

(1) Means a small business concern--

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service- connected, as defined in 38 U.S.C. 101(16).

Small business concern--

(1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (b) of this provision.

(2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103.

Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that--

W912BU21B0004

Page 25 of 41

(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by--

(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and

(ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and

(2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.

Veteran-owned small business concern means a small business concern--

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

Women-owned small business concern means a small business concern--

(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and

(2) Whose management and daily business operations are controlled by one or more women.

Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.

(b)(1) The North American Industry Classification System (NAICS) code for this acquisition is ___ --[insert NAICS code].

(2) The small business size standard is ___ --[insert size standard].

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture (i.e., nonmanufacturer), is 500 employees.

(c) Representations. (1) The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ___ ] is, [ ___ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002.

(3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a women-owned small business concern.

(4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that--

W912BU21B0004

Page 26 of 41

(i) It [ ___ ] is, [ ___ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___ --.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.

(5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that--

(i) It [ ___ ] is, [ ___ ] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___ --.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.

(6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a veteran-owned small business concern.

(7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that it [ ___ ] is, [ ___ ] is not a service-disabled veteran- owned small business concern.

(8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that--

(i) It [ ___ ] is, [ ___ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and

(ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___ --.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.

(d) Notice. Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women- owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall—

(1) Be punished by imposition of fine, imprisonment, or both;

W912BU21B0004

Page 27 of 41

(2) Be subject to administrative remedies, including suspension and debarment; and

(3) Be ineligible for participation in programs conducted under the authority of the Act.

(End of provision)

52.222-5 CONSTRUCTION WAGE RATE REQUIREMENTS--SECONDARY SITE OF THE WORK (MAY 2014)

(a)(1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Construction Wage Rate Requirements,of this solicitation.

(2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror shall request a determination from the Contracting Officer.

(b)(1) If the wage determination provided by the Government for work at the primary site of the work is not applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting Officer.

(2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination for a secondary site of the work.

(End of provision)

52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999)

(a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation.

(b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:

Goals for minority Goals for female participation for each trade participation for each trade

23% 6.9%

These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office.

(c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction,'' and (3) its efforts

W912BU21B0004

Page 28 of 41 to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed.

(d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the --

(1) Name, address, and telephone number of the subcontractor;

(2) Employer's identification number of the subcontractor;

(3) Estimated dollar amount of the subcontract;

(4) Estimated starting and completion dates of the subcontract; and

(5) Geographical area in which the subcontract is to be performed.

(e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is Chesapeake City, MD..

(End of provision)

52.222-26 EQUAL OPPORTUNITY (SEPT 2016)

(a) Definitions. As used in this clause--

Compensation means any payments made to, or on behalf of, an employee or offered to an applicant as remuneration for employment, including but not limited to salary, wages, overtime pay, shift differentials, bonuses, commissions, vacation and holiday pay, allowances, insurance and other benefits, stock options and awards, profit sharing, and retirement.

Compensation information means the amount and type of compensation provided to employees or offered to applicants, including, but not limited to, the desire of the Contractor to attract and retain a particular employee for the value the employee is perceived to add to the Contractor's profit or productivity; the availability of employees with like skills in the marketplace; market research about the worth of similar jobs in the relevant marketplace; job analysis, descriptions, and evaluations; salary and pay structures; salary surveys; labor union agreements; and Contractor decisions, statements and policies related to setting or altering employee compensation.

Essential job functions means the fundamental job duties of the employment position an individual holds. A job function may be considered essential if--

(1) The access to compensation information is necessary in order to perform that function or another routinely assigned business task; or

(2) The function or duties of the position include protecting and maintaining the privacy of employee personnel records, including compensation information.

W912BU21B0004

Page 29 of 41

Gender identity has the meaning given by the Department of Labor's Office of Federal Contract Compliance Programs, and is found at www.dol.gov/ofccp/LGBT/LGBT_FAQs.html.

Sexual orientation has the meaning given by the Department of Labor's Office of Federal Contract Compliance Programs, and is found at www.dol.gov/ofccp/LGBT/LGBT_FAQs.html.

United States means the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.

(b)(1) If, during any 12-month period (including the 12 months preceding the award of this contract), the Contractor has been or is awarded nonexempt Federal contracts and/or subcontracts that have an aggregate value in excess of $10,000, the Contractor shall comply with this clause, except for work performed outside the United States by employees who were not recruited within the United States. Upon request, the Contractor shall provide information necessary to determine the applicability of this clause.

(2) If the Contractor is a religious corporation, association, educational institution, or society, the requirements of this clause do not apply with respect to the employment of individuals of a particular religion to perform work connected with the carrying on of the Contractor's activities (41 CFR 60-1.5).

(c) (1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. However, it shall not be a violation of this clause for the Contractor to extend a publicly announced preference in employment to Indians living on or near an Indian reservation, in connection with employment opportunities on or near an Indian reservation, as permitted by 41 CFR 60-1.5.

(2) The Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. This shall include, but not be limited to, (i) employment, (ii) upgrading, (iii) demotion, (iv) transfer, (v) recruitment or recruitment advertising, (vi) layoff or termination, (vii) rates of pay or other forms of compensation, and (viii) selection for training, including apprenticeship.

(3) The Contractor shall post in conspicuous places available to employees and applicants for employment the notices to be provided by the Contracting Officer that explain this clause.

(4) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.

(5)(i) The Contractor shall not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This prohibition against discrimination does not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information.

(ii) The Contractor shall disseminate the prohibition on discrimination in paragraph (c)(5)(i) of this clause, using language prescribed by the Director of the Office of Federal Contract Compliance Programs (OFCCP), to employees and applicants by--

(A) Incorporation into existing employee manuals or handbooks; and

W912BU21B0004

Page 30 of 41

(B) Electronic posting or by posting a copy of the provision in conspicuous places available to employees and applicants for employment.

(6) The Contractor shall send, to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, the notice to be provided by the Contracting Officer advising the labor union or workers' representative of the Contractor's commitments under this clause, and post copies of the notice in conspicuous places available to employees and applicants for employment.

(7) The Contractor shall comply with Executive Order 11246, as amended, and the rules, regulations, and orders of the Secretary of Labor.

(8) The Contractor shall furnish to the contracting agency all information required by Executive Order 11246, as amended, and by the rules, regulations, and orders of the Secretary of Labor. The Contractor shall also file Standard Form 100 (EEO-1), or any successor form, as prescribed in 41 CFR part 60-1. Unless the Contractor has filed within the 12 months preceding the date of contract award, the Contractor shall, within 30 days after contract award, apply to either the regional Office of Federal Contract Compliance Programs (OFCCP) or the local office of the Equal Employment Opportunity Commission for the necessary forms.

(9) The Contractor shall permit access to its premises, during normal business hours, by the contracting agency or the OFCCP for the purpose of conducting on-site compliance evaluations and complaint investigations. The Contractor shall permit the Government to inspect and copy any books, accounts, records (including computerized records), and other material that may be relevant to the matter under investigation and pertinent to compliance with Executive Order 11246, as amended, and rules and regulations that implement the Executive Order.

(10) If the OFCCP determines that the Contractor is not in compliance with this clause or any rule, regulation, or order of the Secretary of Labor, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts, under the procedures authorized in Executive Order 11246, as amended. In addition, sanctions may be imposed and remedies invoked against the Contractor as provided in Executive Order 11246, as amended; in the rules, regulations, and orders of the Secretary of Labor; or as otherwise provided by law.

(11) The Contractor shall include the terms and conditions of this clause in every subcontract or purchase order that is not exempted by the rules, regulations, or orders of the Secretary of Labor issued under Executive Order 11246, as amended, so that these terms and conditions will be binding upon each subcontractor or vendor.

(12) The Contractor shall take such action with respect to any subcontract or purchase order as the Director of OFCCP may direct as a means of enforcing these terms and conditions, including sanctions for noncompliance; provided, that if the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of any direction, the Contractor may request the United States to enter into the litigation to protect the interests of the United States.

(d) Notwithstanding any other clause in this contract, disputes relative to this clause will be governed by the procedures in 41 CFR part 60-1.

(End of clause)

52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)

(a) Definitions. As used in this clause--

W912BU21B0004

Page 31 of 41

"Active duty wartime or campaign badge veteran," "Armed Forces service medal veteran," "disabled veteran," "protected veteran," "qualified disabled veteran," and "recently separated veteran" have the meanings given at Federal Acquisition Regulation (FAR) 22.1301.

(b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the Contractor to employ and advance in employment qualified protected veterans.

(c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts valued at or above the threshold specified in FAR 22.1303(a) on the date of subcontract award, unless exempted by rules, regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.

(End of clause)

52.225-11 BUY AMERICAN--CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS (JAN 2021)

(a) Definitions. As used in this clause--

Caribbean Basin country construction material means a construction material that--

(1) Is wholly the growth, product, or manufacture of a Caribbean Basin country; or

(2) In the case of a construction material that consists in whole or in part of materials from another country, has been substantially transformed in a Caribbean Basin country into a new and different construction material distinct from the materials from which it was transformed.

Commercially available off-the-shelf (COTS) item—

(1) Means any item of supply (including construction material) that is--

(i) A commercial item (as defined in paragraph (1) of the definition at Federal Acquisition Regulation (FAR) 2.101);

(ii) Sold in substantial quantities in the commercial marketplace; and

(iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and

(2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4)such as agricultural products and petroleum products.

Component means an article, material, or supply incorporated directly into a construction material.

Construction material means an article, material, or supply brought to the construction site by the Contractor or subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material.

W912BU21B0004

Page 32 of 41

Cost of components means--

(1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the construction material (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or

(2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material.

Designated country means any of the following countries:

(1) A World Trade Organization Government Procurement Agreement (WTO GPA) country (Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Israel, Italy, Japan, Korea (Republic of), Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or United Kingdom);

(2) A Free Trade Agreement (FTA) country (Australia, Bahrain, Canada, Chile, Colombia, Costa Rica, Dominican Republic, El Salvador, Guatemala, Honduras, Korea (Republic of), Mexico, Morocco, Nicaragua, Oman, Panama, Peru, or Singapore);

(3) A least developed country (Afghanistan, Angola, Bangladesh, Benin, Bhutan, Burkina Faso, Burundi, Cambodia, Central African Republic, Chad, Comoros, Democratic Republic of Congo, Djibouti, Equatorial Guinea, Eritrea, Ethiopia, Gambia, Guinea, Guinea-Bissau, Haiti, Kiribati, Laos, Lesotho, Liberia, Madagascar, Malawi, Mali, Mauritania, Mozambique, Nepal, Niger, Rwanda, Samoa, Sao Tome and Principe, Senegal, Sierra Leone, Solomon Islands, Somalia, South Sudan, Tanzania, Timor-Leste, Togo, Tuvalu, Uganda, Vanuatu, Yemen, or Zambia); or

(4) A Caribbean Basin country (Antigua and Barbuda, Aruba, Bahamas, Barbados, Belize, Bonaire, British Virgin Islands, Curacao, Dominica, Grenada, Guyana, Haiti, Jamaica, Montserrat, Saba, St. Kitts and Nevis, St. Lucia, St. Vincent and the Grenadines, Sint Eustatius, Sint Maarten, or Trinidad and Tobago).

Designated country construction material means a construction material that is a WTO GPA country construction material, an FTA country construction material, a least developed country construction material, or a Caribbean Basin country construction material.

Domestic construction material means--

(1) For construction material that does not consist wholly or predominantly of iron or steel or a combination of both-

(i) An unmanufactured construction material mined or produced in the United States; or

(ii) A construction material manufactured in the United States, if--

(A) The cost of its components mined, produced, or manufactured in the United States exceeds 55 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic. Components of unknown origin are treated as foreign; or

(B) The construction material is a COTS item; or

(2) For construction material that consists wholly or predominantly of iron or steel or a combination of both, a

W912BU21B0004

Page 33 of 41 construction material manufactured in the United States if the cost of foreign iron and steel constitutes less than 5 percent of the cost of all components used in such construction material. The cost of foreign iron and steel includes but is not limited to the cost of foreign iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the construction material and a good faith estimate of the cost of all foreign iron or steel components excluding COTS fasteners. Iron or steel components of unknown origin are treated as foreign. If the construction material contains multiple components, the cost of all the materials used in such construction material is calculated in accordance with the definition of "cost of components".

Fastener means a hardware device that mechanically joins or affixes two or more objects together. Examples of fasteners are nuts, bolts, pins, rivets, nails, clips, and screws.

Foreign construction material means a construction material other than a domestic construction material.

Foreign iron and steel means iron or steel products not produced in the United States. Produced in the United States means that all manufacturing processes of the iron or steel must take place in the United States, from the initial melting stage through the application of coatings, except metallurgical processes involving refinement of steel additives. The origin of the elements of the iron or steel is not relevant to the determination of whether it is domestic or foreign.

Least developed country construction material means a construction material that--

(1) Is wholly the growth, product, or manufacture of a least developed country; or

(2) In the case of a construction material that consists in whole or in part of materials from another country, has been substantially transformed in a least developed country into a new and different construction material distinct from the materials from which it was transformed.

Free Trade Agreement country construction material means a construction material that—

(1) Is wholly the growth, product, or manufacture of a Free Trade Agreement (FTA) country; or

(2) In the case of a construction material that consists in whole or in part of materials from another country, has been substantially transformed in a FTA country into a new and different construction material distinct from the materials from which it was transformed.

Least developed country construction material means a construction material that—

(1) Is wholly the growth, product, or manufacture of a least developed country; or

(2) In the case of a construction material that consists in whole or in part of materials from another country, has been substantially transformed in a least developed country into a new and different construction material distinct from the materials from which it was transformed.

Predominantly of iron or steel or a combination of both means that the cost of the iron and steel content exceeds 50 percent of the total cost of all its components. The cost of iron and steel is the cost of the iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the product and a good faith estimate of the cost of iron or steel components excluding COTS fasteners.

Steel means an alloy that includes at least 50 percent iron, between 0.02 and 2 percent carbon, and may include other elements.

United States means the 50 States, the District of Columbia, and outlying areas.

WTO GPA country construction material means a construction material that--

W912BU21B0004

Page 34 of 41

(1) Is wholly the growth, product, or manufacture of a WTO GPA country; or

(2) In the case of a construction material that consists in whole or in part of materials from another country, has been substantially transformed in a WTO GPA country into a new and different construction material distinct from the materials from which it was transformed.

(b) Construction materials.

(1) This clause implements 41 U.S.C. chapter 83, Buy American, by providing a preference for domestic construction material. In accordance with 41 U.S.C. 1907, the domestic content test of the Buy American statute is waived for construction material that is a COTS item, except that for construction material that consists wholly or predominantly of iron or steel or a combination of both, the domestic content test is applied only to the iron and steel content of the construction material, excluding COTS fasteners. (See FAR 12.505(a)(2)). In addition, the Contracting Officer has determined that the WTO GPA and Free Trade Agreements (FTAs) apply to this acquisition. Therefore, the Buy American restrictions are waived for designated country construction materials.

(2) The Contractor shall use only domestic or designated country construction material in performing this contract, except as provided in paragraphs (b)(3) and (b)(4) of this clause.

(3) The requirement in paragraph (b)(2) of this clause does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows:

[Contracting Officer to list applicable excepted materials or indicate ``none'']

(4) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(3) of this clause if the Government determines that--

(i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the restrictions of the Buy American statute is unreasonable when the cost of such material exceeds the cost of foreign material by more than 20 percent;

(ii) The application of the restriction of the Buy American statute to a particular construction material would be impracticable or inconsistent with the public interest; or

(iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality.

(c) Request for determination of inapplicability of the Buy American statute.

(1)(i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(4) of this clause shall include adequate information for Government evaluation of the request, including--

(A) A description of the foreign and domestic construction materials;

(B) Unit of measure;

(C) Quantity;

(D) Price;

(E) Time of delivery or availability;

(F) Location of the construction project;

(G) Name and address of the proposed supplier; and

W912BU21B0004

Page 35 of 41

(H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause.

(ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause.

(iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued).

(iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination.

(2) If the Government determines after contract award that an exception to the Buy American statute applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(4)(i) of this clause.

(3) Unless the Government determines that an exception to the Buy American statute applies, use of foreign construction material is noncompliant with the Buy American statute.

(d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers:

Foreign and Domestic Construction Materials Price Comparison ------Construction material description Unit of measure Quantity Price (dollars) * ------Item 1: Foreign construction material...... Domestic construction material...... Item 2: Foreign construction material...... Domestic construction material...... ------[* Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued)].

[List name, address, telephone number, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary.]

[Include other applicable supporting information.]

(End of clause)

52.236-1 PERFORMANCE OF WORK BY THE CONTRACTOR (APR 1984)

The Contractor shall perform on the site, and with its own organization, work equivalent to at least (20) percent of

W912BU21B0004

Page 36 of 41 the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government.

(End of clause)

52.236-4 PHYSICAL DATA (APR 1984)

Data and information furnished or referred to below is for the Contractor's information. The Government shall not be responsible for any interpretation of or conclusion drawn from the data or information by the Contractor.

(a) The indications of physical conditions on the drawings and in the specifications are the result of site investigations by See Specifications and Plans.

(b) Weather conditions See Specifications and Plans..

(c) Transportation facilities See Specifications and Plans..

(d) See Specifications and Plans.

(End of clause)

52.237-1 SITE VISIT (APR 1984)

Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

(End of provision)

52.242-14 SUSPENSION OF WORK (APR 1984)

(a) The Contracting Officer may order the Contractor, in writing, to suspend, delay, or interrupt all or any part of the work of this contract for the period of time that the Contracting Officer determines appropriate for the convenience of the Government.

(b) If the performance of all or any part of the work is, for an unreasonable period of time, suspended, delayed, or interrupted (1) by an act of the Contracting Officer in the administration of this contract, or (2) by the Contracting Officer’s failure to act within the time specified in this contract (or within a reasonable time if not specified), an adjustment shall be made for any increase in the cost of performance of this contract (excluding profit) necessarily caused by the unreasonable suspension, delay, or interruption, and the contract modified in writing accordingly. However, no adjustment shall be made under this clause for any suspension, delay, or interruption to the extent that performance would have been so suspended, delayed, or interrupted by any other cause, including the fault or negligence of the Contractor, or for which

W912BU21B0004

Page 37 of 41

an equitable adjustment is provided for or excluded under any other term or condition of this contract.

(c) A claim under this clause shall not be allowed—

(1) For any costs incurred more than 20 days before the Contractor shall have notified the Contracting Officer in writing of the act or failure to act involved (but this requirement shall not apply as to a claim resulting from a suspension order); and

(2) Unless the claim, in an amount stated, is asserted in writing as soon as practicable after the termination of the suspension, delay, or interruption, but not later than the date of final payment under the contract.

(End of clause)

52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (NOV 2020)

(a) Definitions. As used in this clause—

“Commercial item” and “commercially available off-the-shelf item” have the meanings contained in Federal Acquisition Regulation (FAR) 2.101.

“Subcontract” includes a transfer of commercial items between divisions, subsidiaries, or affiliates of the Contractor or subcontractor at any tier.

(b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, commercial items or non-developmental items as components of items to be supplied under this contract.

(c)(1) The Contractor shall insert the following clauses in subcontracts for commercial items:

(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41 U.S.C. 3509), if the subcontract exceeds the threshold specified in FAR 3.1004(a) on the date of subcontract award, and has a performance period of more than 120 days. In altering this clause to identify the appropriate parties, all disclosures of violation of the civil False Claims Act or of Federal criminal law shall be directed to the agency Office of the Inspector General, with a copy to the Contracting Officer.

(ii) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5), if the subcontract is funded under the Recovery Act.

(iii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017).

(iv) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (JUN 2016), other than subcontracts for commercially available off-the-shelf items, if flow down is required in accordance with paragraph (c) of FAR clause 52.204-21.

(v) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).

W912BU21B0004

Page 38 of 41

(vi) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232)

(vii) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), if the subcontract offers further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(viii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(ix) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).

(x) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212(a)).

(xi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).

(xii) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).

(xiii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496), if flow down is required in accordance with paragraph (f) of FAR clause 52.222-40.

(xiv)(A) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627).

(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

(xv) 52.222-55, Minimum Wages under Executive Order 13658 (NOV 2020), if flowdown is required in accordance with paragraph (k) of FAR clause 52.222-55.

(xvi) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706), if flow down is required in accordance with paragraph (m) of FAR clause 52.222-62.

(xvii)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a) if flow down is required in accordance with 52.224-3(f).

(B) Alternate I (JAN 2017) of 52.224-3, if flow down is required in accordance with 52.224-3(f) and the agency specifies that only its agency-provided training is acceptable).

(xviii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xix) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), if flow down is required in accordance with paragraph (c) of FAR clause 52.232-40.

(xx) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241 and 10 U.S.C. 2631), if flow down is required in accordance with paragraph (d) of FAR clause 52.247- 64).

(2) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

W912BU21B0004

Page 39 of 41

(d) The Contractor shall include the terms of this clause, including this paragraph (d), in subcontracts awarded under this contract.

(End of clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/far/index.html

(End of clause)

252.203-7004 DISPLAY OF HOTLINE POSTERS (AUG 2019)

(a) Definition. As used in this clause--

United States means the 50 States, the District of Columbia, and outlying areas.

(b) Display of hotline poster(s).

(1)(i) The Contractor shall display prominently the DoD fraud, waste, and abuse hotline poster prepared by the DoD Office of the Inspector General, in effect at time of contract award, in common work areas within business segments performing work under Department of Defense (DoD) contracts.

(ii) For contracts performed outside the United States, when security concerns can be appropriately demonstrated, the contracting officer may provide the contractor the option to publicize the program to contractor personnel in a manner other than public display of the poster, such as private employee written instructions and briefings.

(2) If the contract is funded, in whole or in part, by Department of Homeland Security (DHS) disaster relief funds and the work is to be performed in the United States, the DHS fraud hotline poster shall be displayed in addition to the DoD hotline poster. If a display of a DHS fraud hotline poster is required, the Contractor may obtain such poster from—

(i) DHS Office of Inspector General/MAIL STOP 0305, Attn: Office of Investigations – Hotline, 245 Murray Lane SW, Washington, DC 20528-0305; or

(ii) Via the internet at https://www.oig.dhs.gov/assets/Hotline/DHS_OIG_Hotline-optimized.jpg.

(c)(1) The DoD hotline poster may be obtained from: Defense Hotline, The , Washington, D.C. 20301- 1900, or is also available via the internet at https://www.dodig.mil/Resources/Posters-and-Brochures/.

(2) If a significant portion of the employee workforce does not speak English, then the poster is to be displayed in the foreign languages that a significant portion of the employees speak.

(3) Additionally, if the Contractor maintains a company website as a method of providing information to employees, the Contractor shall display an electronic version of the required poster at the website.

W912BU21B0004

Page 40 of 41

(d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in all subcontracts that exceed the threshold specified in Defense Federal Acquisition Regulation Supplement 203.1004(b)(2)(ii) on the date of subcontract award, except when the subcontract is for the acquisition of a commercial item.

(End of clause)

252.236-7000 MODIFICATION PROPOSALS - PRICE BREAKDOWN. (DEC 1991)

(a) The Contractor shall furnish a price breakdown, itemized as required and within the time specified by the Contracting Officer, with any proposal for a contract modification.

(b) The price breakdown --

(1) Must include sufficient detail to permit an analysis of profit, and of all costs for --

(i) Material;

(ii) Labor;

(iii) Equipment;

(iv) Subcontracts; and

(v) Overhead; and

(2) Must cover all work involved in the modification, whether the work was deleted, added, or changed.

(c) The Contractor shall provide similar price breakdowns to support any amounts claimed for subcontracts.

(d) The Contractor's proposal shall include a justification for any time extension proposed.

252.236-7001 CONTRACT DRAWINGS AND SPECIFICATIONS (AUG 2000)

(a) The Government will provide to the Contractor, without charge, one set of contract drawings and specifications, except publications incorporated into the technical provisions by reference, in electronic or paper media as chosen by the Contracting Officer.

(b) The Contractor shall--

(1) Check all drawings furnished immediately upon receipt;

(2) Compare all drawings and verify the figures before laying out the work;

(3) Promptly notify the Contracting Officer of any discrepancies;

(4) Be responsible for any errors that might have been avoided by complying with this paragraph (b); and

(5) Reproduce and print contract drawings and specifications as needed.

(c) In general--

W912BU21B0004

Page 41 of 41

(1) Large-scale drawings shall govern small-scale drawings; and

(2) The Contractor shall follow figures marked on drawings in preference to scale measurements.

(d) Omissions from the drawings or specifications or the misdescription of details of work that are manifestly necessary to carry out the intent of the drawings and specifications, or that are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work. The Contractor shall perform such details as if fully and correctly set forth and described in the drawings and specifications.

(e) The work shall conform to the specifications and the contract drawings identified on the following index of drawings:

SEE SPECIFICATIONS AND PLANS

(End of clause)

252.236-7004 PAYMENT FOR MOBILIZATION AND DEMOBILIZATION (DEC 1991)

(a) The Government will pay all costs for the mobilization and demobilization of all of the Contractor's plant and equipment at the contract lump sum price for this item.

(1) 60percent of the lump sum price upon completion of the contractor's mobilization at the work site.

(2) The remaining 40percent upon completion of demobilization.

(b) The Contracting Officer may require the Contractor to furnish cost data to justify this portion of the bid if the Contracting Officer believes that the percentages in paragraphs (a) (1) and (2) of this clause do not bear a reasonable relation to the cost of the work in this contract.

(1) Failure to justify such price to the satisfaction of the Contracting Officer will result in payment, as determined by the Contracting Officer, of --

(i) Actual mobilization costs at completion of mobilization;

(ii) Actual demobilization costs at completion of demobilization; and

(iii) The remainder of this item in the final payment under this contract.

(2) The Contracting Officer's determination of the actual costs in paragraph (b)(1) of this clause is not subject to appeal.

This page was intentionally left blank for duplex printing.

IFB W912BU21B0004

SECTION 00 73 46

WAGE RATES

Section 00 73 46 Page 1

IFB W912BU21B0004

"General Decision Number: MD20210096 01/01/2021

Superseded General Decision Number: MD20200096

State: Maryland

Construction Type: Highway

County: Cecil County in Maryland.

HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges).

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/01/2021

SUMD2019-014 08/30/2019

Rates Fringes

CARPENTER...... $ 22.31 3.80

Section 00 73 46 Page 2

IFB W912BU21B0004

CEMENT MASON...... $ 19.60 3.84

ELECTRICIAN...... $ 41.00 9.55

IRONWORKER, REINFORCING...... $ 45.00 0.00

IRONWORKER, STRUCTURAL...... $ 40.62 4.40

LABORER Air Tool Operator...... $ 19.07 6.29 Asphalt Paver...... $ 19.07 6.29 Asphalt Raker...... $ 19.73 7.41 Blaster-Dynamite...... $ 19.07 6.29 Burner...... $ 19.07 6.29 Common...... $ 19.73 7.41 Concrete Puddler...... $ 19.73 7.41 Concrete Surfacer...... $ 19.07 6.29 Concrete Tender...... $ 19.73 7.41 Concrete Vibrator...... $ 19.73 7.41 Density Gauge...... $ 19.73 7.41 Fireproofer-Mixer...... $ 19.73 7.41 Flagger...... $ 19.73 7.41 Grade Checker...... $ 19.73 7.41 Hand Roller...... $ 19.73 7.41 Hazardous Material Handler..$ 19.07 6.29 Jackhammer...... $ 19.73 7.41 Landscaping...... $ 19.73 7.41 Layout...... $ 19.73 7.41 Luteman...... $ 19.73 7.41 Mason Tender...... $ 19.07 6.29 Mortar Mixer...... $ 19.73 7.41 Pipelayer...... $ 19.07 6.29 Plasterer-Handler...... $ 19.73 7.41 Scaffold Builder...... $ 19.07 6.29 Tamper...... $ 19.73 7.41

PAINTER: Bridge...... $ 39.81 3.83

PILEDRIVERMAN...... $ 24.48 7.83

POWER EQUIPMENT OPERATOR Asphalt Distributor...... $ 18.18 5.80 Backhoe...... $ 28.45 11.95 Boom Truck...... $ 21.50 3.34 Broom/Sweeper...... $ 27.55 11.95 Bulldozer...... $ 27.70 11.80 Crane...... $ 31.95 11.95 Excavator...... $ 27.21 12.05 Gradall...... $ 29.45 11.95 Grader...... $ 22.00 7.14+a Guard Rail Post Driver...... $ 20.00 6.30

Section 00 73 46 Page 3

IFB W912BU21B0004

Loader...... $ 27.70 11.80 Mechanic...... $ 26.95 11.65 Milling Machine...... $ 25.08 9.79 Paver...... $ 27.55 11.95 Roller-Asphalt...... $ 27.55 11.95 Roller-Earth...... $ 22.78 6.62 Scraper...... $ 28.45 11.95+a Screed...... $ 21.00 5.37 Shoulder Machine...... $ 27.55 11.95 Skid Steer (Bobcat)...... $ 25.49 11.95 Spreader...... $ 17.00 0.73 Trencher...... $ 29.50 10.63 Vaccum Truck...... $ 27.55 11.95

TRUCK DRIVER Dump - Articulating...... $ 15.30 0.04 Dump...... $ 22.81 7.65 Flatbed...... $ 21.50 5.55 Lowboy...... $ 25.23 7.58 Tack/Tar Truck...... $ 24.94 7.58 Tandem...... $ 22.25 0.33 Tractor Trailer...... $ 32.00 2.00 Water...... $ 21.52 5.36

a. PAID HOLIDAYS: New Year's Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day and Christmas Day. b. PAID VACATIONS: Employees with 1 year service-1 week paid vacation; 2 years service-2 weeks paid vacation; 10 years service-3 weeks paid vacation.

------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information

Section 00 73 46 Page 4

IFB W912BU21B0004 on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates

Section 00 73 46 Page 5

IFB W912BU21B0004 the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Section 00 73 46 Page 6

IFB W912BU21B0004

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

Section 00 73 46 Page 7 This page was intentionally left blank for duplex printing. IFB W912BU21B0004

PROJECT TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

01 11 00 SUMMARY OF WORK 01 30 00 ADMINISTRATIVE REQUIREMENTS 01 32 01 PROJECT SCHEDULE 01 32 33 CONSTRUCTION PHOTOGRAPHY 01 33 00 SUBMITTAL PROCEDURES 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS 01 35 50 DIVING SERVICES 01 42 00 SOURCES FOR REFERENCE PUBLICATIONS 01 45 00 QUALITY CONTROL 01 45 05 RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE(RMS CM) 01 50 00 TEMPORARY CONSTRUCTION 01 55 00 TEMPORARY TRAFFIC CONTROL 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS 01 57 60 PROTECTION OF MARINE NAVIGATION 01 60 00 WORK ACCESS PLATFORM 01 78 00 CLOSEOUT SUBMITTALS

DIVISION 02 - EXISTING CONDITIONS

02 41 00 DEMOLITION

DIVISION 03 - CONCRETE

03 01 32 CAST-IN-PLACE CONCRETE 03 20 02 CONCRETE REINFORCING

DIVISION 05 - METALS

05 50 00 MISCELLANEOUS STEEL REPAIRS 05 50 05 FINGER JOINT DRAINAGE TROUGH REPAIRS

DIVISION 09 - FINISHES

09 97 02 PAINTING

DIVISION 32 - EXTERIOR IMPROVEMENTS

32 13 70 NEOPRENE DECK JOINT SEAL REPLACEMENT 32 17 23 PAVEMENT MARKINGS

-- End of Project Table of Contents --

PROJECT TABLE OF CONTENTS Page 1 This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SECTION 01 11 00

SUMMARY OF WORK

PART 1 GENERAL

1.1 SCOPE OF SECTION

This section presents a general description of the work to be accomplished under this contract for surface preparation and painting of steel; miscellaneous steel repairs; neoprene deck joint replacement; concrete pier repairs; overlay a concrete slab; and removal and replacement of finger joint troughs; at Chesapeake City Bridge, located on U.S. Route 213 in Chesapeake City, Maryland.

1.2 DESCRIPTION OF WORK

The major items of work to be performed under this contract include, but are not limited to, the following:

a. Provide all temporary traffic control in accordance with a Contractor-prepared, MDDOT approved, temporary traffic control plan.

b. Prepare surfaces by removing all soluble salts and existing coatings to steel areas, as specified. Apply new coating system to steel areas as indicated on the drawings, and as specified. (Base Bid and Option 1)

c. Miscellaneous steel repairs.

d. Overlay the south concrete approach slab.

e. Remove and replace neoprene deck joint seals.

f. Concrete pier repairs.

g. Remove and replace finger joint troughs and repair web holes at the locations indicated on the drawings. Work includes painting.

1.3 ORDER OF WORK

Work that has a potential to impact or damage the steel coating system shall be completed prior to conducting work specified in Section 09 97 02, "PAINTING".

1.4 EXISTING UTILITIES

Electrical and utility lines exist in the vicinity of, and cross under the Chesapeake City Bridge. Existing 120/240 volt electrical power for security and navigation aide, lights, and communication lines transversing the bridge are not shown on the as-built drawings provided. Identify and tag these lines as necessary to caution employees. Do not operate equipment or booms in their vicinity. Locate and protect these lines and associated appurtenance during the execution of the work specified herein.

Section 01 11 00 Page 1 IFB W912BU21B0004

1.5 RESTRICTIONS ON WORK

The Contractor shall be limited to one-half of the main span (in a north-south direction) at a time when erecting his containment structure, removing paint and repainting. Do not impact the vertical navigation clearance under the half of the main span not being worked on. Upon the Contracting Officer's approval, dismantle and re-erect the containment structure over the second half of the main span after completion of work on the first half.

The Contractor may close the bridge and single lanes as specified in Section 01 55 00 TEMPORARY TRAFFIC CONTROL. Prior to closing the bridge all required submittals shall be submitted and approved and all material needed for the above stated work shall be available for use. See Section 01 30 00 for hours of work.

PART 2 PRODUCTS (Not Applicable)

PART 3 EXECUTION (Not Applicable)

-- End of Section --

Section 01 11 00 Page 2 IFB W912BU21B0004

SECTION 01 30 00

ADMINISTRATIVE REQUIREMENTS

PART 1 GENERAL

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2014) Safety and Health Requirements Manual

U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA)

33 CFR 88 Pilot Rules

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Evidence Of Insurance

SD-11 Closeout Submittals

Certified Labor Payrolls

1.3 SUPERVISION

1.3.1 Minimum Communication Requirements

Have at least one qualified superintendent, or competent alternate, capable of reading, writing, and conversing fluently in the English language, on the job-site at all times during the performance of contract work. In addition, if a Quality Control (QC) representative is required on the contract, then that individual must also have fluent English communication skills.

1.3.2 Superintendent Qualifications

The project superintendent must have a minimum of 10 years experience in construction with at least 5 of those years as a superintendent on projects similar in size and complexity. The individual must be familiar with the requirements of EM 385-1-1 and have experience in the areas of hazard identification and safety compliance. The individual must be capable of interpreting a critical path schedule and construction drawings. The qualification requirements for the alternate superintendent

Section 01 30 00 Page 1 IFB W912BU21B0004

are the same as for the project superintendent. The Contracting Officer may request proof of the superintendent's qualifications at any point in the project if the performance of the superintendent is in question.

For routine projects where the superintendent is permitted to also serve as the Quality Control (QC) Manager as established in Section 01 45 00 QUALITY CONTROL, the superintendent must have qualifications in accordance with that section.

1.3.2.1 Duties

The project superintendent is primarily responsible for managing and coordinating day-to-day production and schedule adherence on the project. The superintendent is required to attend partnering meetings, and quality control meetings. The superintendent or qualified alternative must be on-site at all times during the performance of this contract until the work is completed and accepted.

1.3.3 Non-Compliance Actions

The Project Superintendent is subject to removal by the Contracting Officer for non-compliance with requirements specified in the contract and for failure to manage the project to insure timely completion. Furthermore, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to such stop orders is acceptable as the subject of claim for extension of time for excess costs or damages by the Contractor.

1.4 PRECONSTRUCTION CONFERENCE

After award of the contract but prior to commencement of any work at the site, meet with the Contracting Officer to discuss and develop a mutual understanding relative to the administration of the value engineering and safety program, preparation of the schedule of prices or earned value report, shop drawings, and other submittals, scheduling programming, prosecution of the work, clear expectations of the "Interim DD Form 1354" Submittal, and the processes for joint risk management between the Contractor and Government. Major subcontractors who will engage in the work must also attend.

1.5 PHYSICAL DATA (APR 1984)

Data and information furnished or referred to below is for the Contractor's information. The Government shall not be responsible for any interpretation of or conclusion drawn from the data or information by the Contractor. (FAR 52.236-4)

a. The indications of physical conditions on the drawings and in the specifications are based on as-built record drawings and field inspections.

b. Weather Conditions. The climate of the area is referred to as "continental" by climatologists, characterized by cold winters and moderately hot summers. Complete weather records and reports may be obtained from the local U.S. Weather Bureau Office nearest to the work site. The Contractor shall satisfy himself as to the hazards likely to arise from weather conditions during the construction period.

c. Transportation Facilities. The work site is accessible from Maryland

Section 01 30 00 Page 2 IFB W912BU21B0004

Route 213. Work on this and adjacent bridges may result in vehicle restrictions. Be responsible for all investigations of load carrying capacities of bridges and roadways.

d. Hours of Work. Unless otherwise specified, the Contractor shall be permitted to perform the contract work between the hours of 7:45 am and 5:30 pm, 7 days a week. Unless otherwise specified, the Contractor shall be permitted to work between the hours of 8 pm and 6 am, 7 days a week, to conduct an approved full bridge closure. Federal holidays (New Year's Day, Martin Luther King Jr's Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day) that fall within the work week will not be considered as work days. Prior to performing any work during hours other than those specified, the Contractor shall submit an overtime request to the Contracting Officer for review and approval. Overtime requests shall be submitted not less than 24 hours prior to the time the Contractor desires to perform the overtime work. The Contractor shall provide at least a 24 hour advanced notification to establish when on-site work will commence and prior to restarting on-site work following any stoppage of work lasting longer than five normal workdays. Notification shall be provided by phone, or person, or in writing, and shall be given directly to the Contracting Officer.

e. Location. The location of the work is on the Chesapeake City Hwy. Bridge carrying Maryland Route 213 over the Chesapeake and Delaware Canal, located in Chesapeake City City, MD. Vertical clearance above mean high water over the navigation channel is 135 feet elevation for ships transiting the canal.

f. Magnitude of the Contract Work. The estimated value of the contract work is between $5,000,000 and $10,000,000.

g. Clearance. The bottom of the bridge elevation above mean high water over the navigation channel is 136.4 feet at centerline and 134.511 feet at the channel edges.

1.6 TIME EXTENSIONS FOR UNUSUALLY SEVERE WEATHER (OCT 1989)

a. This provision specifies the procedure for determination of time extensions for unusually severe weather in accordance with the Contract Clause entitled: "Default (Fixed-Price Construction)". In order for the Contracting Officer to award a time extension under this clause, the following conditions must be satisfied:

(1) The weather experienced at the project site during the contract period must be found to be unusually severe, that is, more severe than the adverse weather anticipated for the project location during any given month.

(2) The unusually severe weather must actually cause a delay to the completion of the project. The delay must be beyond the control and without the fault or negligence of the Contractor.

b. The following schedule of monthly anticipated adverse weather delays is based on National Oceanic and Atmospheric Administration (NOAA) or similar data for the project location and will constitute the base line for monthly weather time evaluations. The Contractor's progress schedule must reflect these anticipated adverse weather delays in all weather dependent activities. For the purpose of this contract, unusually severe weather is

Section 01 30 00 Page 3 IFB W912BU21B0004

defined as daily precipitation equal to or exceeding 0.5 inches and/or maximum daily temperature not exceeding 32 degrees F.

MONTHLY ANTICIPATED ADVERSE WEATHER DELAY WORK DAYS BASED ON (5) DAY WORK WEEK

JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC 6 3 2 2 2 2 2 2 2 2 2 3

c. Upon acknowledgment of the Notice to Proceed (NTP) and continuing throughout the contract, the Contractor shall record on the daily CQC report, the occurrence of adverse weather and resultant impact to normal scheduled work. Actual adverse weather days must prevent work on critical activities for 50 percent or more of the Contractor's scheduled work day. The number of actual adverse weather delay days shall include days impacted by actual adverse weather (even if adverse weather occurred in previous month), be calculated chronologically from the first to the last day of each month, and be recorded as full days. If the number of actual adverse weather delay days exceeds the number of days anticipated in paragraph b. above, the Contracting Officer will convert any qualifying delays to calendar days, giving full consideration for equivalent fair weather work days, and issue a modification in accordance with the contract clause entitled: "Default (Fixed Price Construction)". (ER 415-1-15)

1.7 CONTRACTOR SUPPLY AND USE OF ELECTRONIC SOFTWARE FOR PROCESSING WAGE RATE REQUIREMENTS STATUTE CERTIFIED LABOR PAYROLLS (APRIL 2011)

a. The contractor is encouraged to use a commercially-available electronic system to process and submit certified payrolls electronically to the Government. The requirements for preparing, processing and providing certified labor payrolls are established by the Wage Rate Requirements statute.

b. If the contractor elects to use an electronic payroll processing system, then the contractor shall be responsible for obtaining and providing for all access, licenses, and other services required to provide for receipt, processing, certifying, electronically transmitting to the Government, and storing weekly payrolls and other data required for the contractor to comply with the Wage Rate Requirements statute. When the contractor uses an electronic payroll system, the electronic payroll service shall be used by the contractor to prepare, process, and maintain the relevant payrolls and basic records during all work under this construction contract and the electronic payroll service shall be capable of preserving these payrolls and related basic records for the required 3 years after contract completion. If the contractor chooses to use an electronic payroll system, then the contractor shall obtain and provide electronic system access to the Government, as required to comply with the Wage Rate Requirements over the duration of this construction contract. The access shall include electronic review access by the Government contract administration office to the electronic payroll processing system used by the contractor.

c. The contractor's provision and use of an electronic payroll processing system shall meet the following basic functional criteria:

(1) commercially available;

Section 01 30 00 Page 4 IFB W912BU21B0004

(2) compliant with appropriate Wage Rate Requirements statute payroll provisions in the Federal Acquisition Regulation (FAR);

(3) able to accommodate the required numbers of employees and subcontractors planned to be employed under the contract

(4) capable of producing an Excel spreadsheet-compatible electronic output of weekly payroll records for export in an Excel spreadsheet to be imported into the contractor's Quality Control System (QCS) version of Resident Management System (RMS), that in turn shall export payroll data to the Government's RMS;

(5) demonstrated security of data and data entry rights;

(6) ability to produce contractor-certified electronic versions of weekly payroll data;

(7) ability to identify erroneous entries and track the date/time of all versions of the certified Wage Rate Requirements statute payrolls submitted to the government over the life of the contract;

(8) capable of generating a durable record copy, that is, a CD or DVD and PDF file record of data from the system database at end of the contract closeout. This durable record copy of data from the electronic payroll processing system shall be provided to the Government during contract closeout.

d. All contractor-incurred costs related to the contractor's provision and use of an electronic payroll processing service shall be included in the contractor's price for the overall work under the contract. The costs for compliance with the Wage Rate Requirements statute by using electronic payroll processing services shall not be a separately bid or reimbursed item under this contract. (UAI 5152.222-9000)

1.8 EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE (MAR 1995)

a. This clause does not apply to terminations. See UAI 5152.249-9000, Basis for Settlement of Proposals, and Federal Acquisition Regulation (FAR) part 49.

b. Allowable costs for construction and marine plant and equipment in sound workable condition owned or controlled and furnished by a contractor or subcontractor at any tier shall be based on actual cost data for each piece of equipment or groups of similar serial and series for which the Government can determine both ownership and operating costs from the contractor's accounting records. When both ownership and operating costs cannot be determined for any piece of equipment or groups of similar serial or series equipment from the contractor's accounting records, costs for that equipment shall be based upon the applicable provisions of Engineer Pamphlet (EP) 1110-1-8, Construction Equipment Ownership and Operating Expense Schedule, Region II. Working conditions shall be considered to be average for determining equipment rates using the schedule unless specified otherwise by the contracting officer. For equipment not included in the schedule, rates for comparable pieces of equipment may be used or a rate may be developed using the formula provided in the schedule. For forward pricing, the schedule in effect at the time of negotiations shall apply. For retroactive pricing, the schedule in effect at the time the work was performed shall apply.

Section 01 30 00 Page 5 IFB W912BU21B0004

c. Equipment rental costs are allowable, subject to the provisions of FAR 31.105(d)(ii) and FAR 31.205-36. Rates for equipment rented from an organization under common control, lease-purchase arrangements, and sale-leaseback arrangements, will be determined using the schedule, except that actual rates will be used for equipment leased from an organization under common control that has an established practice of leasing the same or similar equipment to unaffiliated lessees.

d. When actual equipment costs are proposed and the total amount of the pricing action exceeds the simplified acquisition threshold (SAT), the contracting officer shall request the contractor to submit either certified cost or pricing data, or partial/limited data, as appropriate. The data shall be submitted on Standard Form 1411, Contract Pricing Proposal Cover Sheet. (UAI 5152.231-9000)

1.9 CERTIFICATES OF COMPLIANCE

Any certificates required for demonstrating proof of compliance of materials with specifications requirements shall be executed in triplicate copies. Each certificate shall be signed by an official authorized to certify on behalf of the manufacturing company and shall contain the name and address of the Contractor, the project name and location, and the quantity and date or dates of shipment or delivery to which the certificates apply. Copies of laboratory test reports submitted with certificates shall contain the name and address of the testing laboratory and the date or dates of the tests to which the report applies. Certification shall not be construed as relieving the Contractor from furnishing satisfactory material, if, after tests are performed on selected samples, the material is found not to meet the specific requirements. (CENAP)

1.10 PERFORMANCE EVALUATION OF CONTRACTOR (MAR 2014)

a. As a minimum, the Contractor's performance will be evaluated upon final acceptance of the work for contracts less than one year in duration. Contracts in excess of one year will receive at a minimum, an annual interim evaluation in addition to the final evaluation. However, interim evaluation may be prepared at any time during contract performance when determined to be in the best interest of the Government. The evaluation will be entered into the Contractor Performance Assessment Reporting System (CPARS).

b. CPARS is a web-enabled application that supports the completion, distribution, and retrieval of construction contract performance evaluations. CPARS is for UNCLASSIFIED use only. An evaluation assesses Contractor 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. The Contractor will be rated either outstanding, above average, satisfactory, marginal, or unsatisfactory in the areas of Contractor Quality Control, Timely Performance, Effectiveness of Management, Compliance with Labor Standards, and Compliance with Safety Standards. The Contractor will be advised of any unsatisfactory rating, either in an individual element or in the overall rating, prior to completing the evaluation, and all Contractor comments will be made a part of the official record. Performance Evaluation Reports will be available to all DOD Contracting offices for their future use in determining

Section 01 30 00 Page 6 IFB W912BU21B0004

Contractor responsibility, in compliance with ER 415-1-17.

c. Upon successful award of the contract, the Contractor will be notified by CPARS via email that access has been granted to a contract within the system. The email will contain instructions of how to log into the system. (CENAP)

1.11 SIGNAL LIGHTS (FEB 1983)

The Contractor shall display signal lights and conduct his operations in accordance with the General Regulations of the Coast Guard governing lights and day signals to be displayed by towing vessels with tows on which no signals can be displayed, vessels working on wrecks, dredges, and vessels engaged in laying cables or pipe or in submarine or bank protection operations, lights to be displayed on dredge pipe lines, and day signals to be displayed by vessels of more than 65 feet in length moored or anchored in a fairway or channel, and the passing by other vessels of floating plant working navigable channels, as approved by the Commandant, U.S. Coast Guard with respect to vessels in inland waters ( 33 CFR 88), as applicable. (CENAP)

1.12 REQUIREMENT TO NOTIFY COAST GUARD OF RELEASE OF OBJECTS INTO THE NAVIGABLE WATERS OF THE UNITED STATES

a. Requirement: As soon as a person has knowledge of any release from a vessel or facility into the navigable waters of the United States of any object that creates an obstruction prohibited under section 403 of this title, such person shall notify the Secretary and the Secretary of the Army, and the COR of such release.

b. Restriction on use of notification: Any notification provided by an individual in accordance with subsection (a) of this section may not be used against such individual in any criminal case, except a prosecution for perjury or for giving a false statement. (Pub. L. 92–340, §15, as added Pub. L. 109–241, title VI, §602, July 11, 2006, 120 Stat. 553.)

1.13 INSURANCE REQUIREMENTS

Evidence of Insurance: Evidence of the following insurance shall be submitted to the Contracting Officer prior to commencement of work. Insurance shall be maintained throughout the period of performance:

a. General Liability Insurance (Comprehensive form of policy): Bodily Injury Liability - $500,000 per occurrence.

b. Automobile Liability Insurance (Comprehensive form of policy): Bodily Injury Liability - $200,000 per person and $500,000 per accident. Property Damage Liability - $20,000 per accident.

c. Workmen's Compensation and Employer's Liability Insurance: Compliance with applicable workmen's compensation and occupational disease statutes is required. Employer's liability coverage in the minimum amount of $100,000 is also required."

d. Applicable Marine Casualty and Marine Workmen's Compensation Insurance: As appropriate for this contract.

Section 01 30 00 Page 7 IFB W912BU21B0004

1.14 PARTNERING

To most effectively accomplish this contract, the Government requires the formation of a cohesive partnership within the Project Team whose members are from the Government, the Contractor and their Subcontractors. Key personnel from the Supported Command, the End User (who will occupy the facility), the Government Design and Construction team and Subject Matter Experts, the Installation, the Contractor and Subcontractors, and the Designer of Record will be invited to participate in the Partnering process. The Partnership will draw on the strength of each organization in an effort to achieve a project that includes joint risk management, is without any safety mishaps, conforms to the Contract, and stays within budget and on schedule.

The Contracting Officer will provide Information on the Partnering Process and a list of key and optional personnel who should attend the Partnering meeting.

1.14.1 Informal Partnering

The Contracting Officer will organize the Partnering Sessions with key personnel of the project team, including Contractor personnel and Government personnel.

The Initial Partnering session should be a part of the Pre-Construction Meeting. Partnering sessions will be held at a location agreed to by the Contracting Officer and the Contractor (typically a conference room provided by the Resident Engineer office or the Contractor). The Initial Informal Partnering Session will be conducted and facilitated using electronic media (a video and accompanying forms) provided by the Contracting Officer. The Partners will determine the frequency of the follow-on sessions, at no more than 3 to six month intervals.

1.15 ELECTRONIC MAIL (E-MAIL) ADDRESS

Establish and maintain electronic mail (e-mail) capability along with the capability to open various electronic attachments as text files, pdf files, and other similar formats. Within 10 days after contract award, provide the Contracting Officer a single (only one) e-mail address for electronic communications from the Contracting Officer related to this contract including, but not limited to contract documents, invoice information, request for proposals, and other correspondence. The Contracting Officer may also use email to notify the Contractor of base access conditions when emergency conditions warrant, such as hurricanes or terrorist threats. Multiple email addresses are not allowed.

It is the Contractor's responsibility to make timely distribution of all Contracting Officer initiated e-mail with its own organization including field office(s). Promptly notify the Contracting Officer, in writing, of any changes to this email address.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

Not Used

Section 01 30 00 Page 8 IFB W912BU21B0004

-- End of Section --

Section 01 30 00 Page 9 This page was intentionally left blank for duplex printing.

This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SECTION 01 32 01

PROJECT SCHEDULE

PART 1 GENERAL

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

ER 1-1-11 (1995) Administration -- Progress, Schedules, and Network Analysis Systems

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Project Schedule; G,COR

1.3 QUALITY ASSURANCE

Designate an authorized representative to be responsible for the preparation of the schedule and all required updating (activity status) and preparation of reports. The authorized representative shall be experienced in scheduling projects similar in nature to this project and shall be experienced in the use of the scheduling software that meets the requirements of this specification.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS

Prepare for approval a Project Schedule, as specified herein, pursuant to the Contract Clause, SCHEDULE FOR CONSTRUCTION CONTRACTS. Show in the schedule the sequence in which the Contractor proposes to perform the work and dates on which the Contractor contemplates starting and completing all schedule activities. The scheduling of the entire project, including the design and construction sequences, is required. The scheduling of construction is the responsibility of the Contractor. Contractor management personnel shall actively participate in its development.

Section 01 32 01 Page 1 IFB W912BU21B0004

Subcontractors and suppliers working on the project shall also contribute in developing and maintaining an accurate Project Schedule. Provide a schedule that is a forward planning as well as a project monitoring tool.

3.1.1 Approved Project Schedule

Use the approved Project Schedule to measure the progress of the work and to aid in evaluating time extensions. Make the schedule cost loaded and activity coded. The schedule will provide the basis for all progress payments. If the Contractor fails to submit any schedule within the time prescribed, the Contracting Officer may withhold approval of progress payments until the Contractor submits the required schedule.

3.1.2 Schedule Status Reports

Provide a Schedule Status Report on at least a monthly basis. If, in the opinion of the Contracting Officer, the Contractor falls behind the approved schedule, take steps necessary to improve its progress including those that may be required by the Contracting Officer, without additional cost to the Government. In this circumstance, the Contracting Officer may require the Contractor to increase the number of shifts, overtime operations, days of work, and/or the amount of construction plant, and to submit for approval any supplementary schedule or schedules as the Contracting Officer deems necessary to demonstrate how the approved rate of progress will be regained.

3.1.3 Default Terms

Failure of the Contractor to comply with the requirements of the Contracting Officer shall be grounds for a determination, by the Contracting Officer, that the Contractor is not prosecuting the work with sufficient diligence to ensure completion within the time specified in the contract. Upon making this determination, the Contracting Officer may terminate the Contractor's right to proceed with the work, or any separable part of it, in accordance with the default terms of the contract.

3.2 BASIS FOR PAYMENT AND COST LOADING

Use the schedule as the basis for determining contract earnings during each update period and therefore the amount of each progress payment. Lack of an approved schedule update, or qualified scheduling personnel, will result in the inability of the Contracting Officer to evaluate contract earned value for the purposes of payment. Failure of the Contractor to provide all required information will result in the disapproval of the initial and subsequent schedule updates. In the event schedule revisions are directed by the Contracting Officer and those revisions have not been included in subsequent revisions or updates, the Contracting Officer may hold retainage up to the maximum allowed by contract, each payment period, until such revisions to the Project Schedule have been made. Activity cost loading shall be reasonable, as determined by the Contracting Officer. The aggregate value of all activities coded to a Contract Line Item (CLIN) shall equal the value of the CLIN on the Schedule.

3.3 PROJECT SCHEDULE DETAILED REQUIREMENTS

The computer software system utilized to produce and update the Project Schedule shall be capable of meeting all requirements of this specification. Failure of the Contractor to meet the requirements of this

Section 01 32 01 Page 2 IFB W912BU21B0004

specification will result in the disapproval of the schedule.

3.3.1 Critical Path Method

Use the Critical Path Method (CPM) of network calculation to generate the Project Schedule. Prepare the Project Schedule using the Precedence Diagram Method (PDM).

3.3.2 Level of Detail Required

Develop the Project Schedule to an appropriate level of detail. Failure to develop the Project Schedule to an appropriate level of detail, as determined by the Contracting Officer, will result in its disapproval. The Contracting Officer will consider, but is not limited to, the following characteristics and requirements to determine appropriate level of detail:

3.3.2.1 Activity Durations

Reasonable activity durations are those that allow the progress of ongoing activities to be accurately determined between update periods. Less than 2 percent of all non-procurement activities shall have Original Durations (OD) greater than 20 work days or 30 calendar days. Procurement activities are defined herein.

3.3.2.2 Procurement Activities

The schedule must include activities associated with the submittal, approval, procurement, fabrication and delivery of long lead materials, equipment, fabricated assemblies and supplies. Long lead procurement activities are those with an anticipated procurement sequence of over 90 calendar days. A typical procurement sequence includes the string of activities: submit, approve, procure, fabricate, and deliver.

3.3.2.3 Mandatory Tasks

At a minimum, the following tasks must be included and properly scheduled:

a. Preconstruction submittals.

b. Mobilization.

c. Traffic Control.

d. Steel Repairs.

e. Deck Joint Seal Replacement.

f. Finger Joint Trough Replacement.

g. Approach Concrete Pier Repairs.

h. Approach Slab Replacement.

i. Steel Painting Approach Piers.

j. Steel Painting Main Span Floorbeams.

k. Submission and approval of as-built drawings.

Section 01 32 01 Page 3 IFB W912BU21B0004

l. Contractor's pre-final inspection.

m. Correction of punchlist from Contractor's pre-final inspection.

n. Government's pre-final inspection.

o. Correction of punch list from Government's pre-final inspection.

p. Final inspection.

q. Demobilization.

Tasks that are site specific shall be clearly indicated as such.

3.3.2.4 Government Activities

Show Government and other agency activities that could impact progress. These activities include, but are not limited to: approvals, inspections, utility tie-in, Government Furnished Equipment (GFE) and Notice to Proceed (NTP) for phasing requirements.

3.3.2.5 Activity Responsibility Coding (RESP)

Assign Responsibility Code for all activities to the Prime Contractor, Subcontractor or Government agency responsible for performing the activity. Activities coded with a Government Responsibility code include, but are not limited to: Government approvals, Government design reviews, environmental permit approvals by State regulators, Government Furnished Equipment (GFE) and Notice to Proceed (NTP) for phasing requirements. Code all activities not coded with a Government Responsibility Code to the Prime Contractor or Subcontractor responsible to perform the work. Activities shall not have more than one Responsibility Code. Examples of acceptable activity code values are: DOR (for the designer of record); ELEC (for the electrical subcontractor); MECH (for the mechanical subcontractor); and GOVT (for USACE). Unacceptable code values are abbreviations of the names of subcontractors.

3.3.2.6 Activity Work Area Coding

Assign Work Area code to activities based upon the work area in which the activity occurs. Define work areas based on resource constraints or space constraints that would preclude a resource, such as a particular trade or craft work crew, from working in more than one work area at a time due to restraints on resources or space. Examples of Work Area Coding include different areas within a floor of a building, different floors within a building, and different buildings within a complex of buildings. Activities shall not have more than one Work Area Code. Not all activities are required to be Work Area coded. A lack of Work Area coding will indicate the activity is not resource or space constrained.

3.3.2.7 Contract Changes/Requests for Equitable Adjustment (REA) Coding (MODF)

Assign Activity code to any activity or sequence of activities added to the schedule as a result of a Contract Modification, when approved by the Contracting Officer, with a Contract Changes/REA Code. Key all Code values to the Government's modification numbering system. Any activity or sequence of activities added to the schedule as a result of alleged

Section 01 32 01 Page 4 IFB W912BU21B0004

constructive changes made by the Government may be added to a copy of the current schedule, subject to the approval of the Contracting Officer. Assign Activity codes for these activities with a Contract Changes/REA Code. Key the code values to the Contractor's numbering system. Approval to add these activities does not necessarily mean the Government accepts responsibility and, therefore, liability for such activities and any associated impacts to the schedule, but rather the Government recognizes such activities are appropriately added to the schedule for the purposes of maintaining a realistic and meaningful schedule. Such activities shall not be Responsibility Coded to the Government unless approved. An activity shall not have more than one Contract Changes/REA Code.

3.3.2.8 Contract Line Item (CLIN) Coding (BIDI)

Code all activities to the CLIN on the Contract Line Item Schedule to which the activity belongs. An activity shall not contain more than one CLIN Item Code. CLIN Item code all activities, even when an activity is not cost loaded.

3.3.2.9 Phase of Work Coding (PHAS)

Assign Phase of Work Code to all activities based upon the phase of work in which the activity occurs. Code activities to a Construction Phase. Code fast track construction phases proposed by the Contractor to allow filtering and organizing the schedule by fast track design and construction packages. If the contract specifies construction phasing with separately defined performance periods, identify a Construction Phase Code to allow filtering and organizing the schedule accordingly. Each activity shall be identified with a single project phase and have only one Phase of Work code.

3.3.2.10 Category of Work Coding (CATW)

Assign Category of Work Code to all Activities based upon the category of work to which the activity belongs. Category of Work Code must include, but is not limited to: construction submittal approvals, Acceptance, Procurement, Fabrication, Delivery, Weather Sensitive Installation, Non-Weather Sensitive Installation, Start-Up, Test and Turnover. Assign a Category of Work Code to each activity. Each activity shall have only one Category of Work Code.

3.3.2.11 Definable Features of Work Coding (FOW1, FOW2, FOW3)

Assign a Definable Feature of Work Code to appropriate activities based on the definable feature of work to which the activity belongs. Definable Feature of Work is defined in Specification Section 01 45 00 QUALITY CONTROL. An activity shall not have more than one Definable Feature of Work Code. Not all activities are required to be Definable Feature of Work Coded.

3.3.3 Scheduled Project Completion and Activity Calendars

The schedule interval shall extend from NTP date to the required contract completion date. The contract completion activity (End Project) shall finish based on the required contract duration in the accepted contract proposal, as adjusted for any approved contract time extensions. The first scheduled work period shall be the day after NTP is received by the Contractor. Schedule activities on a calendar to which the activity logically belongs. Activities may be assigned to a 7 day calendar when

Section 01 32 01 Page 5 IFB W912BU21B0004

the contract assigns calendar day durations for the activity such as a Government Acceptance activity. If the Contractor intends to perform physical work less than seven days per week, schedule the associated activities on a calendar with non-work periods identified including weekends and holidays. Assign the Category of Work Code - Weather Sensitive Installation to those activities that are weather sensitive. Original durations must account for anticipated normal adverse weather. The Government will interpret all work periods not identified as non-work periods on each calendar as meaning the Contractor intends to perform work during those periods.

3.3.3.1 Project Start Date

The schedule shall start no earlier than the date on which the NTP was acknowledged. Include as the first activity in the project schedule an activity called "Start Project"( or NTP). The "Start Project" activity shall have an "ES" constraint date equal to the date that the NTP was acknowledged, and a zero day duration.

3.3.3.2 Schedule Constraints and Open Ended Logic

Constrain completion of the last activity in the schedule by the contract completion date. Schedule calculations shall result in a negative float when the calculated early finish date of the last activity is later than the contract completion date. Include as the last activity in the project schedule an activity called "End Project". The "End Project" activity shall have an "LF" constraint date equal to the contract completion date for the project, and with a zero day duration or by using the "project must finish by" date in the scheduling software. The schedule shall have no constrained dates other than those specified in the contract. The use of artificial float constraints such as "zero fee float" or "zero total float" are typically prohibited. There shall only be 2 open ended activities: Start Project (or NTP) with no predecessor logic and End Project with no successor logic.

3.3.3.3 Early Project Completion

In the event the Initial project schedule calculates an early completion date of the last activity prior to the contract completion date, identify those activities that it intends to accelerate and/or those activities that are scheduled in parallel to support the Contractor's "early" completion. The last activity shall have a late finish constraint equal to the contract completion date and the schedule will calculate positive float. The Government will not approve an early completion schedule with zero float on the longest path. The Government is under no obligation to accelerate activities for which it is responsible to support a proposed early contract completion.

3.3.4 Default Progress Data Disallowed

Do not automatically update Actual Start and Finish dates with default mechanisms that may be included in the scheduling software. Activity Actual Start (AS) and Actual Finish (AF) dates assigned during the updating process shall match those dates provided from Contractor Quality Control Reports. Failure of the Contractor to document the AS and AF dates on the Daily Quality Control report for every in-progress or completed activity, and failure to ensure that the data contained on the Daily Quality Control reports is the sole basis for schedule updating shall result in the disapproval of the Contractor's updated schedule and

Section 01 32 01 Page 6 IFB W912BU21B0004

the inability of the Contracting Officer to evaluate Contractor progress for payment purposes. Updating of the percent complete and the remaining duration of any activity shall be independent functions. Disable program features which calculate one of these parameters from the other.

3.3.5 Out-of-Sequence Progress

Activities that have progressed before all preceding logic has been satisfied (Out-of-Sequence Progress) will be allowed only on a case-by-case basis subject to approval by the Contracting Officer. Propose logic corrections to eliminate all out of sequence progress or justify not changing the sequencing for approval prior to submitting an updated project schedule. Correct out of sequence progress that continues for more than two update cycles by logic revision, as approved by the Contracting Officer.

3.3.6 Negative Lags and Start to Finish Relationships

Lag durations contained in the project schedule shall not have a negative value. Do not use Start to Finish (SF) relationships.

3.3.7 Calculation Mode

Schedule calculations shall retain the logic between predecessors and successors even when the successor activity starts and the predecessor activity has not finished. Software features that in effect sever the tie between predecessor and successor activities when the successor has started and the predecessor logic is not satisfied ("progress override") will not be allowed.

3.3.8 Milestones

The schedule must include milestone activities for each significant project event including but not limited to: milestone activities for each fast track design package released for construction; design complete; foundation/substructure construction complete; superstructure construction complete; building dry-in or enclosure complete to allow the initiation of finish activities; permanent power complete; and building systems commissioning complete.

3.4 PROJECT SCHEDULE SUBMISSIONS

Provide the submissions as described below. The data CD, reports, and network diagrams required for each submission are contained in paragraph SUBMISSION REQUIREMENTS.

3.4.1 Initial Project Schedule Submission

Submit the Initial Project Schedule for approval at the preconstruction meeting. The schedule shall demonstrate a reasonable and realistic sequence of activities which represent all work through the entire contract performance period. The Initial Schedule shall be at a reasonable level of detail as determined by the Contracting Officer.

3.4.2 Periodic Schedule Updates

Based on the result of the meeting, specified in Paragraph "PERIODIC SCHEDULE UPDATE MEETINGS", submit periodic schedule updates. These submissions will enable the Contracting Officer to assess Contractor's

Section 01 32 01 Page 7 IFB W912BU21B0004

progress. If the Contractor fails or refuses to furnish the information and project schedule data, which in the judgment of the Contracting Officer or authorized representative is necessary for verifying the Contractor's progress, the Contractor shall be deemed not to have provided an estimate upon which progress payment may be made.

3.4.3 Standard Activity Coding Dictionary

Use the activity coding structure defined in the Standard Data Exchange Format (SDEF) in ER 1-1-11, Appendix A. This exact structure is mandatory, even if some fields are not used. A template SDEF compatible schedule backup file (sdef.prx) is available on the QCS website: http://rms.usace.army.mil/. The SDEF format is as follows:

SDEF Format

Field Activity Code Length Description

1 WRKP 3 Workers per Day

2 RESP 4 Responsible Party (e.g. GC, subcontractor, USACE)

3 AREA 4 Area of Work

4 MODF 6 Modification or REA number

5 BIDI 6 Bid Item (CLIN)

6 PHAS 2 Phase of Work

7 CATW 1 Category of Work

8 FOW1 10 Feature of Work (used up to 10 characters in length) 9 FOW2 10 Feature of Work (used up to 20 characters in length) 10 FOW3 10 Feature of Work (used up to 30 characters in length)

3.5 SUBMISSION REQUIREMENTS

Submit the following items for the Initial Schedule, and every Periodic Schedule Update throughout the life of the project:

3.5.1 Data CD's

Provide two sets of data CD's containing the project schedule in the backup format. Each CD shall also contain all previous update backup files. File medium shall be CD. Label each CD indicating the type of schedule (Initial, Update), full contract number, Data Date and file name. Each schedule shall have a unique file name as determined by the Contractor.

3.5.2 Narrative Report

Provide a Narrative Report with the Initial, and each Periodic Update of

Section 01 32 01 Page 8 IFB W912BU21B0004

the project schedule, as the basis of the progress payment request. The Narrative Report shall include: a description of activities along the 2 most critical paths where the total float is less than or equal to 20 work days, a description of current and anticipated problem areas or delaying factors and their impact, and an explanation of corrective actions taken or required to be taken. The narrative report is expected to communicate to the Government, the Contractor's thorough analysis of the schedule output and its plans to compensate for any problems, either current or potential, which are revealed through that analysis. Identify and explain why any activities that, based their calculated late dates, should have either started or finished during the update period but did not.

3.5.3 Approved Changes Verification

Include only those project schedule changes in the schedule submission that have been previously approved by the Contracting Officer. The Narrative Report shall specifically reference, on an activity by activity basis, all changes made since the previous period and relate each change to documented, approved schedule changes.

3.5.4 Schedule Reports

The format, filtering, organizing and sorting for each schedule report shall be as directed by the Contracting Officer. Typically reports shall contain: Activity Numbers, Activity Description, Original Duration, Remaining Duration, Early Start Date, Early Finish Date, Late Start Date, Late Finish Date, Total Float, Actual Start Date, Actual Finish Date, and Percent Complete. The following lists typical reports that will be requested. One or all of these reports may be requested for each schedule submission.

3.5.4.1 Activity Report

A list of all activities sorted according to activity number.

3.5.4.2 Logic Report

A list of detailed predecessor and successor activities for every activity in ascending order by activity number.

3.5.4.3 Total Float Report

A list of all incomplete activities sorted in ascending order of total float. List activities which have the same amount of total float in ascending order of Early Start Dates. Do not show completed activities on this report.

3.5.4.4 Earnings Report by CLIN

A compilation of the Contractor's Total Earnings on the project from the NTP to the data date. This report shall reflect the earnings of specific activities based on the agreements made in the schedule update meeting defined herein. Provided that the Contractor has furnished a complete schedule update, this report shall serve as the basis of determining progress payments. Group activities by CLIN item number and sort by activity number. This report shall: sum all activities coded to a particular CLIN and provide a CLIN item percent earned value; and complete and sum CLIN items to provide a total project percent complete. The printed report shall contain, for each activity: the Activity Number,

Section 01 32 01 Page 9 IFB W912BU21B0004

Activity Description, Original Budgeted Amount, Total Quantity, Quantity to Date, Percent Complete (based on cost), and Earnings to Date.

3.5.5 Network Diagram

The network diagram is required for the Initial and Periodic Updates. The network diagram shall depict and display the order and interdependence of activities and the sequence in which the work is to be accomplished. The Contracting Officer will use, but is not limited to, the following conditions to review compliance with this paragraph:

3.5.5.1 Continuous Flow

Diagrams shall show a continuous flow from left to right with no arrows from right to left. Show the activity number, description, duration, and estimated earned value on the diagram.

3.5.5.2 Project Milestone Dates

Show dates on the diagram for start of project, any contract required interim completion dates, and contract completion dates.

3.5.5.3 Critical Path

Clearly show the critical path.

3.5.5.4 Banding

Organize activities as directed to assist in the understanding of the activity sequence. Typically, this flow will group activities by category of work, work area and/or responsibility.

3.5.5.5 S-Curves

Earnings curves showing projected early and late earnings and earnings to date.

3.6 PERIODIC SCHEDULE UPDATE MEETINGS

Contracting Officer's Representative (COR) may conduct periodic schedule update meetings for the purposes of reviewing the Contractor's proposed out of sequence corrections, determining causes for delay, correcting logic, maintaining schedule accuracy and determining earned value. Meetings shall occur at least monthly within five days of the proposed schedule data date and after the Contractor has updated the schedule with Government concurrence respecting actual start dates, actual finish dates, remaining durations and percent complete for each activity. Provide a computer with the scheduling software loaded and a projector during the meeting which allows all meeting participants to view the proposed schedule update during the meeting. The meeting and resultant approvable schedule update shall be a condition precedent to a formal submission of the update as described in SUBMISSION REQUIREMENTS and to the submission of an invoice for payment. The meeting will be a working interactive exchange which will allow the Government and the Contractor the opportunity to review the updated schedule on a real time and interactive basis. The Contractor's authorized scheduling representative will organize, sort, filter and schedule the update as requested by the Government. The meeting will last no longer than 8 hours. A rough draft of the proposed activity logic corrections and narrative report shall be

Section 01 32 01 Page 10 IFB W912BU21B0004

provided to the Government 48 hours in advance of the meeting. The Contractor's Project Manager and Authorized Scheduler shall attend the meeting with the Authorized Representative of the Contracting Officer.

3.6.1 Update Submission Following Progress Meeting

Submit a complete update of the project schedule containing all approved progress, revisions, and adjustments, pursuant to paragraph SUBMISSION REQUIREMENTS not later than 4 working days after the periodic schedule update meeting, reflecting only those changes made during the previous update meeting.

3.6.2 Status of Activities

Update information, including Actual Start Dates (AS), Actual Finish Dates (AF), Remaining Durations (RD), and Percent Complete shall be subject to the approval of the Government prior to the meeting. As a minimum, address the following items on an activity by activity basis during each progress meeting.

3.6.2.1 Start and Finish Dates

Accurately show the status of the AS and/or AF dates for each activity currently in-progress or completed since the last update. The Government may allow an AF date to be assigned with the percent complete less than 100% to account for the value of work remaining but not restraining successor activities. Only assign AS dates when actual progress occurs on an activity.

3.6.2.2 Remaining Duration

Update the estimated RD for all incomplete activities independent of Percent Complete. Remaining Durations may exceed the activity OD or may exceed the activity's prior update RD if the Government considers the current OD or RD to be understated based on current progress, insufficient work crews actually manning the job, unrealistic OD or deficiencies that must be corrected that restrain successor activities.

3.6.2.3 Percent Complete

Update the percent complete for each activity started, based on the realistic assessment of earned value. Activities which are complete but for remaining minor punch list work and which do not restrain the initiation of successor activities may be declared 100 percent complete. To allow for proper schedule management, cost load the correction of punch list from Government pre-final inspection activity(ies) not less than 1 percent of the total contract value, which activity(ies) may be declared 100 percent complete upon completion and correction of all punch list work identified during Government pre-final inspection(s).

3.6.2.4 Logic Changes

Specifically identify and discuss all logic changes pertaining to NTP on change orders, change orders to be incorporated into the schedule, Contractor proposed changes in work sequence, corrections to schedule logic for out-of-sequence progress, and other changes that have been made pursuant to contract provisions. The Government will only approve logic revisions for the purpose of keeping the schedule valid in terms of its usefulness in calculating a realistic completion date, correcting

Section 01 32 01 Page 11 IFB W912BU21B0004

erroneous logic ties and accurately sequencing the work.

3.6.2.5 Other Changes

Other changes required due to delays in completion of any activity or group of activities include: 1) delays beyond the Contractor's control, such as strikes and unusual weather. 2) delays encountered due to submittals, Government Activities, deliveries or work stoppages which make re-planning the work necessary. 3) Changes required to correct a schedule that does not represent the actual or planned prosecution and progress of the work.

3.7 REQUESTS FOR TIME EXTENSIONS

In the event the Contractor believes it is entitled to an extension of the contract performance period, completion date, or any interim milestone date, furnish the following for a determination by the Contracting Officer: justification, project schedule data, and supporting evidence as the Contracting Officer may deem necessary. Submission of proof of excusable delay, based on revised activity logic, duration, and costs (updated to the specific date that the delay occurred) is a condition precedent to any approvals by the Government. In response to each Request For Proposal issued by the Government, submit a schedule impact analysis demonstrating whether or not the change contemplated by the Government impacts the critical path.

3.7.1 Justification of Delay

The project schedule shall clearly display that the Contractor has used, in full, all the float time available for the work involved with this request. The Contracting Officer's determination as to the number of allowable days of contract extension shall be based upon the project schedule updates in effect for the time period in question, and other factual information. Actual delays that are found to be caused by the Contractor's own actions, which result in a calculated schedule delay, will not be a cause for an extension to the performance period, completion date, or any interim milestone date.

3.7.2 Submission Requirements

Submit a justification for each request for a change in the contract completion date of less than 2 weeks based upon the most recent schedule update at the time of the NTP or constructive direction issued for the change. Such a request shall be in accordance with the requirements of other appropriate Contract Clauses and shall include, as a minimum:

a. A list of affected activities, with their associated project schedule activity number.

b. A brief explanation of the causes of the change.

c. An analysis of the overall impact of the changes proposed.

d. A sub-network of the affected area.

Identify activities impacted in each justification for change by a unique activity code contained in the required data file.

Section 01 32 01 Page 12 IFB W912BU21B0004

3.7.3 Additional Submission Requirements

The Contracting Officer may request an interim update with revised activities for any requested time extension of over 2 weeks. Provide this disk within 4 days of the Contracting Officer's request.

3.8 DIRECTED CHANGES

If the NTP is issued for changes prior to settlement of price and/or time, submit proposed schedule revisions to the Contracting Officer within 2 weeks of the NTP being issued. The Contracting Officer will approve proposed revisions to the schedule prior to inclusion of those changes within the project schedule. If the Contractor fails to submit the proposed revisions, the Contracting Officer may furnish the Contractor with suggested revisions to the project schedule. Include these revisions in the project schedule until revisions are submitted, and final changes and impacts have been negotiated. If the Contractor has any objections to the revisions furnished by the Contracting Officer, advise the Contracting Officer within 2 weeks of receipt of the revisions. Regardless of the objections, continue to update the schedule with the Contracting Officer's revisions until a mutual agreement in the revisions is reached. If the Contractor fails to submit alternative revisions within 2 weeks of receipt of the Contracting Officer's proposed revisions, the Contractor will be deemed to have concurred with the Contracting Officer's proposed revisions. The proposed revisions will then be the basis for an equitable adjustment for performance of the work.

3.9 WEEKLY PROGRESS MEETINGS

a. Meet weekly with the Government (or as otherwise mutually agreed to) between the meetings described in paragraph PERIODIC SCHEDULE UPDATE MEETINGS for the purpose of jointly reviewing the actual progress of the project as compared to the as planned progress and to review planned activities for the upcoming two weeks. The then current and approved schedule update shall be used for the purposes of this meeting and for the production and review of reports. The Contractor's Project Manager and the Authorized Representative of the Contracting Officer shall attend. The weekly progress meeting will address the status of RFI's, RFP's and Submittals.

b. Provide a bar chart produced by the scheduling software, organized by Total Float and Sorted by Early Start Date, and a two week "look-ahead" schedule by filtering all schedule activities to show only current ongoing activities and activities schedule to start during the upcoming two weeks, organized by Work Area Code (AREA) and sorted by Early Start Date.

c. The Government and the Contractor shall jointly review the reports. If it appears that activities on the longest path(s) which are currently driving the calculated completion date (driving activities), are not progressing satisfactorily and therefore could jeopardize timely project completion, corrective action must be taken immediately. Corrective action includes but is not limited to: increasing the number of work crews; increasing the number of work shifts; increasing the number of hours worked per shift; and determining if Government responsibility coded activities require Government corrective action.

Section 01 32 01 Page 13 IFB W912BU21B0004

3.10 OWNERSHIP OF FLOAT

Float available in the schedule, at any time, shall not be considered for the exclusive use of either the Government or the Contractor.

3.11 TRANSFER OF SCHEDULE DATA INTO RMS/QCS

Download and upload the schedule data into the Resident Management System (RMS) prior to RMS databases being transferred to the Government and is considered to be additional supporting data in a form and detail required by the Contracting Officer pursuant to FAR 52.232-5 - Payments under Fixed-Price Construction Contracts. The receipt of a proper payment request pursuant to FAR 52.232-27 - Prompt Payment for Construction Contracts is contingent upon the Government receiving both acceptable and approvable hard copies and electronic export from QCS of the application for progress payment.

3.12 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the costs of all the bid items.

-- End of Section --

Section 01 32 01 Page 14 IFB W912BU21B0004

SECTION 01 32 33

CONSTRUCTION PHOTOGRAPHY

PART 1 GENERAL

1.1 SCOPE OF SECTION

The work specified in this section includes construction photographs consisting of digital image files, showing the pre-construction condition, post-construction condition, and progress of each definable feature of work during the contract period, including personnel, work methods, and equipment utilized. Photographs shall be provided for unrestricted use by the Government.

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. The following shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Photography Plan; G,COR

Pre-Construction Photographs Email; G,COR

Email digital images of pre-construction photographs to the COR within 24 hours of when taken.

SD-07 Certificates

Construction Photographs; G,COR

Email digital images of construction photographs to the COR within 24 hours of when taken.

Pre-Construction Photographs; G,COR

Submit approved Pre-Construction Photograph digital images upon completion of work.

Post-Construction Photographs Email; G,COR

Email digital images of post-construction photographs to the COR within 24 hours of when taken.

1.3 PHOTOGRAPHY PLAN

Prepare a photography plan which includes the following information: items to be photographed locations, and the time the images are to be taken.

Section 01 32 33 Page 1 IFB W912BU21B0004

1.4 GENERAL REQUIREMENTS

1.4.1 Digital Images

Take digital images with a high quality digital camera using a minimum of 6,000,000 pixels (6 Megapixels). Include a printed and PDF listing of all images with the following identification information: name and location of project, item/action being photographed, feature of work, orientation, General Contractor, and contract number.

1.4.2 Quantities

a. Submit digital images to the COR.

b. Submit 1 set of all digital images, to the following address:

U.S. Army Corps of Engineers Philadelphia District Design Branch (CENAP-EC-EBI) (ATTN: Mr. A. Kollias) Wanamaker Building 100 Penn Square East Philadelphia, PA 19107-3390

c. Submit 1 set of digital images to the following address:

U.S. Army Corps of Engineers Philadelphia District Public Affairs Office (CENAP-PA) ATTN: Mr. E. Voigt Wanamaker Building 100 Penn Square East Philadelphia, PA 19107-3390

PART 2 PRODUCTS (Not Applicable)

PART 3 EXECUTION

3.1 PHOTOGRAPHY

Photograph personnel, material, work methods, and equipment utilized during the entire contract period, as follows:

a. Prior to commencement of work, take a minimum of 25 photographs of pre-construction existing conditions. Take photographs as close as possible to the beginning of the work and with sufficient detail to accurately depict existing site conditions.

b. During the progress of work, take a minimum of 10 construction photographs weekly of each defineable feature of work (defineable "feature of work" is defined in Section 01 45 00 QUALITY CONTROL). Photographs shall be of working personnel and equipment, depicting the work methods being utilized, taken during normal working hours. Photograph special events throughout the contract period as directed by the Contracting Officer.

c. After completion of work, take a minimum of 25 photographs from the same pre-construction and progress construction locations.

Section 01 32 33 Page 2 IFB W912BU21B0004

Photography shall be taken immediately after the end of construction work.

d. Submit a reference plan sheet or map with the submitted construction photos, showing the locations of the photographs.

3.2 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the the cost of all the bid items.

-- End of Section --

Section 01 32 33 Page 3 This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SAMPLE PHOTO LABEL

ABC Photography Inc. 123 1st Ave, Anywhere, NJ 08000 (609) 555-1212 ______

Name & Location of Project: Chesapeake City Bridge Miscellaneous Repairs Chesapeake City, Maryland

Contract Number: W912BU21C00XX General Contractor: XYZ Construction Co. Item/Action Photographed: North Side Railing, Span XX Orientation: East Date Taken: 07/01/2021 Time: 10:00am Photo#: 123

Section 01 32 33 Page 4 This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SECTION 01 33 00

SUBMITTAL PROCEDURES

PART 1 GENERAL

1.1 SUMMARY

1.1.1 Submittal Information

The Contracting Officer may request submittals in addition to those specified when deemed necessary to adequately describe the work covered in the respective sections. Each submittal is to be complete and in sufficient detail to allow ready determination of compliance with contract requirements.

Units of weights and measures used on all submittals are to be the same as those used in the contract drawings.

1.1.2 Project Type

The Contractor's Quality Control (CQC) System Manager are to check and approve all items before submittal and stamp, sign, and date indicating action taken. Proposed deviations from the contract requirements are to be clearly identified. Include within submittals items such as: Contractor's, manufacturer's, or fabricator's drawings; descriptive literature including (but not limited to) catalog cuts, diagrams, operating charts or curves; test reports; test cylinders; samples; O&M manuals (including parts list); certifications; warranties; and other such required submittals.

1.1.3 Submision of Submittals

Schedule and provide submittals requiring Government approval before acquiring the material or equipment covered thereby. Pick up and dispose of samples not incorporated into the work in accordance with manufacturer's Safety Data Sheets (SDS) and in compliance with existing laws and regulations.

1.2 DEFINITIONS

1.2.1 Submittal Descriptions (SD)

Submittal requirements are specified in the technical sections. Examples and descriptions of submittals identified by the Submittal Description (SD) numbers and titles follow:

SD-01 Preconstruction Submittals

Submittals that are required prior to or at the start of construction (work) or the next major phase of the construction on a multiphase contract.

Preconstruction Submittals include schedules and a tabular list of locations, features, and other pertinent information regarding products, materials, equipment, or components to be used in the work.

Section 01 33 00 Page 1 IFB W912BU21B0004

Certificates Of Insurance

Surety Bonds

List Of Proposed Subcontractors

List Of Proposed Products

Baseline Network Analysis Schedule (NAS)

Submittal Register

Schedule Of Prices Or Earned Value Report

Accident Prevention Plan (APP)

Work Plan

Quality Control (QC) plan

Environmental Protection Plan

SD-02 Shop Drawings

Drawings, diagrams and schedules specifically prepared to illustrate some portion of the work.

Diagrams and instructions from a manufacturer or fabricator for use in producing the product and as aids to the Contractor for integrating the product or system into the project.

Drawings prepared by or for the Contractor to show how multiple systems and interdisciplinary work will be coordinated.

SD-03 Product Data

Catalog cuts, illustrations, schedules, diagrams, performance charts, instructions and brochures illustrating size, physical appearance and other characteristics of materials, systems or equipment for some portion of the work.

Samples of warranty language when the contract requires extended product warranties.

SD-04 Samples

Fabricated or unfabricated physical examples of materials, equipment or workmanship that illustrate functional and aesthetic characteristics of a material or product and establish standards by which the work can be judged.

Color samples from the manufacturer's standard line (or custom color samples if specified) to be used in selecting or approving colors for the project.

Field samples and mock-ups constructed on the project site establish standards ensuring work can be judged. Includes assemblies or portions of assemblies that are to be incorporated into the project and those that will be removed at conclusion of the work.

Section 01 33 00 Page 2 IFB W912BU21B0004

SD-05 Design Data

Design calculations, mix designs, analyses or other data pertaining to a part of work.

Design submittals, design substantiation submittals and extensions of design submittals.

SD-06 Test Reports

Report signed by authorized official of testing laboratory that a material, product or system identical to the material, product or system to be provided has been tested in accord with specified requirements. Unless specified in another section, testing must have been within three years of date of contract award for the project.

Report that includes findings of a test required to be performed on an actual portion of the work or prototype prepared for the project before shipment to job site.

Report that includes finding of a test made at the job site or on sample taken from the job site, on portion of work during or after installation.

Investigation reports

Daily logs and checklists

Final acceptance test and operational test procedure

SD-07 Certificates

Statements printed on the manufacturer's letterhead and signed by responsible officials of manufacturer of product, system or material attesting that the product, system, or material meets specification requirements. Must be dated after award of project contract and clearly name the project.

Document required of Contractor, or of a manufacturer, supplier, installer or Subcontractor through Contractor. The document purpose is to further promote the orderly progression of a portion of the work by documenting procedures, acceptability of methods, or personnel qualifications.

Confined space entry permits

Text of posted operating instructions

SD-08 Manufacturer's Instructions

Preprinted material describing installation of a product, system or material, including special notices and (SDS)concerning impedances, hazards and safety precautions.

SD-10 Operation and Maintenance Data

Data provided by the manufacturer, or the system provider, including manufacturer's help and product line documentation, necessary to

Section 01 33 00 Page 3 IFB W912BU21B0004

maintain and install equipment, for operating and maintenance use by facility personnel.

Data required by operating and maintenance personnel for the safe and efficient operation, maintenance and repair of the item.

Data incorporated in an operations and maintenance manual or control system.

SD-11 Closeout Submittals

Documentation to record compliance with technical or administrative requirements or to establish an administrative mechanism.

Submittals required for Guiding Principle Validation (GPV) or Third Party Certification (TPC).

Special requirements necessary to properly close out a construction contract. For example, Record Drawings and as-built drawings. Also, submittal requirements necessary to properly close out a major phase of construction on a multi-phase contract.

1.2.2 Approving Authority

Office or designated person authorized to approve the submittal.

1.2.3 Work

As used in this section, on-site and off-site construction required by contract documents, including labor necessary to produce submittals, construction, materials, products, equipment, and systems incorporated or to be incorporated in such construction. In exception, excludes work to produce SD-01 submittals.

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with this section.

SD-01 Preconstruction Submittals

Submittal Register; G,COR

1.4 SUBMITTAL CLASSIFICATION

1.4.1 Government Approved (G)

Government approval is required for extensions of design, critical materials, variations, equipment whose compatibility with the entire system must be checked, and other items as designated by the Government.

Government approval is required for any variations from the Solicitation or the Accepted Proposal and for other items as designated by the Government.

Within the terms of the Contract Clause SPECIFICATIONS AND DRAWINGS FOR

Section 01 33 00 Page 4 IFB W912BU21B0004

CONSTRUCTION, submittals are considered to be "shop drawings."

1.4.2 For Information Only (FIO)

Submittals not requiring Government approval will be for information only. For Design-build construction all submittals not requiring DOR or Government approval will be for information only. Within the terms of the Contract Clause SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION, they are not considered to be "shop drawings."

1.5 PREPARATION

1.5.1 Transmittal Form

Use the ENG Form 4025-R transmittal form for submitting both Government-approved and information-only submittals. Submit in accordance with the instructions on the reverse side of the form. This form is included in the RMS CM software that the Contractor is required to use for this contract. Properly complete this form by filling out all the heading blank spaces and identifying each item submitted. Exercise special care to ensure proper listing of the specification paragraph and sheet number of the contract drawings pertinent to the data submitted for each item.

1.5.2 Submittal Format

1.5.2.1 Format of SD-01 Preconstruction Submittals

When the submittal includes a document that is to be used in the project, or is to become part of the project record, other than as a submittal, do not apply the Contractor's approval stamp to the document itself, but to a separate sheet accompanying the document.

Provide data in the unit of measure used in the contract documents.

1.5.2.2 Format for SD-02 Shop Drawings

Provide shop drawings not less than 8 1/2 by 11 inches nor more than 30 by 42 inches, except for full-size patterns or templates. Prepare drawings to accurate size, with scale indicated, unless another form is required. Ensure drawings are suitable for reproduction and of a quality to produce clear, distinct lines and letters, with dark lines on a white background.

a. Include the nameplate data, size, and capacity on drawings. Also include applicable federal, military, industry, and technical society publication references.

b. Dimension drawings, except diagrams and schematic drawings. Prepare drawings demonstrating interface with other trades to scale. Use the same unit of measure for shop drawings as indicated on the contract drawings. Identify materials and products for work shown.

Submit an electronic copy of drawings in PDF format.

1.5.2.2.1 Drawing Identification

Include on each drawing the drawing title, number, date, and revision numbers and dates, in addition to information required in paragraph IDENTIFYING SUBMITTALS.

Section 01 33 00 Page 5 IFB W912BU21B0004

Number drawings in a logical sequence. Each drawing is to bear the number of the submittal in a uniform location next to the title block. Place the Government contract number in the margin, immediately below the title block, for each drawing.

Reserve a blank space, no smaller than 5 inches on the right-hand side of each sheet for the Government disposition stamp.

1.5.2.3 Format of SD-03 Product Data

Present product data submittals for each section. Include a table of contents, listing the page and catalog item numbers for product data.

Indicate, by prominent notation, each product that is being submitted; indicate the specification section number and paragraph number to which it pertains.

1.5.2.3.1 Product Information

Supplement product data with material prepared for the project to satisfy the submittal requirements where product data does not exist. Identify this material as developed specifically for the project, with information and format as required for submission of SD-07 Certificates.

Provide product data in units used in the Contract documents. Where product data are included in preprinted catalogs with another unit, submit the dimensions in contract document units, on a separate sheet.

1.5.2.3.2 Standards

Where equipment or materials are specified to conform to industry or technical-society reference standards of such organizations as the American National Standards Institute (ANSI), ASTM International (ASTM), National Electrical Manufacturer's Association (NEMA), Underwriters Laboratories (UL), or Association of Edison Illuminating Companies (AEIC), submit proof of such compliance. The label or listing by the specified organization will be acceptable evidence of compliance. In lieu of the label or listing, submit a certificate from an independent testing organization, competent to perform testing, and approved by the Contracting Officer. State on the certificate that the item has been tested in accordance with the specified organization's test methods and that the item complies with the specified organization's reference standard.

1.5.2.3.3 Data Submission

Collect required data submittals for each specific material, product, unit of work, or system into a single submittal that is marked for choices, options, and portions applicable to the submittal. Mark each copy of the product data identically. Partial submittals will not be accepted for expedition of the construction effort.

Submit the manufacturer's instructions before installation.

1.5.2.4 Format of SD-04 Samples

1.5.2.4.1 Sample Characteristics

Furnish samples in the following sizes, unless otherwise specified or

Section 01 33 00 Page 6 IFB W912BU21B0004

unless the manufacturer has prepackaged samples of approximately the same size as specified:

a. Sample of Equipment or Device: Full size.

b. Sample of Materials Less Than 2 by 3 inches: Built up to 8 1/2 by 11 inches.

c. Sample of Materials Exceeding 8 1/2 by 11 inches: Cut down to 8 1/2 by 11 inches and adequate to indicate color, texture, and material variations.

d. Sample of Linear Devices or Materials: 10 inch length or length to be supplied, if less than 10 inches. Examples of linear devices or materials are conduit and handrails.

e. Sample Volume of Nonsolid Materials: Pint. Examples of nonsolid materials are sand and paint.

f. Color Selection Samples: 2 by 4 inches. Where samples are specified for selection of color, finish, pattern, or texture, submit the full set of available choices for the material or product specified. Sizes and quantities of samples are to represent their respective standard unit.

g. Sample Panel: 4 by 4 feet.

h. Sample Installation: 100 square feet.

1.5.2.4.2 Sample Incorporation

Reusable Samples: Incorporate returned samples into work only if so specified or indicated. Incorporated samples are to be in undamaged condition at the time of use.

Recording of Sample Installation: Note and preserve the notation of any area constituting a sample installation, but remove the notation at the final clean-up of the project.

1.5.2.4.3 Comparison Sample

Samples Showing Range of Variation: Where variations in color, finish, pattern, or texture are unavoidable due to nature of the materials, submit sets of samples of not less than three units showing extremes and middle of range. Mark each unit to describe its relation to the range of the variation.

When color, texture, or pattern is specified by naming a particular manufacturer and style, include one sample of that manufacturer and style, for comparison.

1.5.2.5 Format of SD-05 Design Data

Provide design data and certificates on 8 1/2 by 11 inch paper.

1.5.2.6 Format of SD-06 Test Reports

By prominent notation, indicate each report in the submittal. Indicate the specification number and paragraph number to which each report

Section 01 33 00 Page 7 IFB W912BU21B0004

pertains.

1.5.2.7 Format of SD-07 Certificates

Provide design data and certificates on 8 1/2 by 11 inch paper.

1.5.2.8 Format of SD-08 Manufacturer's Instructions

Present manufacturer's instructions submittals for each section. Include the manufacturer's name, trade name, place of manufacture, and catalog model or number on product data. Also include applicable federal, military, industry, and technical-society publication references. If supplemental information is needed to clarify the manufacturer's data, submit it as specified for SD-07 Certificates.

Submit the manufacturer's instructions before installation.

1.5.2.8.1 Standards

Where equipment or materials are specified to conform to industry or technical-society reference standards of such organizations as the American National Standards Institute (ANSI), ASTM International (ASTM), National Electrical Manufacturer's Association (NEMA), Underwriters Laboratories (UL), or Association of Edison Illuminating Companies (AEIC), submit proof of such compliance. The label or listing by the specified organization will be acceptable evidence of compliance. In lieu of the label or listing, submit a certificate from an independent testing organization, competent to perform testing, and approved by the Contracting Officer. State on the certificate that the item has been tested in accordance with the specified organization's test methods and that the item complies with the specified organization's reference standard.

1.5.2.9 Format of SD-09 Manufacturer's Field Reports

By prominent notation, indicate each report in the submittal. Indicate the specification number and paragraph number to which each report pertains.

1.5.2.10 Format of SD-11 Closeout Submittals

When the submittal includes a document that is to be used in the project or is to become part of the project record, other than as a submittal, do not apply the Contractor's approval stamp to the document itself, but to a separate sheet accompanying the document.

Provide data in the unit of measure used in the contract documents.

1.5.3 Source Drawings for Shop Drawings

1.5.3.1 Source Drawings

The entire set of source drawing files (DWG) will not be provided to the Contractor. Request the specific Drawing Number for the preparation of shop drawings. Only those drawings requested to prepare shop drawings will be provided. These drawings are provided only after award.

Section 01 33 00 Page 8 IFB W912BU21B0004

1.5.3.2 Terms and Conditions

Data contained on these electronic files must not be used for any purpose other than as a convenience in the preparation of construction data for the referenced project. Any other use or reuse is at the sole risk of the Contractor and without liability or legal exposure to the Government. The Contractor must make no claim, and waives to the fullest extent permitted by law any claim or cause of action of any nature against the Government, its agents, or its subconsultants that may arise out of or in connection with the use of these electronic files. The Contractor must, to the fullest extent permitted by law, indemnify and hold the Government harmless against all damages, liabilities, or costs, including reasonable attorney's fees and defense costs, arising out of or resulting from the use of these electronic files.

These electronic source drawing files are not construction documents. Differences may exist between the source drawing files and the corresponding construction documents. The Government makes no representation regarding the accuracy or completeness of the electronic source drawing files, nor does it make representation to the compatibility of these files with the Contractor hardware or software. The Contractor is responsible for determining if any conflict exists. In the event that a conflict arises between the signed and sealed construction documents prepared by the Government and the furnished source drawing files, the signed and sealed construction documents govern. Use of these source drawing files does not relieve the Contractor of the duty to fully comply with the contract documents, including and without limitation the need to check, confirm and coordinate the work of all contractors for the project. If the Contractor uses, duplicates or modifies these electronic source drawing files for use in producing construction data related to this contract, remove all previous indication of ownership (seals, logos, signatures, initials and dates).

1.5.4 Electronic File Format

Provide submittals in electronic format, with the exception of material samples required for SD-04 Samples items. In addition to the electronic submittal, provide hard copies of the submittals in the quantities as specified in the paragraphs below. Compile the submittal file as a single, complete document, to include the Transmittal Form described within. Name the electronic submittal file specifically according to its contents, and coordinate the file naming convention with the Contracting Officer. Electronic files must be of sufficient quality that all information is legible. Use PDF as the electronic format, unless otherwise specified or directed by the Contracting Officer. Generate PDF files from original documents with bookmarks so that the text included in the PDF file is searchable and can be copied. If documents are scanned, optical character resolution (OCR) routines are required. Index and bookmark files exceeding 30 pages to allow efficient navigation of the file. When required, the electronic file must include a valid electronic signature or a scan of a signature. Maintain hard copies of approved submittals at the field locations (field office, site facilities, dredge, etc.) for use by Contractor and Government personnel. Submittal tracking and transmittal documents (Eng Form 4025) will continue to utilize RMS as specified in Section 01 45 05 RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE(RMS CM).

E-mail electronic submittal documents smaller than 10MB to an e-mail address as directed by the Contracting Officer. Provide electronic

Section 01 33 00 Page 9 IFB W912BU21B0004

documents over 10 MB on an optical disc or through an electronic file sharing system such as the AMRDEC SAFE Web Application located at the following website: https://safe.amrdec.army.mil/safe/.

1.6 QUANTITY OF SUBMITTALS

1.6.1 Number of SD-01 Preconstruction Submittal Copies

Unless otherwise specified, submit two sets of administrative submittals.

1.6.2 Number of SD-04 Samples

a. Submit two samples, or two sets of samples showing the range of variation, of each required item. One approved sample or set of samples will be retained by the approving authority and one will be returned to the Contractor.

b. Submit one sample panel or provide one sample installation where directed. Include components listed in the technical section or as directed.

c. Submit one sample installation, where directed.

d. Submit one sample of nonsolid materials.

1.7 INFORMATION ONLY SUBMITTALS

Submittals without a "G" designation must be certified by the QC manager and submitted to the Contracting Officer for information-only. Approval of the Contracting Officer is not required on information only submittals. The Contracting Officer will mark "receipt acknowledged" on submittals for information and will return only the transmittal cover sheet to the Contractor. Normally, submittals for information only will not be returned. However, the Government reserves the right to return unsatisfactory submittals and require the Contractor to resubmit any item found not to comply with the contract. This does not relieve the Contractor from the obligation to furnish material conforming to the plans and specifications; will not prevent the Contracting Officer from requiring removal and replacement of nonconforming material incorporated in the work; and does not relieve the Contractor of the requirement to furnish samples for testing by the Government laboratory or for check testing by the Government in those instances where the technical specifications so prescribe. For Design-Build construction, the Government will retain 2 copies of information-only submittals.

1.8 PROJECT SUBMITTAL REGISTER

A sample Project Submittal Register showing items of equipment and materials for when submittals are required by the specifications is provided at the end of this section.

1.8.1 Submittal Management

Prepare and maintain a submittal register, as the work progresses. Do not change data that is output in columns (c), (d), (e), and (f) as delivered by Government; retain data that is output in columns (a), (g), (h), and (i) as approved. As an attachment, provide a submittal register showing items of equipment and materials for which submittals are required by the specifications. This list may not be all-inclusive and additional

Section 01 33 00 Page 10 IFB W912BU21B0004

submittals may be required. Maintain a submittal register for the project as specified herein and in accordance with Section 01 45 05 RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE(RMS CM). The Government will provide the initial submittal register with the following fields completed, to the extent that will be required by the Government during subsequent usage.

Column (c): Lists specification section in which submittal is required.

Column (d): Lists each submittal description (SD Number. and type, e.g., SD-02 Shop Drawings) required in each specification section.

Column (e): Lists one principal paragraph in each specification section where a material or product is specified. This listing is only to facilitate locating submitted requirements. Do not consider entries in column (e) as limiting the project requirements.

Thereafter, the Contractor is to track all submittals by maintaining a complete list, including completion of all data columns and all dates on which submittals are received by and returned by the Government.

1.8.2 Design-Build Submittal Register

The Designer of Record develops a complete list of submittals during design and identify required submittals in the specifications, and use the list to prepare the Submittal Register. The list may not be all inclusive and additional submittals may be required by other parts of the contract. Complete the submittal register and submit it to the Contracting Officer for approval within 30 calendar days after Notice to Proceed. The approved submittal register will serve as a scheduling document for submittals and will be used to control submittal actions throughout the contract period. Coordinate the submit dates and need dates with dates in the Contractor prepared progress schedule. Submit monthly or until all submittals have been satisfactorily completed, updates to the submittal register showing the Contractor action codes and actual dates with Government action codes. Revise the submittal register when the progress schedule is revised and submit both for approval.

1.8.3 Preconstruction Use of Submittal Register

Submit the submittal register. Include the QC plan and the project schedule. Verify that all submittals required for the project are listed and add missing submittals. Coordinate and complete the following fields on the register submitted with the QC plan and the project schedule:

Column (a) Activity Number: Activity number from the project schedule.

Column (g) Contractor Submit Date: Scheduled date for the approving authority to receive submittals.

Column (h) Contractor Approval Date: Date that Contractor needs approval of submittal.

Column (i) Contractor Material: Date that Contractor needs material delivered to Contractor control.

Section 01 33 00 Page 11 IFB W912BU21B0004

1.8.4 Contractor Use of Submittal Register

Update the following fields with each submittal throughout the contract.

Column (b) Transmittal Number: List of consecutive, Contractor-assigned numbers.

Column (j) Action Code (k): Date of action used to record Contractor's review when forwarding submittals to QC.

Column (l) Date submittal transmitted.

Column (q) Date approval was received.

1.8.5 Approving Authority Use of Submittal Register

Update the following fields:

Column (b) Transmittal Number: List of consecutive, Contractor-assigned numbers.

Column (l) Date submittal was received.

Column (m) through (p) Dates of review actions.

Column (q) Date of return to Contractor.

1.8.6 Action Codes

1.8.6.1 Contractor Action Codes

DESIGN BID BUILD SUBMITTALS

Submittal Submittal Corresponding RMS – The following Classifications shown Classification SpecsIntact Submittal in UFGS Sections Submittal Register Classifications are Code which is populated in RMS populated in the SI when the Submittal SpecsIntact Register. Submittal Data Software Limitations: File is pulled into (The RMS) software shows one character delineation in the SpecsIntact Submittal Register)

G Submittal requires G GA Government Approval

BLANK Submittal is For BLANK FIO Information Only (FIO)

Section 01 33 00 Page 12 IFB W912BU21B0004

DESIGN BID BUILD SUBMITTALS

S Submittal is for S S/FIO documentation of Sustainable requirements

1.8.7 Delivery of Copies

Submit an updated electronic copy of the submittal register to the Contracting Officer with each invoice request. Provide an updated Submittal Register monthly regardless of whether an invoice is submitted.

1.9 VARIATIONS

Variations from contract requirements require Contracting Officer approval pursuant to contract Clause FAR 52.236-21 Specifications and Drawings for Construction, and will be considered where advantageous to the Government.

1.9.1 Considering Variations

Discussion of variations with the Contracting Officer before submission will help ensure that functional and quality requirements are met and minimize rejections and resubmittals. When contemplating a variation that results in lower cost, consider submission of the variation as a Value Engineering Change Proposal (VECP).

Specifically point out variations from contract requirements in transmittal letters. Failure to point out variations may cause the Government to require rejection and removal of such work at no additional cost to the Government.

1.9.2 Proposing Variations

When proposing variation, deliver a written request to the Contracting Officer, with documentation of the nature and features of the variation and why the variation is desirable and beneficial to Government. Include the DOR's written analysis and approval. If lower cost is a benefit, also include an estimate of the cost savings. In addition to documentation required for variation, include the submittals required for the item. Clearly mark the proposed variation in all documentation.

Check the column "variation" of ENG Form 4025-R for submittals that include variations proposed by the Contractor. Set forth in writing the reason for any variations and note such variations on the submittal. The Government reserves the right to rescind inadvertent approval of submittals containing unnoted variations.

1.9.3 Warranting that Variations are Compatible

When delivering a variation for approval, the Contractor warrants that this contract has been reviewed to establish that the variation, if incorporated, will be compatible with other elements of work.

1.9.4 Review Schedule Extension

In addition to the normal submittal review period, a period of 10 calendar days will be allowed for the Government to consider submittals with

Section 01 33 00 Page 13 IFB W912BU21B0004

variations.

1.10 SCHEDULING

Schedule and submit concurrently product data and shop drawings covering component items forming a system or items that are interrelated. Submit pertinent certifications at the same time. No delay damages or time extensions will be allowed for time lost in late submittals. Government review will be completed within 14 calendar days after the date of receipt of submission by the Government.

a. Coordinate scheduling, sequencing, preparing, and processing of submittals with performance of work so that work will not be delayed by submittal processing. The Contractor is responsible for additional time required for Government reviews resulting from required resubmittals. The review period for each resubmittal is the same as for the initial submittal.

b. Submittals required by the contract documents are listed on the submittal register. If a submittal is listed in the submittal register but does not pertain to the contract work, the Contractor is to include the submittal in the register and annotate it "N/A" with a brief explanation. Approval by the Contracting Officer does not relieve the Contractor of supplying submittals required by the contract documents but that have been omitted from the register or marked "N/A."

c. Resubmit the submittal register and annotate it monthly with actual submission and approval dates. When all items on the register have been fully approved, no further resubmittal is required.

d. Period of review for each resubmittal is the same as for initial submittal.

1.10.1 Government Reviewed Design

The Government will review design submittals for conformance with the technical requirements of the Solicitation. Government review is required for variations from the completed design. Review will be only for conformance with the contract requirements. Included are only those construction submittals for which the DOR's design documents do not include enough detail to ascertain contract compliance. The Government may, but is not required to, review extensions of design such as structural steel or reinforcement shop drawings.

1.11 GOVERNMENT APPROVING AUTHORITY

When the approving authority is the Contracting Officer, the Government will:

a. Note the date on which the submittal was received.

b. Review submittals for approval within the scheduling period specified and only for conformance with project design concepts and compliance with contract documents.

c. Identify returned submittals with one of the actions defined in paragraph REVIEW NOTATIONS and with comments and markings appropriate for the action indicated.

Section 01 33 00 Page 14 IFB W912BU21B0004

Upon completion of review of submittals requiring Government approval, stamp and date submittals. Electronic email will be sent from the Government to the Contractor with the Review Notation, as specified below. Hard copies of submittals will not be returned. If the Government performs a conformance review of other Designer of Record approved submittals, the submittals will be identified and returned, as described above.

1.11.1 Review Notations

Submittals will be returned to the Contractor with the following notations:

a. Submittals marked "approved" or "accepted" authorize proceeding with the work covered.

b. Submittals marked "approved as noted" or "approved, except as noted, resubmittal not required," authorize proceeding with the work covered provided that the Contractor takes no exception to the corrections.

c. Submittals marked "not approved," "disapproved," or "revise and resubmit" indicate incomplete submittal or noncompliance with the contract requirements or design concept. Resubmit with appropriate changes. Do not proceed with work for this item until the resubmittal is approved.

d. Submittals marked "not reviewed" indicate that the submittal has been previously reviewed and approved, is not required, does not have evidence of being reviewed and approved by Contractor, or is not complete. A submittal marked "not reviewed" will be returned with an explanation of the reason it is not reviewed. Resubmit submittals returned for lack of review by Contractor or for being incomplete, with appropriate action, coordination, or change.

e. Submittals marked "receipt acknowledged" indicate that submittals have been received by the Government. This applies only to "information-only submittals" as previously defined.

1.12 DISAPPROVED SUBMITTALS

Make corrections required by the Contracting Officer. If the Contractor considers any correction or notation on the returned submittals to constitute a change to the contract drawings or specifications, give notice to the Contracting Officer as required under the FAR clause titled CHANGES. The Contractor is responsible for the dimensions and design of connection details and the construction of work. Failure to point out variations may cause the Government to require rejection and removal of such work at the Contractor's expense.

If changes are necessary to submittals, make such revisions and resubmit in accordance with the procedures above. No item of work requiring a submittal change is to be accomplished until the changed submittals are approved.

The Contractor shall pay an administrative fee to the Government in the amount of $500 for each Contractor resubmittal required in excess of the initial submittal and one resubmittal for required corrections. The Contracting Officer will deduct any assessed administrative fees from the progress payments due the Contractor.

Section 01 33 00 Page 15 IFB W912BU21B0004

1.13 APPROVED SUBMITTALS

The Contracting Officer's approval of submittals is not to be construed as a complete check, and indicates only that the general method of construction, materials, detailing, and other information are satisfactory. the design, general method of construction, materials, detailing, and other information appear to meet the Solicitation and Accepted Proposal.

Approval or acceptance by the Government for a submittal does not relieve the Contractor of the responsibility for meeting the contract requirements or for any error that may exist, because under the Quality Control (QC) requirements of this contract, the Contractor is responsible for ensuring information contained with in each submittal accurately conforms with the requirements of the contract documents.

After submittals have been approved or accepted by the Contracting Officer, no resubmittal for the purpose of substituting materials or equipment will be considered unless accompanied by an explanation of why a substitution is necessary.

1.14 APPROVED SAMPLES

Approval of a sample is only for the characteristics or use named in such approval and is not be construed to change or modify any contract requirements. Before submitting samples, provide assurance that the materials or equipment will be available in quantities required in the project. No change or substitution will be permitted after a sample has been approved.

Match the approved samples for materials and equipment incorporated in the work. If requested, approved samples, including those that may be damaged in testing, will be returned to the Contractor, at its expense, upon completion of the contract. Unapproved samples will also be returned to the Contractor at its expense, if so requested.

Failure of any materials to pass the specified tests will be sufficient cause for refusal to consider, under this contract, any further samples of the same brand or make as that material. The Government reserves the right to disapprove any material or equipment that has previously proved unsatisfactory in service.

Samples of various materials or equipment delivered on the site or in place may be taken by the Contracting Officer for testing. Samples failing to meet contract requirements will automatically void previous approvals. Replace such materials or equipment to meet contract requirements.

1.15 WITHHOLDING OF PAYMENT

Payment for materials incorporated in the work will not be made if required approvals have not been obtained. No payment for materials incorporated in the work will be made unless all required DOR approvals or required Government approvals have been obtained. No payment will be made for any materials incorporated into the work for any conformance review submittals or information-only submittals found to contain errors or deviations from the Solicitation or Accepted Proposal.

Section 01 33 00 Page 16 IFB W912BU21B0004

1.16 STAMPS

Certify the submittal data as follows on Form ENG 4025: "I certify that the above submitted items had been reviewed in detail and are correct and in strict conformance with the contract drawings and specifications except as otherwise stated. ______NAME OF CONTRACTOR ______SIGNATURE OF CONTRACTOR

Section 01 33 00 Page 17 IFB W912BU21B0004

______| CONTRACTOR | | | | (Firm Name) | | | | | | | | _____ Approved | | | | | | _____ Approved with corrections as noted on submittal data and/or | | attached sheet (s) | | | | | | | | SIGNATURE: ______| | | | TITLE: ______| | | | DATE: ______| | | |______|

For Design-Build construction, both the Contractor QC manager and the DOR are to stamp and sign to certify that the submittal meets contract requirements.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.1 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the costs of all the bid items.

-- End of Section --

Section 01 33 00 Page 18

This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SECTION 01 35 26

GOVERNMENTAL SAFETY REQUIREMENTS

PART 1 GENERAL

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

AMERICAN SOCIETY OF SAFETY PROFESSIONALS (ASSP)

ASSP A10.22 (2007; R 2017) Safety Requirements for Rope-Guided and Non-Guided Workers’ Hoists

ASSP A10.34 (2001; R 2012) Protection of the Public on or Adjacent to Construction Sites

ASSP A10.44 (2014) Control of Energy Sources (Lockout/Tagout) for Construction and Demolition Operations

ASSP Z244.1 (2016) The Control of Hazardous Energy Lockout, Tagout and Alternative Methods

ASSP Z359.0 (2012) Definitions and Nomenclature Used for Fall Protection and Fall Arrest

ASSP Z359.1 (2016) The Fall Protection Code

ASSP Z359.2 (2017) Minimum Requirements for a Comprehensive Managed Fall Protection Program

ASSP Z359.3 (2017) Safety Requirements for Lanyards and Positioning Lanyards

ASSP Z359.4 (2013) Safety Requirements for Assisted-Rescue and Self-Rescue Systems, Subsystems and Components

ASSP Z359.6 (2016) Specifications and Design Requirements for Active Fall Protection Systems

ASSP Z359.7 (2011) Qualification and Verification Testing of Fall Protection Products

ASSP Z359.11 (2014) Safety Requirements for Full Body Harnesses

ASSP Z359.12 (2009) Connecting Components for Personal Fall Arrest Systems

ASSP Z359.13 (2013) Personal Energy Absorbers and

Section 01 35 26 Page 1 IFB W912BU21B0004

Energy Absorbing Lanyards

ASSP Z359.14 (2014) Safety Requirements for Self-Retracting Devices for Personal Fall Arrest and Rescue Systems

ASSP Z359.15 (2014) Safety Requirements for Single Anchor Lifelines and Fall Arresters for Personal Fall Arrest Systems

ASME INTERNATIONAL (ASME)

ASME B30.3 (2016) Tower Cranes

ASME B30.5 (2018) Mobile and Locomotive Cranes

ASME B30.7 (2011) Winches

ASME B30.8 (2015) Floating Cranes and Floating Derricks

ASME B30.9 (2018) Slings

ASME B30.20 (2018) Below-the-Hook Lifting Devices

ASME B30.22 (2016) Articulating Boom Cranes

ASME B30.23 (2011) Personnel Lifting Systems Safety Standard for Cableways, Cranes, Derricks, Hoists, Hooks, Jacks, and Slings

ASME B30.26 (2015; INT Jun 2010 - Jun 2014) Rigging Hardware

ASTM INTERNATIONAL (ASTM)

ASTM F855 (2015) Standard Specifications for Temporary Protective Grounds to Be Used on De-energized Electric Power Lines and Equipment

INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE)

IEEE 1048 (2003) Guide for Protective Grounding of Power Lines

IEEE C2 (2017; Errata 1-2 2017; INT 1 2017) National Electrical Safety Code

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 10 (2018; TIA 18-1) Standard for Portable Fire Extinguishers

NFPA 51B (2014) Standard for Fire Prevention During Welding, Cutting, and Other Hot Work

NFPA 70 (2017; ERTA 1-2 2017; TIA 17-1; TIA 17-2; TIA 17-3; TIA 17-4; TIA 17-5; TIA 17-6;

Section 01 35 26 Page 2 IFB W912BU21B0004

TIA 17-7; TIA 17-8; TIA 17-9; TIA 17-10; TIA 17-11; TIA 17-12; TIA 17-13; TIA 17-14; TIA 17-15; TIA 17-16; TIA 17-17 ) National Electrical Code

NFPA 70E (2018; TIA 18-1; TIA 81-2) Standard for Electrical Safety in the Workplace

NFPA 241 (2019) Standard for Safeguarding Construction, Alteration, and Demolition Operations

TELECOMMUNICATIONS INDUSTRY ASSOCIATION (TIA)

TIA-222 (2005G; Add 1 2007; Add 2 2009; Add 3 2014; Add 4 2014; R 2014; R 2016) Structural Standards for Steel Antenna Towers and Antenna Supporting Structures

TIA-1019 (2012; R 2016) Standard for Installation, Alteration and Maintenance of Antenna Supporting Structures and Antennas

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2014) Safety and Health Requirements Manual

U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA)

10 CFR 20 Standards for Protection Against Radiation

29 CFR 1910 Occupational Safety and Health Standards

29 CFR 1910.146 Permit-required Confined Spaces

29 CFR 1910.147 The Control of Hazardous Energy (Lock Out/Tag Out)

29 CFR 1910.333 Selection and Use of Work Practices

29 CFR 1915 Confined and Enclosed Spaces and Other Dangerous Atmospheres in Shipyard Employment

29 CFR 1915.89 Control of Hazardous Energy (Lockout/Tags-Plus)

29 CFR 1926 Safety and Health Regulations for Construction

29 CFR 1926.16 Rules of Construction

29 CFR 1926.450 Scaffolds

29 CFR 1926.500 Fall Protection

29 CFR 1926.552 Material Hoists, Personal Hoists, and Elevators

Section 01 35 26 Page 3 IFB W912BU21B0004

29 CFR 1926.553 Base-Mounted Drum Hoists

29 CFR 1926.1400 Cranes and Derricks in Construction

49 CFR 173 Shippers - General Requirements for Shipments and Packagings

CPL 02-01-056 (2014) Inspection Procedures for Accessing Communication Towers by Hoist

CPL 2.100 (1995) Application of the Permit-Required Confined Spaces (PRCS) Standards, 29 CFR 1910.146

1.2 DEFINITIONS

1.2.1 Competent Person (CP)

The CP is a person designated in writing, who, through training, knowledge and experience, is capable of identifying, evaluating, and addressing existing and predictable hazards in the working environment or working conditions that are dangerous to personnel, and who has authorization to take prompt corrective measures with regards to such hazards.

1.2.2 Competent Person, Confined Space

The CP, Confined Space, is a person meeting the competent person requirements as defined EM 385-1-1 Appendix Q, with thorough knowledge of OSHA’s Confined Space Standard, 29 CFR 1910.146, and designated in writing to be responsible for the immediate supervision, implementation and monitoring of the confined space program, who through training, knowledge and experience in confined space entry is capable of identifying, evaluating and addressing existing and potential confined space hazards and, who has the authority to take prompt corrective measures with regard to such hazards.

1.2.3 Competent Person, Cranes and Rigging

The CP, Cranes and Rigging, as defined in EM 385-1-1 Appendix Q, is a person meeting the competent person, who has been designated in writing to be responsible for the immediate supervision, implementation and monitoring of the Crane and Rigging Program, who through training, knowledge and experience in crane and rigging is capable of identifying, evaluating and addressing existing and potential hazards and, who has the authority to take prompt corrective measures with regard to such hazards.

1.2.4 Competent Person, Excavation/Trenching

A CP, Excavation/Trenching, is a person meeting the competent person requirements as defined in EM 385-1-1 Appendix Q and 29 CFR 1926, who has been designated in writing to be responsible for the immediate supervision, implementation and monitoring of the excavation/trenching program, who through training, knowledge and experience in excavation/trenching is capable of identifying, evaluating and addressing existing and potential hazards and, who has the authority to take prompt corrective measures with regard to such hazards.

Section 01 35 26 Page 4 IFB W912BU21B0004

1.2.5 Competent Person, Fall Protection

The CP, Fall Protection, is a person meeting the competent person requirements as defined in EM 385-1-1 Appendix Q and in accordance with ASSP Z359.0, who has been designated in writing by the employer to be responsible for immediate supervising, implementing and monitoring of the fall protection program, who through training, knowledge and experience in fall protection and rescue systems and equipment, is capable of identifying, evaluating and addressing existing and potential fall hazards and, who has the authority to take prompt corrective measures with regard to such hazards.

1.2.6 Competent Person, Scaffolding

The CP, Scaffolding is a person meeting the competent person requirements in EM 385-1-1 Appendix Q, and designated in writing by the employer to be responsible for immediate supervising, implementing and monitoring of the scaffolding program. The CP for Scaffolding has enough training, knowledge and experience in scaffolding to correctly identify, evaluate and address existing and potential hazards and also has the authority to take prompt corrective measures with regard to these hazards. CP qualifications must be documented and include experience on the specific scaffolding systems/types being used, assessment of the base material that the scaffold will be erected upon, load calculations for materials and personnel, and erection and dismantling. The CP for scaffolding must have a documented, minimum of 8-hours of scaffold training to include training on the specific type of scaffold being used (e.g. mast-climbing, adjustable, tubular frame), in accordance with EM 385-1-1 Section 22.B.02.

1.2.7 Competent Person (CP) Trainer

A competent person trainer as defined in EM 385-1-1 Appendix Q, who is qualified in the material presented, and who possesses a working knowledge of applicable technical regulations, standards, equipment and systems related to the subject matter on which they are training Competent Persons. A competent person trainer must be familiar with the typical hazards and the equipment used in the industry they are instructing. The training provided by the competent person trainer must be appropriate to that specific industry. The competent person trainer must evaluate the knowledge and skills of the competent persons as part of the training process.

1.2.8 High Risk Activities

High Risk Activities are activities that involve work at heights, crane and rigging, excavations and trenching, scaffolding, electrical work, and confined space entry.

1.2.9 High Visibility Accident

A High Visibility Accident is any mishap which may generate publicity or high visibility.

1.2.10 Load Handling Equipment (LHE)

LHE is a term used to describe cranes, hoists and all other hoisting equipment (hoisting equipment means equipment, including crane, derricks, hoists and power operated equipment used with rigging to raise, lower or horizontally move a load).

Section 01 35 26 Page 5 IFB W912BU21B0004

1.2.11 Medical Treatment

Medical Treatment is treatment administered by a physician or by registered professional personnel under the standing orders of a physician. Medical treatment does not include first aid treatment even when provided by a physician or registered personnel.

1.2.12 Near Miss

A Near Miss is a mishap resulting in no personal injury and zero property damage, but given a shift in time or position, damage or injury may have occurred (e.g., a worker falls off a scaffold and is not injured; a crane swings around to move the load and narrowly misses a parked vehicle).

1.2.13 Operating Envelope

The Operating Envelope is the area surrounding any crane or load handling equipment. Inside this "envelope" is the crane, the operator, riggers and crane walkers, other personnel involved in the operation, rigging gear between the hook, the load, the crane's supporting structure (i.e. ground or rail), the load's rigging path, the lift and rigging procedure.

1.2.14 Qualified Person (QP)

The QP is a person designated in writing, who, by possession of a recognized degree, certificate, or professional standing, or extensive knowledge, training, and experience, has successfully demonstrated their ability to solve or resolve problems related to the subject matter, the work, or the project.

1.2.15 Qualified Person, Fall Protection (QP for FP)

A QP for FP is a person meeting the requirements of EM 385-1-1 Appendix Q, and ASSP Z359.0, with a recognized degree or professional certificate and with extensive knowledge, training and experience in the fall protection and rescue field who is capable of designing, analyzing, and evaluating and specifying fall protection and rescue systems.

1.2.16 USACE Property and Equipment

Interpret "USACE" property and equipment specified in USACE EM 385-1-1 as Government property and equipment.

1.2.17 Load Handling Equipment (LHE) Accident or Load Handling Equipment Mishap

A LHE accident occurs when any one or more of the eight elements in the operating envelope fails to perform correctly during operation, including operation during maintenance or testing resulting in personnel injury or death; material or equipment damage; dropped load; derailment; two-blocking; overload; or collision, including unplanned contact between the load, crane, or other objects. A dropped load, derailment, two-blocking, overload and collision are considered accidents, even though no material damage or injury occurs. A component failure (e.g., motor burnout, gear tooth failure, bearing failure) is not considered an accident solely due to material or equipment damage unless the component failure results in damage to other components (e.g., dropped boom, dropped load, or roll over). Document an LHE mishap using the Crane High Hazard

Section 01 35 26 Page 6 IFB W912BU21B0004

working group mishap reporting form.

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Names and Qualifications; G, DO

Accident Prevention Plan (APP); G, DO

Accident Prevention Plan (APP) Checklist; G, DO

Public Health Emergency Plan

SD-06 Test Reports

Monthly Exposure Reports

Notifications and Reports

Accident Reports; G, DO

LHE Inspection Reports

Dive Operations Plan; G, DO

SD-07 Certificates SSHO Daily Inspection checklist

Crane Operators/Riggers; G, DO

Standard Lift Plan; G, DO

Critical Lift Plan; G, DO

Activity Hazard Analysis (AHA); G, DO

Confined Space Entry Permit; G, DO

Hot Work Permit; G, DO

Certificate of Compliance

License Certificates

Radiography Operation Planning Work Sheet; G, DO

Portable Gauge Operations Planning Worksheet; G, DO

Section 01 35 26 Page 7 IFB W912BU21B0004

1.4 MONTHLY EXPOSURE REPORTS

Provide a Monthly Exposure Report and attach to the monthly billing request. This report is a compilation of employee-hours worked each month for all site workers, both Prime and subcontractor. Failure to submit the report may result in retention of up to 10 percent of the voucher.

1.5 REGULATORY REQUIREMENTS

In addition to the detailed requirements included in the provisions of this contract, comply with the most recent edition of USACE EM 385-1-1, and the following Federal, State, and local laws, ordinances, criteria, rules and regulations. Submit matters of interpretation of standards to the appropriate administrative agency for resolution before starting work. Where the requirements of this specification, applicable laws, criteria, ordinances, regulations, and referenced documents vary, the most stringent requirements govern.

1.6 SITE QUALIFICATIONS, DUTIES, AND MEETINGS

1.6.1 Personnel Qualifications

1.6.1.1 Site Safety and Health Officer (SSHO)

Provide an SSHO that meets the requirements of EM 385-1-1 Section 1. The SSHO must ensure that the requirements of 29 CFR 1926.16 are met for the project. Provide a Safety oversight team that includes a minimum of one (1) person at each project site to function as the Site Safety and Health Officer (SSHO). The SSHO or an equally-qualified Alternate SSHO must be at the work site at all times to implement and administer the Contractor's safety program and government-accepted Accident Prevention Plan. The SSHO and Alternate SSHO must have the required training, experience, and qualifications in accordance with EM 385-1-1 Section 01.A.17, and all associated sub-paragraphs.

If the SSHO is off-site for a period longer than 24 hours, an equally-qualified alternate SSHO must be provided and must fulfill the same roles and responsibilities as the primary SSHO. When the SSHO is temporarily (up to 24 hours) off-site, a Designated Representative (DR), as identified in the AHA may be used in lieu of an Alternate SSHO, and must be on the project site at all times when work is being performed. Note that the DR is a collateral duty safety position, with safety duties in addition to their full time occupation.

1.6.1.1.1 Additional Site Safety and Health Officer (SSHO) Requirements and Duties

The SSHO may not serve as the Contractor Quality Control System Manager (CQCSM). The SSHO may not serve as the Superintendent. The roles of Superintendent, SSHO, and CQCSM shall not be filled by a single individual.

1.6.1.2 Competent Person Qualifications

Provide Competent Persons in accordance with EM 385-1-1, Appendix Q and herein. Competent Persons for high risk activities include confined space, cranes and rigging, excavation/trenching, fall protection, and electrical work. The CP for these activities must be designated in writing, and meet the requirements for the specific activity (i.e. competent person, fall protection).

Section 01 35 26 Page 8 IFB W912BU21B0004

The Competent Person identified in the Contractor's Safety and Health Program and accepted Accident Prevention Plan, must be on-site at all times when the work that presents the hazards associated with their professional expertise is being performed. Provide the credentials of the Competent Persons(s) to the the Contracting Officer for information in consultation with the Safety Office.

1.6.1.2.1 Competent Person for Confined Space Entry

Provide a Confined Space (CP) Competent Person who meets the requirements of EM 385-1-1, Appendix Q, and herein. The CP for Confined Space Entry must supervise the entry into each confined space in accordance with EM 385-1-1, Section 34.

1.6.1.2.2 Competent Person for Scaffolding

Provide a Competent Person for Scaffolding who meets the requirements of EM 385-1-1, Section 22.B.02 and herein.

1.6.1.2.3 Competent Person for Fall Protection

Provide a Competent Person for Fall Protection who meets the requirements of EM 385-1-1, Section 21.C.04, 21.B.03, and herein.

1.6.1.3 Qualified Trainer Requirements

Individuals qualified to instruct the 40 hour contract safety awareness course, or portions thereof, must meet the definition of a Competent Person Trainer, and, at a minimum, possess a working knowledge of the following subject areas: EM 385-1-1, Electrical Standards,Lockout/Tagout, Fall Protection, Confined Space Entry for Construction; Excavation, Trenching and Soil Mechanics, and Scaffolds in accordance with 29 CFR 1926.450, Subpart L.

Instructors are required to:

a. Prepare class presentations that cover construction-related safety requirements.

b. Ensure that all attendees attend all sessions by using a class roster signed daily by each attendee. Maintain copies of the roster for at least five (5) years. This is a certification class and must be attended 100 percent. In cases of emergency where an attendee cannot make it to a session, the attendee can make it up in another class session for the same subject.

c. Update training course materials whenever an update of the EM 385-1-1 becomes available.

d. Provide a written exam of at least 50 questions. Students are required to answer 80 percent correctly to pass.

e. Request, review and incorporate student feedback into a continuous course improvement program.

1.6.1.4 Crane Operators/Riggers

Provide Operators, Signal Persons, and Riggers meeting the requirements in

Section 01 35 26 Page 9 IFB W912BU21B0004

EM 385-1-1, Section 15.B for Riggers and Section 16.B for Crane Operators and Signal Persons. Provide proof of current qualification.

1.6.2 Personnel Duties

1.6.2.1 Duties of the Site Safety and Health Officer (SSHO)

The SSHO must:

a. Conduct daily safety and health inspections and maintain a written log which includes area/operation inspected, date of inspection, identified hazards, recommended corrective actions, estimated and actual dates of corrections. Attach safety inspection logs to the Contractors' daily production report. A form that meets or exceeds the attached SSHO Daily Inspection checklist expectations, shall be used.

b. Conduct mishap investigations and complete required accident reports. Report mishaps and near misses.

c. Use and maintain OSHA's Form 300 to log work-related injuries and illnesses occurring on the project site for Prime Contractors and subcontractors, and make available to the Contracting Officer upon request. Post and maintain the Form 300A on the site Safety Bulletin Board.

d. Maintain applicable safety reference material on the job site.

e. Attend the pre-construction conference, pre-work meetings including preparatory meetings, and periodic in-progress meetings.

f. Review the APP and AHAs for compliance with EM 385-1-1, and approve, sign, implement and enforce them.

g. Establish a Safety and Occupational Health (SOH) Deficiency Tracking System that lists and monitors outstanding deficiencies until resolution.

h. Ensure subcontractor compliance with safety and health requirements.

i. Maintain a list of hazardous chemicals on site and their material Safety Data Sheets (SDS).

j. Maintain a weekly list of high hazard activities involving energy, equipment, excavation, entry into confined space, and elevation, and be prepared to discuss details during QC Meetings.

k. Provide and keep a record of site safety orientation and indoctrination for Contractor employees, subcontractor employees, and site visitors.

Superintendent, CQCSM, and SSHO are subject to dismissal if the above duties are not being effectively carried out. If Superintendent, CQCSM, or SSHO are dismissed, project work will be stopped and will not be allowed to resume until a suitable replacement is approved and the above duties are again being effectively carried out.

Section 01 35 26 Page 10 IFB W912BU21B0004

1.6.3 Meetings

1.6.3.1 Preconstruction Conference

a. Contractor representatives who have a responsibility or significant role in accident prevention on the project must attend the preconstruction conference. This includes the project superintendent, Site Safety and Occupational Health officer, Contractor Quality Control System Manager, or any other assigned safety and health professionals who participated in the development of the APP (including the Activity Hazard Analyses (AHAs) and special plans, program and procedures associated with it).

b. Discuss the details of the submitted APP to include incorporated plans, programs, procedures and a listing of anticipated AHAs that will be developed and implemented during the performance of the contract. This list of proposed AHAs will be reviewed at the conference and an agreement will be reached between the Contractor and the Contracting Officer as to which phases will require an analysis. In addition, establish a schedule for the preparation, submittal, and Government review of AHAs to preclude project delays.

c. Deficiencies in the submitted APP, identified during the Contracting Officer's review, must be corrected, and the APP re-submitted for review prior to the start of construction. Work is not permitted to begin until an APP is established that is acceptable to the Contracting Officer.

1.6.3.2 Safety Meetings

Conduct safety meetings to review past activities, plan for new or changed operations, review pertinent aspects of appropriate AHA (by trade), establish safe working procedures for anticipated hazards, and provide pertinent Safety and Occupational Health (SOH) training and motivation. Conduct meetings at least once a month for all supervisors on the project location. The SSHO, supervisors, foremen, or CDSOs must conduct meetings at least once a week for the trade workers. Document meeting minutes to include the date, persons in attendance, subjects discussed, and names of individual(s) who conducted the meeting. Maintain documentation on-site and furnish copies to the Contracting Officer on request. Notify the Contracting Officer of all scheduled meetings 7 calendar days in advance.

1.7 ACCIDENT PREVENTION PLAN (APP)

A qualified person must prepare the written site-specific APP. Prepare the APP in accordance with the format and requirements of EM 385-1-1, Appendix A, and as supplemented herein. Cover all paragraph and subparagraph elements in EM 385-1-1, Appendix A. Complete and submit with the APP the ACCIDENT PREVENTION PLAN (APP) CHECKLIST, which is attached to the end of this section. The APP must be job-specific and address any unusual or unique aspects of the project or activity for which it is written. The APP must interface with the Contractor's overall safety and health program referenced in the APP in the applicable APP element, and made site-specific. Describe the methods to evaluate past safety performance of potential subcontractors in the selection process. Also, describe innovative methods used to ensure and monitor safe work practices of subcontractors. The Government considers the Prime Contractor to be the "controlling authority" for all work site safety and health of the subcontractors. Contractors are responsible for informing their

Section 01 35 26 Page 11 IFB W912BU21B0004

subcontractors of the safety provisions under the terms of the contract and the penalties for noncompliance, coordinating the work to prevent one craft from interfering with or creating hazardous working conditions for other crafts, and inspecting subcontractor operations to ensure that accident prevention responsibilities are being carried out. The APP must be signed by an officer of the firm (Prime Contractor senior person), the individual preparing the APP, the on-site superintendent, the designated SSHO, the Contractor Quality Control System Manager, and any designated Certified Safety Professional (CSP) or Certified Health Physicist (CIH). The SSHO must provide and maintain the APP and a log of signatures by each subcontractor foreman, attesting that they have read and understand the APP, and make the APP and log available on-site to the Contracting Officer. If English is not the foreman's primary language, the Prime Contractor must provide an interpreter.

Submit the APP to the Contracting Officer 15 calendar days prior to the date of the preconstruction conference for acceptance. Submit APP in electronic format (CD ROM/PDF) and hard copy. Work cannot proceed without an accepted APP. Once reviewed and accepted by the Contracting Officer, the APP and attachments will be enforced as part of the contract. Disregarding the provisions of this contract or the accepted APP is cause for stopping of work, at the discretion of the Contracting Officer, until the matter has been rectified. Copies of the accepted plan shall be maintained at the Contractor's construction field office and any applicable remote sites (dredge, etc.), and at the job site. Continuously review and amend the APP, as necessary, throughout the life of the contract. Changes to the accepted APP must be made with the knowledge and concurrence of the Contracting Officer, project superintendent, SSHO and CQCSM. Incorporate unusual or high-hazard activities not identified in the original APP as they are discovered. Should any severe hazard exposure (i.e. imminent danger) become evident, stop work in the area, secure the area, and develop a plan to remove the exposure and control the hazard. Notify the Contracting Officer within 24 hours of discovery. Eliminate and remove the hazard. In the interim, take all necessary action to restore and maintain safe working conditions in order to safeguard onsite personnel, visitors, the public (as defined by ASSP A10.34 ), and the environment.

1.7.1 Names and Qualifications

Provide plans in accordance with the requirements outlined in Appendix A of EM 385-1-1, including the following:

a. Names and qualifications (resumes including education, training, experience and certifications) of site safety and health personnel designated to perform work on this project to include the designated Site Safety and Health Officer(SSHO), alternate SSHO, Designated Representatives, and other competent and qualified personnel to be used. Specify the duties of each position.

b. Qualifications of competent and of qualified persons. As a minimum, designate and submit qualifications of competent persons for each of the following major areas: excavation; scaffolding; fall protection; hazardous energy; confined space; health hazard recognition, evaluation and control of chemical, physical and biological agents; and personal protective equipment and clothing to include selection, use and maintenance.

Section 01 35 26 Page 12 IFB W912BU21B0004

1.7.2 Plans

Provide plans in the APP in accordance with the requirements outlined in Appendix A of EM 385-1-1, including the following:

1.7.2.1 Confined Space Entry Plan

Develop a confined or enclosed space entry plan in accordance with EM 385-1-1, applicable OSHA standards 29 CFR 1910, 29 CFR 1915, and 29 CFR 1926, OSHA Directive CPL 2.100, and any other federal, state and local regulatory requirements identified in this contract. Identify the qualified person's name and qualifications, training, and experience. Delineate the qualified person's authority to direct work stoppage in the event of hazardous conditions. Include procedure for rescue by contractor personnel and the coordination with emergency responders. (If there is no confined space work, include a statement that no confined space work exists and none will be created.)

1.7.2.2 Standard Lift Plan (SLP)

Plan lifts to avoid situations where the operator cannot maintain safe control of the lift. Prepare a written SLP in accordance with EM 385-1-1, Section 16.A.03, using Form 16-2 for every lift or series of lifts (if duty cycle or routine lifts are being performed). The SLP must be developed, reviewed and accepted by all personnel involved in the lift in conjunction with the associated AHA. Signature on the AHA constitutes acceptance of the plan. Maintain the SLP on the LHE for the current lift(s) being made. Maintain historical SLPs for a minimum of 3 months.

1.7.2.3 Critical Lift Plan - Crane or Load Handling Equipment

Provide a Critical Lift Plan as required by EM 385-1-1, Section 16.H.01, using Form 16-3. In addition, Critical Lift Plans are required for the following:

a. Lifts over 50 percent of the capacity of barge mounted mobile crane's hoist.

b. When working around energized power lines where the work will get closer than the minimum clearance distance in EM 385-1-1 Table 16-1.

c. For lifts with anticipated binding conditions.

d. When erecting cranes.

1.7.2.3.1 Critical Lift Plan Planning and Schedule

Critical lifts require detailed planning and additional or unusual safety precautions. Develop and submit a critical lift plan to the Contracting Officer 30 calendar days prior to critical lift. Comply with load testing requirements in accordance with EM 385-1-1, Section 16.F.03.

1.7.2.3.2 Lifts of Personnel

In addition to the requirements of EM 385-1-1, Section 16.H.02, for lifts of personnel, demonstrate compliance with the requirements of 29 CFR 1926.1400 and EM 385-1-1, Section 16.T.

Section 01 35 26 Page 13 IFB W912BU21B0004

1.7.2.4 Barge Mounted Mobile Crane Lift Plan

Provide a Naval Architecture Analysis and include an LHE Manufacturer's Floating Service Load Chart in accordance with EM 385-1-1, Section 16.L.03.

1.7.2.5 Multi-Purpose Machines, Material Handling Equipment, and Construction Equipment Lift Plan

Multi-purpose machines, material handling equipment, and construction equipment used to lift loads that are suspended by rigging gear, require proof of authorization from the machine OEM that the machine is capable of making lifts of loads suspended by rigging equipment. Written approval from a qualified registered professional engineer, after a safety analysis is performed, is allowed in lieu of the OEM's approval. Demonstrate that the operator is properly trained and that the equipment is properly configured to make such lifts and is equipped with a load chart.

1.7.2.6 Fall Protection and Prevention (FP&P) Plan

The plan must comply with the requirements of EM 385-1-1, Section 21.D and ASSP Z359.2, be site specific, and address all fall hazards in the work place and during different phases of construction. Address how to protect and prevent workers from falling to lower levels when they are exposed to fall hazards above 6 feet. A competent person or qualified person for fall protection must prepare and sign the plan documentation. Include fall protection and prevention systems, equipment and methods employed for every phase of work, roles and responsibilities, assisted rescue, self-rescue and evacuation procedures, training requirements, and monitoring methods. Review and revise, as necessary, the Fall Protection and Prevention Plan documentation as conditions change, but at a minimum every six months, for lengthy projects, reflecting any changes during the course of construction due to changes in personnel, equipment, systems or work habits. Keep and maintain the accepted Fall Protection and Prevention Plan documentation at the job site for the duration of the project. Include the Fall Protection and Prevention Plan documentation in the Accident Prevention Plan (APP).

1.7.2.7 Rescue and Evacuation Plan

Provide a Rescue and Evacuation Plan in accordance with EM 385-1-1 Section 21.N and ASSP Z359.2, and include in the FP&P Plan and as part of the APP. Include a detailed discussion of the following: methods of rescue; methods of self-rescue; equipment used; training requirement; specialized training for the rescuers; procedures for requesting rescue and medical assistance; and transportation routes to a medical facility.

1.7.2.8 Hazardous Energy Control Program (HECP)

Develop a HECP in accordance with EM 385-1-1 Section 12, 29 CFR 1910.147, 29 CFR 1910.333, 29 CFR 1915.89, ASSP Z244.1, and ASSP A10.44. Submit this HECP as part of the Accident Prevention Plan (APP). Conduct a preparatory meeting and inspection with all effected personnel to coordinate all HECP activities. Document this meeting and inspection in accordance with EM 385-1-1, Section 12.A.02. Ensure that each employee is familiar with and complies with these procedures.

1.7.2.9 Public Health Emergency Plan

In the event of a public health emergency, provide a Public Health

Section 01 35 26 Page 14 IFB W912BU21B0004

Emergency Protection Plan in accordance with OSHA, CDC, and state guidelines. The most restrictive requirement shall take precedence. The plan shall include workforce education and training, PPE requirements and protocol for wearing PPE, job-related protocols (distancing whenever possible, modifying activities to reduce potential exposure, etc.), actions taken for personnel exhibiting symptoms of public health emergency, and actions taken by the Contractor for employees who fail to follow requirements.

1.7.2.10 Site Demolition Plan

Identify the safety and health aspects, and prepare in accordance with Section 02 41 00 DEMOLITION and referenced sources.

1.8 ACTIVITY HAZARD ANALYSIS (AHA)

Before beginning each activity, task or Definable Feature of Work (DFOW) involving a type of work presenting hazards not experienced in previous project operations, or where a new work crew or subcontractor is to perform the work, the Contractor(s) performing that work activity must prepare an AHA. AHAs must be developed by the Prime Contractor, subcontractor, or supplier performing the work, and provided for Prime Contractor review and approval before submitting to the Contracting Officer. AHAs must be signed by the SSHO, Superintendent, CQCSM and the subcontractor Foreman performing the work. Format the AHA in accordance with EM 385-1-1, Section 1 or as directed by the Contracting Officer. Submit the AHA for review at least 15 working days prior to the start of each activity task, or DFOW. The Government reserves the right to require the Contractor to revise and resubmit the AHA if it fails to effectively identify the work sequences, specific anticipated hazards, site conditions, equipment, materials, personnel and the control measures to be implemented.

AHAs must identify competent persons required for phases involving high risk activities, including confined entry, crane and rigging, excavations, trenching, electrical work, fall protection, and scaffolding.

1.8.1 AHA Management

Review the AHA list periodically (at least monthly) at the Contractor supervisory safety meeting, and update as necessary when procedures, scheduling, or hazards change. Use the AHA during daily inspections by the SSHO to ensure the implementation and effectiveness of the required safety and health controls for that work activity.

1.8.2 AHA Signature Log

Each employee performing work as part of an activity, task or DFOW must review the AHA for that work and sign a signature log specifically maintained for that AHA prior to starting work on that activity. The SSHO must maintain a signature log on site for every AHA. Provide employees whose primary language is other than English, with an interpreter to ensure a clear understanding of the AHA and its contents.

1.9 DISPLAY OF SAFETY INFORMATION

1.9.1 Safety Bulletin Board

Within 1 calendar day(s) after commencement of work, erect a safety

Section 01 35 26 Page 15 IFB W912BU21B0004

bulletin board at the job site. Where size, duration, or logistics of project do not facilitate a bulletin board, an alternative method, acceptable to the Contracting Officer, that is accessible and includes all mandatory information for employee and visitor review, may be deemed as meeting the requirement for a bulletin board. Include and maintain information on safety bulletin board as required by EM 385-1-1, Section 01.A.07. Additional items required to be posted include:

a. Confined space entry permit.

b. Hot work permit.

1.9.2 Safety and Occupational Health (SOH) Deficiency Tracking System

Establish a SOH deficiency tracking system that lists and monitors the status of SOH deficiencies in chronological order. Use the tracking system to evaluate the effectiveness of the APP. A monthly evaluation of the data must be discussed in the QC or SOH meeting with everyone on the project. The list must be posted on the project bulletin board and updated daily, and provide the following information:

a. Date deficiency identified;

b. Description of deficiency;

c. Name of person responsible for correcting deficiency;

d. Projected resolution date;

e. Date actually resolved.

1.10 SITE SAFETY REFERENCE MATERIALS

Maintain safety-related references applicable to the project, including those listed in paragraph REFERENCES. Maintain applicable equipment manufacturer's manuals.

1.11 EMERGENCY MEDICAL TREATMENT

Contractors must arrange for their own emergency medical treatment in accordance with EM 385-1-1. Government has no responsibility to provide emergency medical treatment.

1.12 NOTIFICATIONS and REPORTS

1.12.1 Mishap Notification

Notify the Contracting Officer as soon as practical, but no more than twenty-four hours, after any mishaps, including recordable accidents, incidents, and near misses, as defined in EM 385-1-1 Appendix Q, any report of injury, illness, or any property damage. For LHE or rigging mishaps, notify the Contracting Officer as soon as practical but not more than 4 hours after mishap. The Contractor is responsible for obtaining appropriate medical and emergency assistance and for notifying fire, law enforcement, and regulatory agencies. Immediate reporting is required for electrical mishaps, to include Arc Flash; shock; uncontrolled release of hazardous energy (includes electrical and non-electrical); load handling equipment or rigging; fall from height (any level other than same surface); and underwater diving. These mishaps must be investigated in

Section 01 35 26 Page 16 IFB W912BU21B0004

depth to identify all causes and to recommend hazard control measures.

Within notification include Contractor name; contract title; type of contract; name of activity, installation or location where accident occurred; date and time of accident; names of personnel injured; extent of property damage, if any; extent of injury, if known, and brief description of accident (for example, type of construction equipment used and PPE used). Preserve the conditions and evidence on the accident site until the Government investigation team arrives on-site and Government investigation is conducted. Assist and cooperate fully with the Government's investigation(s) of any mishap.

1.12.2 Accident Reports

a. Conduct an accident investigation for recordable injuries and illnesses, property damage, and near misses as defined in EM 385-1-1, to establish the root cause(s) of the accident. Complete the applicable USACE Accident Report Form 3394, and provide the report to the Contracting Officer within 5 calendar day(s) of the accident. The Contracting Officer will provide copies of any required or special forms.

b. Near Misses: Report all "Near Misses" to the GDA, using local mishap reporting procedures, within 24 hrs. The Contracting Officer will provide the Contractor the required forms. Near miss reports are considered positive and proactive Contractor safety management actions.

c. Conduct an accident investigation for any load handling equipment accident (including rigging accidents) to establish the root cause(s) of the accident. Complete the LHE Accident Report (Crane and Rigging Accident Report) form and provide the report to the Contracting Officer within 30 calendar days of the accident. Do not proceed with crane operations until cause is determined and corrective actions have been implemented to the satisfaction of the Contracting Officer. The Contracting Officer will provide a blank copy of the accident report form.

1.12.3 LHE Inspection Reports

Submit LHE inspection reports required in accordance with EM 385-1-1 and as specified herein with Daily Reports of Inspections.

1.12.4 Certificate of Compliance and Pre-lift Plan/Checklist for LHE and Rigging

Provide a FORM 16-1 Certificate of Compliance for LHE entering an activity under this contract and in accordance with EM 385-1-1. Post certifications on the crane. FORM CENAP 16-1 is attached to the end of this section.

Develop a Standard Lift Plan (SLP) in accordance with EM 385-1-1, Section 16.H.03 using Form 16-2 Standard Pre-Lift Crane Plan/Checklist for each lift planned. Submit SLP to the Contracting Officer for approval within 15 calendar days in advance of planned lift.

Section 01 35 26 Page 17 IFB W912BU21B0004

1.13 HOT WORK

1.13.1 Permit and Personnel Requirements

Submit and obtain a written permit prior to performing "Hot Work" (i.e. welding or cutting) or operating other flame-producing/spark producing devices, from the Contractor's designated permit authorizing individual. Use DA Form 5383-R Hot-Work Permit, attached to this section, unless otherwise directed. A permit is required from the Explosives Safety Office for work in and around where explosives are processed, stored, or handled. CONTRACTORS ARE REQUIRED TO MEET ALL CRITERIA BEFORE A PERMIT IS ISSUED. Provide at least two 20 pound 4A:20 BC rated extinguishers for normal "Hot Work". The extinguishers must be current inspection tagged, and contain an approved safety pin and tamper resistant seal. It is also mandatory to have a designated FIRE WATCH for any "Hot Work" done at this activity. The Fire Watch must be trained in accordance with NFPA 51B and remain on-site for a minimum of one hour after completion of the task or as specified on the hot work permit.

When starting work in the facility, require personnel to familiarize themselves with the location of the nearest fire alarm boxes and place in memory the emergency local Fire Department phone number. REPORT ANY FIRE, NO MATTER HOW SMALL, TO THE RESPONSIBLE LOCAL FIRE DEPARTMENT IMMEDIATELY.

1.13.2 Work Around Flammable Materials

Obtain permit approval from a NFPA Certified Marine Chemist for "HOT WORK" within or around flammable materials (such as fuel systems or welding/cutting on fuel pipes) or confined spaces (such as sewer wet wells, manholes, or vaults) that have the potential for flammable or explosive atmospheres.

Whenever these materials, except beryllium and chromium (VI), are encountered in indoor operations, local mechanical exhaust ventilation systems that are sufficient to reduce and maintain personal exposures to within acceptable limits must be used and maintained in accordance with manufacturer's instruction and supplemented by exceptions noted in EM 385-1-1, Section 06.H

1.14 RADIATION SAFETY REQUIREMENTS

Submit License Certificates, employee training records, and Leak Test Reports for radiation materials and equipment to the Contracting Officer for all specialized and licensed material and equipment proposed for use on the project (excludes portable machine sources of ionizing radiation including moisture density and X-Ray Fluorescence (XRF)). Maintain on-site records whenever licensed radiological materials or ionizing equipment are on government property.

Protect workers from radiation exposure in accordance with 10 CFR 20, ensuring any personnel exposures are maintained As Low As Reasonably Achievable.

1.14.1 Radiography Operation Planning Work Sheet

Submit a Gamma and X-Ray Radiography Operation Planning Work Sheet to Contracting Officer 14 days prior to commencement of operations involving radioactive materials or radiation generating devices. For portable machine sources of ionizing radiation, including moisture density and XRF,

Section 01 35 26 Page 18 IFB W912BU21B0004

use and submit the Portable Gauge Operations Planning Worksheet instead. The Contracting Officer will review the submitted worksheet and provide questions and comments.

Contractors must use primary dosimeters process by a National Voluntary Laboratory Accreditation Program (NVLAP) accredited laboratory.

1.14.2 Site Access and Security

Coordinate site access and security requirements with the Contracting Officer for all radiological materials and equipment containing ionizing radiation that are proposed for use. The authorized representative will meet the Contractor at a designated location, ensure safety of the materials being transported, and will escort the Contractor to the job site and return upon completion of the work.

Provide a copy of all calibration records, and utilization records for radiological operations performed on the site.

1.14.3 Loss or Release and Unplanned Personnel Exposure

Loss or release of radioactive materials, and unplanned personnel exposures must be reported immediately to the Contracting Officer.

1.14.4 Site Demarcation and Barricade

Properly demark and barricade an area surrounding radiological operations to preclude personnel entrance, in accordance with EM 385-1-1, Nuclear Regulatory Commission, and Applicable State regulations and license requirements, and in accordance with requirements established in the accepted Radiography Operation Planning Work Sheet.

Do not close or obstruct streets, walks, and other facilities occupied and used by the Government without written permission from the Contracting Officer.

1.14.5 Security of Material and Equipment

Properly secure the radiological material and ionizing radiation equipment at all times, including keeping the devices in a properly marked and locked container, and secondarily locking the container to a secure point in the Contractor's vehicle or other approved storage location during transportation and while not in use. While in use, maintain a continuous visual observation on the radiological material and ionizing radiation equipment. In instances where radiography is scheduled near or adjacent to buildings or areas having limited access or one-way doors, make no assumptions as to building occupancy. Where necessary, the Contracting Officer will direct the Contractor to conduct an actual building entry, search, and alert. Where removal of personnel from such a building cannot be accomplished and it is otherwise safe to proceed with the radiography, position a fully instructed employee inside the building or area to prevent exiting while external radiographic operations are in process.

1.14.6 Transportation of Material

Comply with 49 CFR 173 for Transportation of Regulated Amounts of Radioactive Material. Notify Local Fire authorities of any Radioactive Material use.

Section 01 35 26 Page 19 IFB W912BU21B0004

1.14.7 Schedule for Exposure or Unshielding

Actual exposure of the radiographic film or unshielding the source must not be initiated until after 5 p.m. on weekdays.

1.14.8 Transmitter Requirements

Adhere to the base policy concerning the use of transmitters, such as radios and cell phones. Obey Emissions control (EMCON) restrictions.

1.15 CONFINED SPACE ENTRY REQUIREMENTS

Confined space entry must comply with Section 34 of EM 385-1-1, OSHA 29 CFR 1926, OSHA 29 CFR 1910, OSHA 29 CFR 1910.146, and OSHA Directive CPL 2.100. Any potential for a hazard in the confined space requires a permit system to be used.

1.15.1 Entry Procedures

Prohibit entry into a confined space by personnel for any purpose, including hot work, until the qualified person has conducted appropriate tests to ensure the confined or enclosed space is safe for the work intended and that all potential hazards are controlled or eliminated and documented. Comply with EM 385-1-1, Section 34 for entry procedures. Hazards pertaining to the space must be reviewed with each employee during review of the AHA.

1.15.2 Forced Air Ventilation

Forced air ventilation is required for all confined space entry operations and the minimum air exchange requirements must be maintained to ensure exposure to any hazardous atmosphere is kept below its action level.

1.15.3 Sewer Wet Wells

Sewer wet wells require continuous atmosphere monitoring with audible alarm for toxic gas detection.

1.15.4 Rescue Procedures and Coordination with Local Emergency Responders

Develop and implement an on-site rescue and recovery plan and procedures. The rescue plan must not rely on local emergency responders for rescue from a confined space.

1.16 DIVE SAFETY REQUIREMENTS

Develop a Dive Operations Plan, AHA, emergency management plan, and personnel list that includes qualifications, for each separate diving operation. See Section 01 35 50 DIVING SERVICES for additional requirements. Submit these documents to the District Dive Coordinator (DDC) via the Contracting Officer, for review and approval at least 15 working days prior to commencement of diving operations. These documents must be at the diving location at all times. Provide each of these documents as a part of the project file.

1.17 SEVERE STORM PLAN

In the event of a severe storm warning, the Contractor must:

Section 01 35 26 Page 20 IFB W912BU21B0004

a. Secure outside equipment and materials and place materials that could be damaged in protected areas.

b. Check surrounding area, including roof, for loose material, equipment, debris, and other objects that could be blown away or against existing facilities.

c. Ensure that temporary erosion controls are adequate.

PART 2 PRODUCTS

Not used.

PART 3 EXECUTION

3.1 CONSTRUCTION AND OTHER WORK

Comply with EM 385-1-1, NFPA 70, NFPA 70E, NFPA 241, the APP, the AHA, Federal and State OSHA regulations, and other related submittals and activity fire and safety regulations. The most stringent standard prevails.

PPE is governed in all areas by the nature of the work the employee is performing. Use personal hearing protection at all times in designated noise hazardous areas or when performing noise hazardous tasks. Safety glasses must be worn or carried/available on each person. Mandatory PPE includes:

a. Hard Hat

b. Long Pants

c. Appropriate Safety Shoes

d. Appropriate Class Reflective Vests

3.1.1 Worksite Communication

Employees working alone in a remote location or away from other workers must be provided an effective means of emergency communications (i.e., cellular phone, two-way radios, land-line telephones or other acceptable means). The selected communication must be readily available (easily within the immediate reach) of the employee and must be tested prior to the start of work to verify that it effectively operates in the area/environment. An employee check-in/check-out communication procedure must be developed to ensure employee safety.

3.1.2 Hazardous Material Exclusions

Notwithstanding any other hazardous material used in this contract, radioactive materials or instruments capable of producing ionizing/non-ionizing radiation (with the exception of radioactive material and devices used in accordance with EM 385-1-1 such as nuclear density meters for compaction testing and laboratory equipment with radioactive sources) as well as materials which contain asbestos, mercury or polychlorinated biphenyls, di-isocyanates, lead-based paint, and hexavalent chromium, are prohibited. The Contracting Officer, upon written request by the Contractor, may consider exceptions to the use of any of the above excluded materials. Low mercury lamps used within

Section 01 35 26 Page 21 IFB W912BU21B0004

fluorescent lighting fixtures are allowed as an exception without further Contracting Officer approval. Notify the Radiation Safety Officer (RSO) prior to excepted items of radioactive material and devices being brought on base.

3.1.3 Unforeseen Hazardous Material

Contract documents identify materials such as PCB, lead paint, and friable and non-friable asbestos and other OSHA regulated chemicals (i.e. 29 CFR Part 1910.1000). If material(s) that may be hazardous to human health upon disturbance are encountered during construction operations, stop that portion of work and notify the Contracting Officer immediately. Within 14 calendar days the Government will determine if the material is hazardous. If material is not hazardous or poses no danger, the Government will direct the Contractor to proceed without change. If material is hazardous and handling of the material is necessary to accomplish the work, the Government will issue a modification pursuant to FAR 52.243-4 Changes and FAR 52.236-2 Differing Site Conditions.

3.2 UTILITY OUTAGE REQUIREMENTS

Apply for utility outages at least 14 days in advance. At a minimum, the written request must include the location of the outage, utilities being affected, duration of outage, any necessary sketches, and a description of the means to fulfill energy isolation requirements in accordance with EM 385-1-1, Section 11.A.02 (Isolation). Some examples of energy isolation devices and procedures are highlighted in EM 385-1-1, Section 12.D. In accordance with EM 385-1-1, Section 12.A.01, where outages involve Government or Utility personnel, coordinate with the Government on all activities involving the control of hazardous energy.

These activities include, but are not limited to, a review of HECP and HEC procedures, as well as applicable Activity Hazard Analyses (AHAs). In accordance with EM 385-1-1, Section 11.A.02 and NFPA 70E, work on energized electrical circuits must not be performed without prior government authorization. Government permission is considered through the permit process and submission of a detailed AHA. Energized work permits are considered only when de-energizing introduces additional or increased hazard or when de-energizing is infeasible.

3.3 OUTAGE COORDINATION MEETING

After the utility outage request is approved and prior to beginning work on the utility system requiring shut-down, conduct a pre-outage coordination meeting in accordance with EM 385-1-1, Section 12.A. This meeting must include the Prime Contractor, the Prime and subcontractors performing the work, the Contracting Officer, and the Public Utilities representative. All parties must fully coordinate HEC activities with one another. During the coordination meeting, all parties must discuss and coordinate on the scope of work, HEC procedures (specifically, the lock-out/tag-out procedures for worker and utility protection), the AHA, assurance of trade personnel qualifications, identification of competent persons, and compliance with HECP training in accordance with EM 385-1-1, Section 12.C. Clarify when personal protective equipment is required during switching operations, inspection, and verification.

3.4 CONTROL OF HAZARDOUS ENERGY (LOCKOUT/TAGOUT)

Provide and operate a Hazardous Energy Control Program (HECP) in

Section 01 35 26 Page 22 IFB W912BU21B0004

accordance with EM 385-1-1 Section 12, 29 CFR 1910.333, 29 CFR 1915.89, ASSP A10.44, NFPA 70E, and paragraph HAZARDOUS ENERGY CONTROL PROGRAM (HECP).

3.4.1 Safety Preparatory Inspection Coordination Meeting with the Government or Utility

For electrical distribution equipment that is to be operated by Government or Utility personnel, the Prime Contractor and the subcontractor performing the work must attend the safety preparatory inspection coordination meeting, which will also be attended by the Contracting Officer's Representative, and required by EM 385-1-1, Section 12.A.02. The meeting will occur immediately preceding the start of work and following the completion of the outage coordination meeting. Both the safety preparatory inspection coordination meeting and the outage coordination meeting must occur prior to conducting the outage and commencing with lockout/tagout procedures.

3.4.2 Lockout/Tagout Isolation

Where the Government or Utility performs equipment isolation and lockout/tagout, the Contractor must place their own locks and tags on each energy-isolating device and proceed in accordance with the HECP. Before any work begins, both the Contractor and the Government or Utility must perform energy isolation verification testing while wearing required PPE detailed in the Contractor's AHA and required by EM 385-1-1, Sections 05.I and 11.B. Install personal protective grounds, with tags, to eliminate the potential for induced voltage in accordance with EM 385-1-1, Section 12.E.06.

3.4.3 Lockout/Tagout Removal

Upon completion of work, conduct lockout/tagout removal procedure in accordance with the HECP. In accordance with EM 385-1-1, Section 12.E.08, each lock and tag must be removed from each energy isolating device by the authorized individual or systems operator who applied the device. Provide formal notification to the Government (by completing the Government form if provided by Contracting Officer's Representative), confirming that steps of de-energization and lockout/tagout removal procedure have been conducted and certified through inspection and verification. Government or Utility locks and tags used to support the Contractor's work will not be removed until the authorized Government employee receives the formal notification.

3.5 FALL PROTECTION PROGRAM

Establish a fall protection program, for the protection of all employees exposed to fall hazards. Within the program include company policy, identify roles and responsibilities, education and training requirements, fall hazard identification, prevention and control measures, inspection, storage, care and maintenance of fall protection equipment and rescue and evacuation procedures in accordance with ASSP Z359.2 and EM 385-1-1, Sections 21.A and 21.D.

3.5.1 Training

Institute a fall protection training program. As part of the Fall Protection Program, provide training for each employee who might be exposed to fall hazards. Provide training by a competent person for fall

Section 01 35 26 Page 23 IFB W912BU21B0004

protection in accordance with EM 385-1-1, Section 21.C. Document training and practical application of the competent person in accordance with EM 385-1-1, Section 21.C.04 and ASSP Z359.2 in the AHA.

3.5.2 Fall Protection Equipment and Systems

Enforce use of personal fall protection equipment and systems designated (to include fall arrest, restraint, and positioning) for each specific work activity in the Site Specific Fall Protection and Prevention Plan and AHA at all times when an employee is exposed to a fall hazard. Protect employees from fall hazards as specified in EM 385-1-1, Section 21.

Provide personal fall protection equipment, systems, subsystems, and components that comply with EM 385-1-1 Section 21.I, 29 CFR 1926.500 Subpart M,ASSP Z359.0, ASSP Z359.1, ASSP Z359.2, ASSP Z359.3, ASSP Z359.4, ASSP Z359.6, ASSP Z359.7, ASSP Z359.11, ASSP Z359.12, ASSP Z359.13, ASSP Z359.14, and ASSP Z359.15.

3.5.2.1 Additional Personal Fall Protection

In addition to the required fall protection systems, other protection such as safety skiffs, personal floatation devices, and life rings, are required when working above or next to water in accordance with EM 385-1-1, Sections 21.O through 21.O.06. Personal fall protection systems and equipment are required when working from an articulating or extendible boom, swing stages, or suspended platform. In addition, personal fall protection systems are required when operating other equipment such as scissor lifts. The need for tying-off in such equipment is to prevent ejection of the employee from the equipment during raising, lowering, travel, or while performing work.

3.5.2.2 Personal Fall Protection Harnesses

Only a full-body harness with a shock-absorbing lanyard or self-retracting lanyard is an acceptable personal fall arrest body support device. The use of body belts is not acceptable. Harnesses must have a fall arrest attachment affixed to the body support (usually a Dorsal D-ring) and specifically designated for attachment to the rest of the system. Snap hooks and carabineers must be self-closing and self-locking, capable of being opened only by at least two consecutive deliberate actions and have a minimum gate strength of 3,600 lbs in all directions. Use webbing, straps, and ropes made of synthetic fiber. The maximum free fall distance when using fall arrest equipment must not exceed 6 feet, unless the proper energy absorbing lanyard is used. Always take into consideration the total fall distance and any swinging of the worker (pendulum-like motion), that can occur during a fall, when attaching a person to a fall arrest system. All full body harnesses must be equipped with Suspension Trauma Preventers such as stirrups, relief steps, or similar in order to provide short-term relief from the effects of orthostatic intolerance in accordance with EM 385-1-1, Section 21.I.06.

3.5.3 Fall Protection for Roofing Work

Implement fall protection controls based on the type of roof being constructed and work being performed. Evaluate the roof area to be accessed for its structural integrity including weight-bearing capabilities for the projected loading.

a. Low Sloped Roofs:

Section 01 35 26 Page 24 IFB W912BU21B0004

(1) For work within 6 feet of an edge, on a roof having a slope less than or equal to 4:12 (vertical to horizontal), protect personnel from falling by use of personal fall arrest/restraint systems, guardrails, or safety nets. A safety monitoring system is not adequate fall protection and is not authorized. Provide in accordance with 29 CFR 1926.500.

(2) For work greater than 6 feet from an edge, erect and install warning lines in accordance with 29 CFR 1926.500 and EM 385-1-1, Section L.

b. Steep-Sloped Roofs: Work on a roof having a slope greater than 4:12 (vertical to horizontal) requires a personal fall arrest system, guardrails with toe-boards, or safety nets.

3.5.4 Horizontal Lifelines (HLL)

Provide HLL in accordance with EM 385-1-1, Section 21.I.08.d.2. Commercially manufactured horizontal lifelines (HLL) must be designed, installed, certified and used, under the supervision of a qualified person, for fall protection as part of a complete fall arrest system which maintains a safety factor of 2 (29 CFR 1926.500). The competent person for fall protection may (if deemed appropriate by the qualified person) supervise the assembly, disassembly, use and inspection of the HLL system under the direction of the qualified person. Locally manufactured HLLs are not acceptable unless they are custom designed for limited or site specific applications by a Registered Professional Engineer who is qualified in designing HLL systems.

3.5.5 Guardrails and Safety Nets

Design, install and use guardrails and safety nets in accordance with EM 385-1-1, Section 21.F.01 and 29 CFR 1926 Subpart M.

3.5.6 Rescue and Evacuation Plan and Procedures

When personal fall arrest systems are used, ensure that the mishap victim can self-rescue or can be rescued promptly should a fall occur. Prepare a Rescue and Evacuation Plan and include a detailed discussion of the following: methods of rescue; methods of self-rescue or assisted-rescue; equipment used; training requirement; specialized training for the rescuers; procedures for requesting rescue and medical assistance; and transportation routes to a medical facility. Include the Rescue and Evacuation Plan within the Activity Hazard Analysis (AHA) for the phase of work, in the Fall Protection and Prevention (FP&P) Plan, and the Accident Prevention Plan (APP). The plan must comply with the requirements of EM 385-1-1, ASSP Z359.2, and ASSP Z359.4.

3.6 WORK PLATFORMS

3.6.1 Scaffolding

Provide employees with a safe means of access to the work area on the scaffold. Climbing of any scaffold braces or supports not specifically designed for access is prohibited. Comply with the following requirements:

a. Scaffold platforms greater than 20 feet in height must be accessed by use of a scaffold stair system.

Section 01 35 26 Page 25 IFB W912BU21B0004

b. Ladders commonly provided by scaffold system manufacturers are prohibited for accessing scaffold platforms greater than 20 feet maximum in height.

c. An adequate gate is required.

d. Employees performing scaffold erection and dismantling must be qualified.

e. Scaffold must be capable of supporting at least four times the maximum intended load, and provide appropriate fall protection as delineated in the accepted fall protection and prevention plan.

f. Stationary scaffolds must be attached to structural building components to safeguard against tipping forward or backward.

g. Special care must be given to ensure scaffold systems are not overloaded.

h. Side brackets used to extend scaffold platforms on self-supported scaffold systems for the storage of material are prohibited. The first tie-in must be at the height equal to 4 times the width of the smallest dimension of the scaffold base.

i. Scaffolding other than suspended types must bear on base plates upon wood mudsills (2 in x 10 in x 8 in minimum) or other adequate firm foundation.

j. Scaffold or work platform erectors must have fall protection during the erection and dismantling of scaffolding or work platforms that are more than 6 feet.

k. Delineate fall protection requirements when working above 6 feet or above dangerous operations in the Fall Protection and Prevention (FP&P) Plan and Activity Hazard Analysis (AHA) for the phase of work.

3.6.2 Elevated Aerial Work Platforms (AWPs)

Workers must be anchored to the basket or bucket in accordance with manufacturer's specifications and instructions (anchoring to the boom may only be used when allowed by the manufacturer and permitted by the CP). Lanyards used must be sufficiently short to prohibit worker from climbing out of basket. The climbing of rails is prohibited. Lanyards with built-in shock absorbers are acceptable. Self-retracting devices are not acceptable. Tying off to an adjacent pole or structure is not permitted unless a safe device for 100 percent tie-off is used for the transfer.

Use of AWPs must be operated, inspected, and maintained as specified in the operating manual for the equipment and delineated in the AHA. Operators of AWPs must be designated as qualified operators by the Prime Contractor. Maintain proof of qualifications on site for review and include in the AHA.

3.7 EQUIPMENT

3.7.1 Material Handling Equipment (MHE)

a. Material handling equipment such as forklifts must not be modified

Section 01 35 26 Page 26 IFB W912BU21B0004

with work platform attachments for supporting employees unless specifically delineated in the manufacturer's printed operating instructions. Material handling equipment fitted with personnel work platform attachments are prohibited from traveling or positioning while personnel are working on the platform.

b. The use of hooks on equipment for lifting of material must be in accordance with manufacturer's printed instructions. Material Handling Equipment Operators must be trained in accordance with OSHA 29 CFR 1910, Subpart N.

c. Operators of forklifts or power industrial trucks must be licensed in accordance with OSHA.

3.7.2 Load Handling Equipment (LHE)

The following requirements apply. In exception, these requirements do not apply to commercial truck mounted and articulating boom cranes used solely to deliver material and supplies (not prefabricated components, structural steel, or components of a systems-engineered metal building) where the lift consists of moving materials and supplies from a truck or trailer to the ground; to cranes installed on mechanics trucks that are used solely in the repair of shore-based equipment; to crane that enter the activity but are not used for lifting; nor to other machines not used to lift loads suspended by rigging equipment. However, LHE accidents occurring during such operations must be reported.

a. Equip cranes and derricks as specified in EM 385-1-1, Section 16.

b. Notify the Contracting Officer 15 working days in advance of any LHE entering the activity, in accordance with EM 385-1-1, Section 16.A.02, so that necessary quality assurance spot checks can be coordinated. Contractor's operator must remain with the crane during the spot check. Rigging gear must comply with OSHA, ASME B30.9 Standards safety standards.

c. Comply with the LHE manufacturer's specifications and limitations for erection and operation of cranes and hoists used in support of the work. Perform erection under the supervision of a designated person (as defined in ASME B30.5). Perform all testing in accordance with the manufacturer's recommended procedures.

d. Comply with ASME B30.5 for mobile and locomotive cranes, ASME B30.22 for articulating boom cranes, ASME B30.3 for construction tower cranes, ASME B30.8 for floating cranes and floating derricks, ASME B30.9 for slings, ASME B30.20 for below the hook lifting devices and ASME B30.26 for rigging hardware.

e. When operating in the vicinity of overhead transmission lines, operators and riggers must be alert to this special hazard and follow the requirements of EM 385-1-1 Section 11, and ASME B30.5 or ASME B30.22 as applicable.

f. Do not use crane suspended personnel work platforms (baskets) unless the Contractor proves that using any other access to the work location would provide a greater hazard to the workers or is impossible. Do not lift personnel with a line hoist or friction crane. Additionally, submit a specific AHA for this work to the Contracting Officer. Ensure the activity and AHA are thoroughly reviewed by all involved

Section 01 35 26 Page 27 IFB W912BU21B0004

personnel.

g. Inspect, maintain, and recharge portable fire extinguishers as specified in NFPA 10, Standard for Portable Fire Extinguishers.

h. All employees must keep clear of loads about to be lifted and of suspended loads, except for employees required to handle the load.

i. Use cribbing when performing lifts on outriggers.

j. The crane hook/block must be positioned directly over the load. Side loading of the crane is prohibited.

k. A physical barricade must be positioned to prevent personnel access where accessible areas of the LHE's rotating superstructure poses a risk of striking, pinching or crushing personnel.

l. Maintain inspection records in accordance by EM 385-1-1, Section 16.D, including shift, monthly, and annual inspections, the signature of the person performing the inspection, and the serial number or other identifier of the LHE that was inspected. Records must be available for review by the Contracting Officer.

m. Maintain written reports of operational and load testing in accordance with EM 385-1-1, Section 16.F, listing the load test procedures used along with any repairs or alterations performed on the LHE. Reports must be available for review by the Contracting Officer.

n. Certify that all LHE operators have been trained in proper use of all safety devices (e.g. anti-two block devices).

o. Take steps to ensure that wind speed does not contribute to loss of control of the load during lifting operations. At wind speeds greater than 20 mph, the operator, rigger and lift supervisor must cease all crane operations, evaluate conditions and determine if the lift may proceed. Base the determination to proceed or not on wind calculations per the manufacturer and a reduction in LHE rated capacity if applicable. Include this maximum wind speed determination as part of the activity hazard analysis plan for that operation.

3.7.3 Machinery and Mechanized Equipment

a. Proof of qualifications for operator must be kept on the project site for review.

b. Manufacture specifications or owner's manual for the equipment must be on-site and reviewed for additional safety precautions or requirements that are sometimes not identified by OSHA or USACE EM 385-1-1. Incorporate such additional safety precautions or requirements into the AHAs.

3.7.4 Base Mounted Drum Hoists

a. Operation of base mounted drum hoists must comply with EM 385-1-1 and ASSP A10.22.

b. Rigging gear must comply with applicable ASME/OSHA standards

c. When used on telecommunication towers, base mounted drum hoists must

Section 01 35 26 Page 28 IFB W912BU21B0004

comply with TIA-1019, TIA-222, ASME B30.7, 29 CFR 1926.552, and 29 CFR 1926.553.

d. When used to hoist personnel, the AHA must include a written standard operating procedure. Operators must have a physical examination in accordance with EM 385-1-1 Section 16.B.05 and trained, at a minimum, in accordance with EM 385-1-1 Section 16.U and 16.T. The base mounted drum hoist must also comply with OSHA Instruction CPL 02-01-056 and ASME B30.23.

e. Material and personnel must not be hoisted simultaneously.

f. Personnel cage must be marked with the capacity (in number of persons) and load limit in pounds.

g. Construction equipment must not be used for hoisting material or personnel or with trolley/tag lines. Construction equipment may be used for towing and assisting with anchoring guy lines.

3.7.5 Use of Explosives

Explosives must not be used or brought to the project site without prior written approval from the Contracting Officer. Such approval does not relieve the Contractor of responsibility for injury to persons or for damage to property due to blasting operations.

Storage of explosives, when permitted on Government property, must be only where directed and in approved storage facilities. These facilities must be kept locked at all times except for inspection, delivery, and withdrawal of explosives.

3.8 EXCAVATIONS

Soil classification must be performed by a competent person in accordance with 29 CFR 1926 and EM 385-1-1.

3.8.1 Utility Locations

Provide a third party, independent, private utility locating company to positively identify underground utilities in the work area in addition to any station locating service and coordinated with the station utility department.

3.8.2 Utility Location Verification

Physically verify underground utility locations, including utility depth, by hand digging using wood or fiberglass handled tools when any adjacent construction work is expected to come within 3 feet of the underground system.

3.8.3 Utilities Within and Under Concrete, Bituminous Asphalt, and Other Impervious Surfaces

Utilities located within and under concrete slabs or pier structures, bridges, parking areas, and the like, are extremely difficult to identify. Whenever contract work involves chipping, saw cutting, or core drilling through concrete, bituminous asphalt or other impervious surfaces, the existing utility location must be coordinated with station utility departments in addition to location and depth verification by a third

Section 01 35 26 Page 29 IFB W912BU21B0004

party, independent, private locating company. The third party, independent, private locating company must locate utility depth by use of Ground Penetrating Radar (GPR), X-ray, bore scope, or ultrasound prior to the start of demolition and construction. Outages to isolate utility systems must be used in circumstances where utilities are unable to be positively identified. The use of historical drawings does not alleviate the Contractor from meeting this requirement.

3.9 ELECTRICAL

Perform electrical work in accordance with EM 385-1-1, Appendix A, Sections 11 and 12.

3.9.1 Conduct of Electrical Work

As delineated in EM 385-1-1, electrical work is to be conducted in a de-energized state unless there is no alternative method for accomplishing the work. In those cases obtain an energized work permit from the Contracting Officer. The energized work permit application must be accompanied by the AHA and a summary of why the equipment/circuit needs to be worked energized. Underground electrical spaces must be certified safe for entry before entering to conduct work. Cables that will be cut must be positively identified and de-energized prior to performing each cut. Attach temporary grounds in accordance with ASTM F855 and IEEE 1048. Perform all high voltage cable cutting remotely using hydraulic cutting tool. When racking in or live switching of circuit breakers, no additional person other than the switch operator is allowed in the space during the actual operation. Plan so that work near energized parts is minimized to the fullest extent possible. Use of electrical outages clear of any energized electrical sources is the preferred method.

When working in energized substations, only qualified electrical workers are permitted to enter. When work requires work near energized circuits as defined by NFPA 70, high voltage personnel must use personal protective equipment that includes, as a minimum, electrical hard hat, safety shoes, insulating gloves and electrical arc flash protection for personnel as required by NFPA 70E. Insulating blankets, hearing protection, and switching suits may also be required, depending on the specific job and as delineated in the Contractor's AHA. Ensure that each employee is familiar with and complies with these procedures and 29 CFR 1910.147.

3.9.2 Qualifications

Electrical work must be performed by QP personnel with verifiable credentials who are familiar with applicable code requirements. Verifiable credentials consist of State, National and Local Certifications or Licenses that a Master or Journeyman Electrician may hold, depending on work being performed, and must be identified in the appropriate AHA. Journeyman/Apprentice ratio must be in accordance with State and Local requirements applicable to where work is being performed.

3.9.3 Arc Flash

Conduct a hazard analysis/arc flash hazard analysis whenever work on or near energized parts greater than 50 volts is necessary, in accordance with NFPA 70E.

All personnel entering the identified arc flash protection boundary must be QPs and properly trained in NFPA 70E requirements and procedures.

Section 01 35 26 Page 30 IFB W912BU21B0004

Unless permitted by NFPA 70E, no Unqualified Person is permitted to approach nearer than the Limited Approach Boundary of energized conductors and circuit parts. Training must be administered by an electrically qualified source and documented.

3.9.4 Grounding

Ground electrical circuits, equipment and enclosures in accordance with NFPA 70 and IEEE C2 to provide a permanent, continuous and effective path to ground unless otherwise noted by EM 385-1-1.

Check grounding circuits to ensure that the circuit between the ground and a grounded power conductor has a resistance low enough to permit sufficient current flow to allow the fuse or circuit breaker to interrupt the current.

3.9.5 Testing

Temporary electrical distribution systems and devices must be inspected, tested and found acceptable for Ground-Fault Circuit Interrupter (GFCI) protection, polarity, ground continuity, and ground resistance before initial use, before use after modification and at least monthly. Monthly inspections and tests must be maintained for each temporary electrical distribution system, and signed by the electrical CP or QP.

3.10 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the costs of all the bid items.

-- End of Section --

Section 01 35 26 Page 31 This page was intentionally left blank for duplex printing.

This page was intentionally left blank for duplex printing.

This page was intentionally left blank for duplex printing.

This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SECTION 01 35 50

DIVING SERVICES

PART 1 GENERAL

1.1 SCOPE OF SECTION

The work specified in this section includes the development and enforcement of a diving services plan.

NOTE: Though diving services are not required as part of the general scope of work for this project, it is Philadelphia District policy to include a section covering commercial diving operations for all construction projects that are conducted on, or near, the water. The reasoning for this is the fact that unforeseen circumstances (such as lost equipment recovery, unknown sunken object investigation/removal, emergency floating plant repairs, etc.) may require the need for commercial diving services. In the event the need for this type of operation occurs, including a commercial diving section in the contract specifications helps to ensure that the Contractor is aware of the requirements for conducting commercial diving operations on USACE Philadelphia District projects.

1.2 GENERAL REQUIREMENTS

a. All diving performed under this contract shall be in strict accordance with the rules and regulations prescribed by EM 385-1-1 - Section 30; ER 385-1-31; 0910-LP-115-1921; 29 CFR 1910 - Subpart T; 29 CFR 1915; and the Association of Diving Contractors International (ADCI) Consensus Standards.

b. A Contracting Officer's Representative, will be designated by the Contracting Officer at the Post Award Conference, to act for the Contracting Officer for all submissions, directions and/or acceptance(s) required under the specifications. There will also be an individual designated as the Philadelphia District Designated Dive Coordinator (DDC). Do not schedule or engage in diving operations without the acceptance of the Contracting Officer and the DDC. Contact the DDC, Derek Burleigh, at 570-615-7052 (office) or 215-964-8647 (mobile), to obtain a list of emergency contact information for the Philadelphia District Dive Safety Program, prior to conducting dive operations.

1.2.1 Underwater Work

Provide necessary services and equipment to perform underwater inspections and repair tasks. All diving operations shall be considered incidental to the work specified elsewhere in these specifications. No separate payment for diving work will be made.

1.2.2 Types of Diving Operations

The Surface Supplied Air (SSA) mode of diving shall be used for all underwater work.

Section 01 35 50 Page 1 IFB W912BU21B0004

1.3 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2014) Safety and Health Requirements Manual

ER 385-1-31 (2009; R2016) The Control of Hazardous Energy

U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA)

29 CFR 1910 Occupational Safety and Health Standards

29 CFR 1915 Confined and Enclosed Spaces and Other Dangerous Atmospheres in Shipyard Employment

U.S. NAVAL SEA SYSTEMS COMMAND (NAVSEA)

0910-LP-115-1921 (2016; R2018) U.S. Navy Diving Manual, Revision 7, Change A

1.4 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. The acceptance of submittals shall not be construed as a complete check, but will indicate only that the submittal generally complies with regulatory requirements. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-07 Certificates

Safe Practices Manual; G, DO Diving Operations Plan; G,DO Activity Hazard Analysis (AHA); G,DO Emergency Management Plan; G,DO Decompression Plan; G, DO Dive Personnel Qualifications; G,DO Equipment/Air Quality Certifications; G,DO

Submit the above as a complete dive submittal package.

Daily Logs; G,DO

1.5 DIVE SUBMITTAL PACKAGE

The DDC may request submittals in addition to those listed when deemed necessary to adequately describe the work covered in the particular work order. Each submittal shall be complete and in sufficient detail to allow ready determination of compliance with contract requirements. Prior to submittal, all items shall be checked and approved by the Contractor's

Section 01 35 50 Page 2 IFB W912BU21B0004

Quality Control (CQC) representative and shall be stamped, signed, and dated by the CQC representative certifying that the submittal complies with the contract requirements. Proposed deviations from the contract requirements shall be clearly identified.

1.5.1 Safe Practices Manual

Develop and maintain a safe practices manual. The manual shall contain all of the information required by 29 CFR 1910, encompass the Contractor's entire diving program, and shall include the items listed in EM 385-1-1, Section 30, Paragraph 30.A.15. Complete and submit with the manual the Safe Practices Manual Review Checklist, which is attached to the end of this section. The manual shall be available at all times at the dive location to each dive team member and the Government Dive Safety Inspector (DSI).

1.5.2 Diving Operations Plan

Develop a site specific diving operations plan for each separate diving operation. At a minimum, the plan shall contain the information required by EM 385-1-1, Section 30, Paragraph 30.A.16. For medical requirements, see EM 385-1-1, Section 30, Paragraph 30.A.09. Complete and submit with the plan the Dive Operations Plan Review Checklist, which is attached to the end of this section. Submit the plan for review and acceptance, prior to commencement of diving operations. The accepted plan shall be at the diving location at all times and be made available to the Government DSI upon request.

1.5.3 Activity Hazard Analysis (AHA)

Prepare a job-specific AHA that addresses the risk to personnel and property for each phase of work, addresses the hazards for each activity performed, and presents the procedures and safeguards necessary to eliminate the hazards or reduce the risk to an acceptable level. The suggested format for the analysis is contained in Figure 1-2 of EM 385-1-1. Attach to the AHA a copy of clearances to be issued that deal with identified hazards. At a minimum, comply with EM 385-1-1, Section 30, Paragraph 30.A.17. Complete and submit with the analysis the Activity Hazards Analysis Review Checklist, which is attached to the end of this section. Submit the AHA for review and acceptance prior to the commencement of diving operations. The accepted AHA shall be at the diving location at all times and be made available to the Government DSI upon request.

1.5.4 Emergency Management Plan

Prepare a site-specific Emergency Management Plan for each dive operation, which includes information and procedures developed to deal with accidents after they occur. At a minimum the plan shall contain the information required by EM 385-1-1, Section 30, Paragraph 30.A.18. Complete and submit with the plan the Emergency Management Plan Review Checklist, which is attached to the end of this section. Submit the plan for review and acceptance prior to the commencement of diving operations. The accepted plan shall be at the diving location at all times and be made available to the Government DSI upon request.

1.5.5 Decompression Plan

If the use of Saturation, Surface Decompression with Oxygen (Sur-D-) or

Section 01 35 50 Page 3 IFB W912BU21B0004

in-water decompression is planned, prepare a project specific Decompression Plan for each dive operation, which includes information, procedures and decompression methodology. At a minimum the plan shall contain the information required by EM 385-1-1, Section 30, Paragraph 30.E. Submit the plan for review and acceptance prior to the commencement of diving operations. The plan shall be at the diving location at all times and be made available to the Government DSI upon request.

1.5.6 Dive Personnel Qualifications

Submit evidence that each dive team member has the training and experience consistent with the performance requirements for diving operations that may be necessary for work under this contract. Verification of dive team qualifications and experience includes divers, diving supervisor, and tenders. Dive team members must demonstrate similar dive work experience as required by the contract; examples include but are not limited to Sur-D-O2, NITROX (enriched air), mixed gas, deep, saturation, penetration, HazMat and/or contaminated water diving. At a minimum the qualifications shall contain the information required by EM 385-1-1, Section 30, Paragraphs 30.A.05 to 30.A.09. The Contractor conducting dive operations shall have no dive related serious, willful, or repeat State or Federal OSHA safety citations within the 12 months preceding the commencement of dive operations. Submit evidence that each dive team member has current certification in cardiopulmonary resuscitation (CPR), first aid and diver specific Oxygen Provider. Complete and submit the Dive Personnel Qualifications form, which is attached to the end of this section. A lack of experience or qualifications to perform the tasks stated in the scope of work will be cause for rejection or cessation of operations.

1.5.7 Equipment/Air Quality Certifications

Provide certifications and testing results for all equipment and air sources to be used in dive operations that include the information required by EM 385-1-1, Section 30, Paragraph 30.F. Certifications and test results shall be available at all times at the dive location to each dive team member and the Government Dive Safety Inspector (DSI).

1.6 REGULATORY REQUIREMENTS

The Government may elect to implement and enforce more stringent diving requirements than those stated herein, but under no circumstances shall the operational requirements be less than those specified.

1.6.1 Policy

Conduct all diving operations in a prudent manner that will provide for maximum efficiency and minimize the potential for personal injury, loss of life, occupational illness and/or property damage. Do not utilize divers if the objective can be more safely and efficiently accomplished by another means, e.g., using remote controlled television systems in lieu of divers.

1.6.2 Diving Inspection and Monitoring

The DDC or designated representative will inspect or monitor all diving operations. Diving shall not be permitted unless a DSI is present on-site, unless the DDC has granted permission for off-site monitoring. Off-site monitoring will only be granted after an initial on-site inspection to verify compliance with EM 385-1-1, Section 30. Dive

Section 01 35 50 Page 4 IFB W912BU21B0004

operation monitoring consists of occasional telephone contact with the Contractor's on-site dive supervisor and occasional site inspections. Failure to adhere to these requirements will be considered a serious violation of this contract and cause for an immediate stop-work order issued by the Contracting Officer.

1.7 DIVE PLAN, SCHEDULE AND REPORTING

The Dive Operations Plan and Schedule shall detail dive locations and shall be flexible enough to accommodate conflicts with site operations. If the dive plan is altered in mission, depth, personnel, or equipment, contact the DDC for review and acceptance of the alteration prior to actual operation. Conduct all briefings and pre-dive checks in accordance with EM 385-1-1, Section 30, Paragraph 30.A.

1.7.1 Scheduling Individual Dives

a. Notify the DDC and CO in writing a minimum of 7 calendar days in advance of each scheduled dive. Failure to give the full 7 days notice may result in delays to the work if an on-site DSI is not available. The Government is not liable for delays if the Contractor fails to give the required written notice.

b. In the event it becomes necessary to cancel or reschedule a dive, notify the Government during normal business hours at least 2 work days prior to the first day of the scheduled dive. Failure to provide such notification will make the Contractor liable for daily rate for the DSI from the date of the cancellation until the dive commences. The Contractor will not be charged for more than 7 days delay for each dive cancellation, however, each time a dive is cancelled or rescheduled, it is treated as a new dive for purposes of scheduling DSI's and determining delay costs. When computing delay costs, a partial day is considered a full day. Delay costs will be permanently deducted from the Contractor's pay at the minimum rate of $1,000.00 per day.

1.7.2 Daily Logs

Submit each day, fully completed copies of the previous day's Diving Log Sheets and other work sheets prepared in conjunction with the Diving Log Sheets. For each diver and dive, the dive log information shall be in compliance with EM 385-1-1, Section 30, Paragraph 30.A.24.

1.8 RESOLUTION OF CONFLICT

EM 385-1-1 and, if applicable, a supplemental waiver or Memorandum of Agreement (MOA) shall be the controlling authority(s) for implementation of all contract diving policy.

PART 2 PRODUCTS (Not Applicable)

PART 3 EXECUTION

3.1 EMERGENCY MEDICAL TREATMENT

Arrange with local authorities for emergency dive medical response, treatment and evacuation to medical facility and nearest hyperbaric chamber. Provide map with route directions to nearest hospital and hyperbaric chamber in dive plan Emergency Management Plan required by

Section 01 35 50 Page 5 IFB W912BU21B0004

EM 385-1-1.

3.2 DIVE TEAM COMPOSITION AND DIVE EQUIPMENT

Meet the requirements of EM 385-1-1, Appendix G for minimum team staffing, unless a waiver is approved by the DDC. Any use of breathing gas with oxygen content more than 21 percent is considered mixed gas diving. At a minimum, provide a 6-man crew for all mixed gas diving. In addition to the dive team personnel addressed in the above references, provide required certified chamber crew personnel as diving operations dictate. If a crane is used, provide a certified crane operator who is not a dive-team member, and is exclusively dedicated to crane operations. Use SSA diving equipment with 2-way voice communication, by divers and standby divers. An independent reserve air system (30 cubic foot/3000 PSI bailout bottle or larger) for each diver is required. At a minimum, all high pressure and low pressure air supply compressors supplying breathing air, tanks, helmets and other related equipment must comply with the requirements of EM 385-1-1, 29 CFR 1910 Subpart T, 0910-LP-115-1921 and all other prevailing regulations. All dive team members must meet the requirements listed in this section.

3.3 CONTRACTOR-PROVIDED SPECIAL UNDERWATER EQUIPMENT

Furnish all appropriate tools, equipment, and materials needed to accomplish the tasks as stated in this contract.

3.4 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the the cost of all the bid items.

-- End of Section --

Section 01 35 50 Page 6

This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SECTION 01 42 00

SOURCES FOR REFERENCE PUBLICATIONS

PART 1 GENERAL

1.1 REFERENCES

Various publications are referenced in other sections of the specifications to establish requirements for the work. These references are identified in each section by document number, date and title. The document number used in the citation is the number assigned by the standards producing organization (e.g. ASTM B564 Standard Specification for Nickel Alloy Forgings). However, when the standards producing organization has not assigned a number to a document, an identifying number has been assigned for reference purposes.

1.2 ORDERING INFORMATION

The addresses of the standards publishing organizations whose documents are referenced in other sections of these specifications are listed below, and if the source of the publications is different from the address of the sponsoring organization, that information is also provided.

AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO) 444 North Capital Street, NW, Suite 249 Washington, DC 20001 Ph: 202-624-5800 Fax: 202-624-5806 E-Mail: [email protected] Internet: https://www.transportation.org/

AMERICAN CONCRETE INSTITUTE (ACI) 38800 Country Club Drive Farmington Hills, MI 48331-3439 Ph: 248-848-3700 Fax: 248-848-3701 Internet: https://www.concrete.org/

AMERICAN INSTITUTE OF STEEL CONSTRUCTION (AISC) 130 East Randolph, Suite 2000 Chicago, IL 60601 Ph: 312-670-5444 Fax: 312-670-5403 Steel Solutions Center: 866-275-2472 E-mail: [email protected] Internet: https://www.aisc.org/

AMERICAN SOCIETY OF SAFETY PROFESSIONALS (ASSP) 520 N. Northwest Highway Park Ridge, IL 60068 Ph: 847-699-2929 E-mail: [email protected] Internet: https://www.assp.org/

Section 01 42 00 Page 1 IFB W912BU21B0004

AMERICAN WELDING SOCIETY (AWS) 8669 NW 36 Street, #130 Miami, FL 33166-6672 Ph: 800-443-9353 Internet: https://www.aws.org/

ASME INTERNATIONAL (ASME) Two Park Avenue New York, NY 10016-5990 Ph: 800-843-2763 Fax: 973-882-1717 E-mail: [email protected] Internet: https://www.asme.org/

ASTM INTERNATIONAL (ASTM) 100 Barr Harbor Drive, P.O. Box C700 West Conshohocken, PA 19428-2959 Ph: 610-832-9500 Fax: 610-832-9555 E-mail: [email protected] Internet: https://www.astm.org/

INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE) 445 and 501 Hoes Lane Piscataway, NJ 08854-4141 Ph: 732-981-0060 or 800-701-4333 Fax: 732-981-9667 E-mail: [email protected] Internet: https://www.ieee.org/

INTERNATIONAL SAFETY EQUIPMENT ASSOCIATION (ISEA) 1901 North Moore Street Arlington, VA 22209-1762 Ph: 703-525-1695 Fax: 703-528-2148 Internet: https://safetyequipment.org/

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 1 Batterymarch Park Quincy, MA 02169-7471 Ph: 800-344-3555 Fax: 800-593-6372 Internet: https://www.nfpa.org

NATIONAL INSTITUTE FOR OCCUPATIONAL SAFETY AND HEALTH (NIOSH) Patriots Plaza 1 395 E Street, SW, Suite 9200 Washington, DC 20201 Ph: 800-232-4636 Fax: 513-533-8347 Internet: https://www.cdc.gov/niosh/

RESEARCH COUNCIL ON STRUCTURAL CONNECTIONS (RCSC) E-Mail: [email protected] Internet: http://www.boltcouncil.org

Section 01 42 00 Page 2 IFB W912BU21B0004

SOCIETY FOR PROTECTIVE COATINGS (SSPC) 800 Trumbull Drive Pittsburgh, PA 15205 Ph: 877-281-7772 or 412-281-2331 Fax: 412-444-3591 E-mail: [email protected] Internet: http://www.sspc.org

TELECOMMUNICATIONS INDUSTRY ASSOCIATION (TIA) 1320 North Courthouse Rosd, Suite 200 Arlington, VA 22201 Ph: 703-907-7700 Fax: 703-907-7727 E-mail: [email protected] Internet: https://www.tiaonline.org/

U.S. ARMY CORPS OF ENGINEERS (USACE) CRD-C DOCUMENTS available on Internet: http://www.wbdg.org/ffc/army-coe/standards Order Other Documents from: Official Publications of the Headquarters, USACE E-mail: [email protected] Internet: http://www.publications.usace.army.mil/ or https://www.hnc.usace.army.mil/Missions/Engineering-Directorate/TECHINFO/

U.S. DEPARTMENT OF DEFENSE (DOD) Order DOD Documents from: Room 3A750-The Pentagon 1400 Defense Pentagon Washington, DC 20301-1400 Ph: 703-571-3343 Fax: 215-697-1462 E-mail: [email protected] Internet: https://www.ntis.gov/ Obtain Military Specifications, Standards and Related Publications from: Acquisition Streamlining and Standardization Information System (ASSIST) Department of Defense Single Stock Point (DODSSP) Document Automation and Production Service (DAPS) Building 4/D 700 Robbins Avenue Philadelphia, PA 19111-5094 Ph: 215-697-6396 - for account/password issues Internet: https://assist.dla.mil/online/start/; account registration required Obtain Unified Facilities Criteria (UFC) from: Whole Building Design Guide (WBDG) National Institute of Building Sciences (NIBS) 1090 Vermont Avenue NW, Suite 700 Washington, DC 20005 Ph: 202-289-7800 Fax: 202-289-1092 Internet: https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc

U.S. FEDERAL HIGHWAY ADMINISTRATION (FHWA) 1200 New Jersey Ave., SE

Section 01 42 00 Page 3 IFB W912BU21B0004

Washington, DC 20590 Ph: 202-366-4000 E-mail: [email protected] Internet: https://www.fhwa.dot.gov/ Order from: Superintendent of Documents U.S. Government Publishing Office (GPO) 732 N. Capitol Street, NW Washington, DC 20401 Ph: 202-512-1800 or 866-512-1800 Bookstore: 202-512-0132 Internet: https://www.gpo.gov/

U.S. GENERAL SERVICES ADMINISTRATION (GSA) General Services Administration 1800 F Street, NW Washington, DC 20405 Ph: 1-844-472-4111 Internet: https://www.gsaelibrary.gsa.gov/ElibMain/home.do Obtain documents from: Acquisition Streamlining and Standardization Information System (ASSIST) Internet: https://assist.dla.mil/online/start/; account registration required

U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA) 8601 Adelphi Road College Park, MD 20740-6001 Ph: 866-272-6272 Internet: https://www.archives.gov/ Order documents from: Superintendent of Documents U.S. Government Publishing Office (GPO) 732 N. Capitol Street, NW Washington, DC 20401 Ph: 202-512-1800 or 866-512-1800 Bookstore: 202-512-0132 Internet: https://www.gpo.gov/

U.S. NAVAL SEA SYSTEMS COMMAND (NAVSEA) Commander Naval Sea Systems Command 1333 Isaac Hull Ave., SE Washington Navy Yard, DC 20376 Ph: 202-781-0000 Internet: https://www.navsea.navy.mil/

PART 2 PRODUCTS

Not used

PART 3 EXECUTION

Not used

-- End of Section --

Section 01 42 00 Page 4 IFB W912BU21B0004

SECTION 01 45 00

QUALITY CONTROL

PART 1 GENERAL

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

ASTM INTERNATIONAL (ASTM)

ASTM D3740 (2012a) Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction

ASTM E329 (2014a) Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

NOTE: Any submittals classified as "SD-01 Preconstruction Submittals" are submittals required to be submitted to, and approved by, the office indicated prior to mobilization to the contract work site. All other submittals, classified as "SD-02" through "SD-11," shall be submitted to, and approved or reviewed by the office indicated, prior to commencing the particular task to which the submittal is associated.

SD-01 Preconstruction Submittals

Contractor Quality Control (CQC) Plan; G,DO

SD-06 Test Reports

Verification Statement (Daily Reports)

Submit reports as their incidence occurs, in accordance with the requirements of the Paragraph titled, "Documentation".

PART 2 PRODUCTS

Not Used

Section 01 45 00 Page 1 IFB W912BU21B0004

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS

Establish and maintain an effective quality control (QC) system that complies with the Contract Clause titled "Inspection of Construction." QC consist of plans, procedures, and organization necessary to produce an end product which complies with the Contract requirements. The QC system covers all contract operations, both onsite and offsite, and be keyed to the proposed construction sequence. The project superintendent will be held responsible for the quality of work and is subject to removal by the Contracting Officer for non-compliance with the quality requirements specified in the Contract. In this context the highest level manager responsible for the overall construction activities at the site, including quality and production is the project superintendent. The project superintendent maintains a physical presence at the site at all times and is responsible for all construction and related activities at the site, except as otherwise acceptable to the Contracting Officer.

3.2 CONTRACTOR QUALITY CONTROL (CQC) PLAN

Submit no later than 10 days after receipt of notice to proceed, the Contractor Quality Control (CQC) Plan proposed to implement the requirements of the Contract Clause titled "Inspection of Construction."

3.2.1 Content of the CQC Plan

Include, as a minimum, the following to cover all construction-operations, both onsite and offsite, including work by subcontractors fabricators, suppliers and purchasing agents:

a. A description of the quality control organization, including a chart showing lines of authority and acknowledgment that the CQC staff will implement the three phase control system for all aspects of the work specified. Include a CQC System Manager that reports directly to the corporate home office of the prime contractor and who shall not be subordinated to the project superintendent or project manager

b. The name, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned a CQC function.

c. A copy of the letter to the CQC System Manager signed by an authorized official of the firm which describes the responsibilities and delegates sufficient authorities to adequately perform the functions of the CQC System Manager, including authority to stop work which is not in compliance with the Contract. Letters of direction to all other various quality control representatives outlining duties, authorities, and responsibilities will be issued by the CQC System Manager. Furnish copies of these letters to the Contracting Officer.

d. Procedures for scheduling, reviewing, certifying, and managing submittals, including those of subcontractors, offsite fabricators, suppliers, and purchasing agents. These procedures must be in accordance with Section 01 33 00 SUBMITTAL PROCEDURES.

e. Control, verification, and acceptance testing procedures for each specific test to include the test name, specification paragraph requiring test, feature of work to be tested, test frequency, and person responsible for each test. (Laboratory facilities approved by

Section 01 45 00 Page 2 IFB W912BU21B0004

the Contracting Officer are required to be used.)

f. Procedures for tracking preparatory, initial, and follow-up control phases and control, verification, and acceptance tests including documentation.

g. Procedures for tracking construction deficiencies from identification through acceptable corrective action. Establish verification procedures that identified deficiencies have been corrected.

h. Reporting procedures, including proposed reporting formats.

i. A list of the definable features of work. A definable feature of work is a task which is separate and distinct from other tasks, has separate control requirements, and is identified by different trades or disciplines, or it is work by the same trade in a different environment. Although each section of the specifications can generally be considered as a definable feature of work, there are frequently more than one definable features under a particular section. This list will be agreed upon during the coordination meeting.

3.2.2 Acceptance of Plan

Acceptance of the Contractor's plan is required prior to the start of construction. Acceptance is conditional and will be predicated on satisfactory performance during the construction. The Government reserves the right to require the Contractor to make changes in the Contractor Quality Control(CQC) Plan and operations including removal of personnel, as necessary, to obtain the quality specified.

3.2.3 Notification of Changes

After acceptance of the CQC Plan, notify the Contracting Officer in writing of any proposed change. Proposed changes are subject to acceptance by the Contracting Officer.

3.3 COORDINATION MEETING

After the Preconstruction Conference, before start of construction, and prior to acceptance by the Government of the final CQC Plan, meet with the Contracting Officer and discuss the Contractor's quality control system. Submit the CQC Plan a minimum of 10 calendar days prior to the Coordination Meeting. During the meeting, a mutual understanding of the system details must be developed, including the forms for recording the CQC operations,, control activities, testing, administration of the system for both onsite and offsite work, and the interrelationship of Contractor's Management and control with the Government's Quality Assurance. Minutes of the meeting will be prepared by the Government, signed by both the Contractor and the Contracting Officer and will become a part of the contract file. There can be occasions when subsequent conferences will be called by either party to reconfirm mutual understandings and/or address deficiencies in the CQC system or procedures which can require corrective action by the Contractor.

Section 01 45 00 Page 3 IFB W912BU21B0004

3.4 QUALITY CONTROL ORGANIZATION

3.4.1 Personnel Requirements

The requirements for the CQC organization are a Site Safety and Health Officer, CQC System Manager, and sufficient number of additional qualified personnel to ensure safety and Contract compliance. The Site Safety and Health Officer reports directly to a senior project (or corporate) official independent from the CQC System Manager. The Site Safety and Health Officer will also serve as a member of the CQC Staff. Personnel identified in the technical provisions as requiring specialized skills to assure the required work is being performed properly will also be included as part of the CQC organization. The Contractor's CQC staff maintains a presence at the site at all times during progress of the work and have complete authority and responsibility to take any action necessary to ensure Contract compliance. The CQC staff will be subject to acceptance by the Contracting Officer. Provide adequate office space, filing systems and other resources as necessary to maintain an effective and fully functional CQC organization. Promptly complete and furnish all letters, material submittals, shop drawing submittals, schedules and all other project documentation to the CQC organization. The CQC organization is responsible to maintain these documents and records at the site at all times, except as otherwise acceptable to the Contracting Officer.

3.4.2 CQC System Manager

Identify as CQC System Manager an individual within the onsite work organization that is responsible for overall management of CQC and has the authority to act in all CQC matters for the Contractor. The CQC System Manager is required to be a construction person with a minimum of 5 years in related work. This CQC System Manager is required to be on the site at all times during the performance of work and is employed by the prime Contractor. The CQC System Manager is assigned no other duties. Identify in the plan an alternate to serve in the event of the CQC System Manager's absence. The requirements for the alternate are the same as the CQC System Manager.

3.4.3 CQC Personnel

In addition to CQC personnel specified elsewhere in the contract, provide as part of the CQC organization specialized personnel to assist the CQC System Manager for the following areas: structural, and environmental . These individuals or specialized technical companies are employees of the prime or subcontractor; be responsible to the CQC System Manager; be physically present at the construction site during work on the specialized peronnel's areas of responsibility; have the necessary education and/or experience in accordance with the experience matrix listed herein. These individuals can perform other duties but need to be allowed sufficient time to perform the specialized personnel's assigned quality control duties as described in the Quality Control Plan. A single person can cover more than one area provided that the single person is qualified to perform quality control activities in each designated and that workload allows.

Section 01 45 00 Page 4 IFB W912BU21B0004

Experience Matrix

Area Qualifications

Structural Graduate Civil Engineer (with Structural Track or Focus) or Construction Manager with 2 years experience or person 5 years of experience supervising structural features of work in the field with a construction company

Environmental Graduate Environmental Engineer with 3 years experience

Section 01 45 00 Page 5 IFB W912BU21B0004

3.4.4 Additional Requirement

In addition to the above experience and education requirements, the Contractor Quality Control(CQC) System Manager and Alternate CQC System Manager are required to have completed the Construction Quality Management (CQM) for Contractors course. If the CQC System Manager does not have a current certification, obtain the CQM for Contractors course certification within 90 days of award. This course is periodically offered by the Naval Facilities Engineering Command and the Army Corps of Engineers. Contact the Contracting Officer for information on the next scheduled class.

The Construction Quality Management Training certificate expires after 5 years. If the CQC System Manager's certificate has expired, retake the course to remain current.

3.4.5 Organizational Changes

Maintain the CQC staff at full strength at all times. When it is necessary to make changes to the CQC staff, revise the CQC Plan to reflect the changes and submit the changes to the Contracting Officer for acceptance.

3.5 SUBMITTALS AND DELIVERABLES

Submittals, if needed, have to comply with the requirements in Section 01 33 00 SUBMITTAL PROCEDURES. The CQC organization is responsible for certifying that all submittals and deliverables are in compliance with the contract requirements.

3.6 CONTROL

CQC is the means by which the Contractor ensures that the construction, to include that of subcontractors and suppliers, complies with the requirements of the contract. At least three phases of control are required to be conducted by the CQC System Manager for each definable feature of the construction work as follows:

3.6.1 Preparatory Phase

This phase is performed prior to beginning work on each definable feature of work, after all required plans/documents/materials are approved/accepted, and after copies are at the work site. This phase includes:

a. A review of each paragraph of applicable specifications, reference codes, and standards. Make available during the preparatory inspection a copy of those sections of referenced codes and standards applicable to that portion of the work to be accomplished in the field. Maintain and make available in the field for use by Government personnel until final acceptance of the work.

b. Review of the Contract drawings.

c. Check to assure that all materials and/or equipment have been tested, submitted, and approved.

d. Review of provisions that have been made to provide required control inspection and testing.

e. Examination of the work area to assure that all required preliminary work has been completed and is in compliance with the Contract.

Section 01 45 00 Page 6 IFB W912BU21B0004

f. Examination of required materials, equipment, and sample work to assure that they are on hand, conform to approved shop drawings or submitted data, and are properly stored.

g. Review of the appropriate activity hazard analysis to assure safety requirements are met.

h. Discussion of procedures for controlling quality of the work including repetitive deficiencies. Document construction tolerances and workmanship standards for that feature of work.

i. Check to ensure that the portion of the plan for the work to be performed has been accepted by the Contracting Officer.

j. Discussion of the initial control phase.

k. The Government needs to be notified at least 72 hours in advance of beginning the preparatory control phase. Include a meeting conducted by the CQC System Manager and attended by the superintendent, other CQC personnel (as applicable), and the foreman responsible for the definable feature. Document the results of the preparatory phase actions by separate minutes prepared by the CQC System Manager and attach to the daily CQC report. Instruct applicable workers as to the acceptable level of workmanship required in order to meet contract specifications.

3.6.2 Initial Phase

This phase is accomplished at the beginning of a definable feature of work. Accomplish the following:

a. Check work to ensure that it is in full compliance with contract requirements. Review minutes of the preparatory meeting.

b. Verify adequacy of controls to ensure full contract compliance. Verify required control inspection and testing are in compliance with the contract.

c. Establish level of workmanship and verify that it meets minimum acceptable workmanship standards. Compare with required sample panels as appropriate.

d. Resolve all differences.

e. Check safety to include compliance with and upgrading of the safety plan and activity hazard analysis. Review the activity analysis with each worker.

f. The Government needs to be notified at least 24 hours in advance of beginning the initial phase for definable feature of work. Prepare separate minutes of this phase by the CQC System Manager and attach to the daily CQC report. Indicate the exact location of initial phase for definable feature of work for future reference and comparison with follow-up phases.

g. The initial phase for each definable feature of work is repeated for each new crew to work onsite, or any time acceptable specified quality standards are not being met.

Section 01 45 00 Page 7 IFB W912BU21B0004

3.6.3 Follow-up Phase

Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements, until completion of the particular feature of work. Record the checks in the CQC documentation. Conduct final follow-up checks and correct all deficiencies prior to the start of additional features of work which may be affected by the deficient work. Do not build upon nor conceal non-conforming work.

3.6.4 Additional Preparatory and Initial Phases

Conduct additional preparatory and initial phases on the same definable features of work if: the quality of on-going work is unacceptable; if there are changes in the applicable CQC staff, onsite production supervision or work crew; if work on a definable feature is resumed after a substantial period of inactivity; or if other problems develop.

3.7 TESTS

3.7.1 Testing Procedure

Perform specified or required tests to verify that control measures are adequate to provide a product which conforms to contract requirements. Upon request, furnish to the Government duplicate samples of test specimens for possible testing by the Government. Testing includes operation and/or acceptance tests when specified. Procure the services of a Corps of Engineers approved testing laboratory or establish an approved testing laboratory at the project site. Perform the following activities and record and provide the following data:

a. Verify that testing procedures comply with contract requirements.

b. Verify that facilities and testing equipment are available and comply with testing standards.

c. Check test instrument calibration data against certified standards.

d. Verify that recording forms and test identification control number system, including all of the test documentation requirements, have been prepared.

e. Record results of all tests taken, both passing and failing on the CQC report for the date taken. Specification paragraph reference, location where tests were taken, and the sequential control number identifying the test. If approved by the Contracting Officer, actual test reports are submitted later with a reference to the test number and date taken. Provide an information copy of tests performed by an offsite or commercial test facility directly to the Contracting Officer. Failure to submit timely test reports as stated results in nonpayment for related work performed and disapproval of the test facility for this Contract.

3.7.2 Testing Laboratories

All testing laboratories must be validated by the USACE Material Testing Center (MTC) for the tests to be performed. Information on the USACE MTC with web-links to both a list of validated testing laboratories and for

Section 01 45 00 Page 8 IFB W912BU21B0004

the laboratory inspection request for can be found at: http://www.erdc.usace.army.mil/Media/Fact-Sheets/Fact-Sheet-Article-View /Article/476661/materials-testing-center

3.7.2.1 Capability Check

The Government reserves the right to check laboratory equipment in the proposed laboratory for compliance with the standards set forth in the contract specifications and to check the laboratory technician's testing procedures and techniques. Laboratories utilized for testing soils, concrete, asphalt, and steel is required to meet criteria detailed in ASTM D3740 and ASTM E329.

3.7.2.2 Capability Recheck

If the selected laboratory fails the capability check, the Contractor will be assessed a charge to reimburse the Government for each succeeding recheck of the laboratory or the checking of a subsequently selected laboratory. Such costs will be deducted from the Contract amount due the Contractor.

3.7.3 Onsite Laboratory

The Government reserves the right to utilize the Contractor's control testing laboratory and equipment to make assurance tests, and to check the Contractor's testing procedures, techniques, and test results at no additional cost to the Government.

3.8 COMPLETION INSPECTION

3.8.1 Punch-Out Inspection

Conduct an inspection of the work by the CQC System Manager near the end of the work, or any increment of the work established by a time stated in the Contract Clause, "Commencement, Prosecution, and Completion of Work", or by the specifications. Prepare and include in the CQC documentation a punch list of items which do not conform to the approved drawings and specifications, as required by paragraph DOCUMENTATION. Include within the list of deficiencies the estimated date by which the deficiencies will be corrected. Make a second inspection the CQC System Manager or staff to ascertain that all deficiencies have been corrected. Once this is accomplished, notify the Government that the facility is ready for the Government Pre-Final inspection.

3.8.2 Pre-Final Inspection

The Government will perform the pre-final inspection to verify that the facility is complete and ready to be occupied. A Government Pre-Final Punch List may be developed as a result of this inspection. Ensure that all items on this list have been corrected before notifying the Government, so that a Final inspection with the customer can be scheduled. Correct any items noted on the Pre-Final inspection in a timely manner. These inspections and any deficiency corrections required by this paragraph need to be accomplished within the time slated for completion of the entire work or any particular increment of the work if the project is divided into increments by separate completion dates.

Section 01 45 00 Page 9 IFB W912BU21B0004

3.8.3 Final Acceptance Inspection

The Contractor's Quality Control Inspection personnel, plus the superintendent or other primary management person, and the Contracting Officer's Representative is required to be in attendance at the final acceptance inspection. Additional Government personnel including, but not limited to, those from Base/Post Civil Facility Engineer user groups, and major commands can also be in attendance. The final acceptance inspection will be formally scheduled by the Contracting Officer based upon results of the Pre-Final inspection. Notify the Contracting Officer at least 14 days prior to the final acceptance inspection and include the Contractor's assurance that all specific items previously identified to the Contractor as being unacceptable, along with all remaining work performed under the Contract, will be complete and acceptable by the date scheduled for the final acceptance inspection. Failure of the Contractor to have all contract work acceptably complete for this inspection will be cause for the Contracting Officer to bill the Contractor for the Government's additional inspection cost in accordance with the Contract clause titled "Inspection of Construction".

3.9 DOCUMENTATION

3.9.1 Quality Control Activities

Maintain current records providing factual evidence that required quality control activities and/or tests have been performed. Include in these records the work of subcontractors and suppliers on an acceptable form that includes, as a minimum, the following information:

a. The name and area of responsibility of the Contractor/Subcontractor.

b. Operating plant/equipment with hours worked, idle, or down for repair.

c. Work performed each day, giving location, description, and by whom. When Network Analysis (NAS) is used, identify each phase of work performed each day by NAS activity number.

d. Test and/or control activities performed with results and references to specifications/drawings requirements. Identify the control phase (Preparatory, Initial, Follow-up). List of deficiencies noted, along with corrective action.

e. Quantity of materials received at the site with statement as to acceptability, storage, and reference to specifications/drawings requirements.

f. Submittals and deliverables reviewed, with Contract reference, by whom, and action taken.

g. Offsite surveillance activities, including actions taken.

h. Job safety evaluations stating what was checked, results, and instructions or corrective actions.

i. Instructions given/received and conflicts in plans and/or specifications.

Section 01 45 00 Page 10 IFB W912BU21B0004

3.9.2 Verification Statement (Daily Reports)

Indicate a description of trades working on the project; the number of personnel working; weather conditions encountered; and any delays encountered. Cover both conforming and deficient features and include a statement that equipment and materials incorporated in the work and workmanship comply with the Contract. Furnish the original and one copy of these records in report form to the Government daily within 24 hours after the date covered by the report, except that reports need not be submitted for days on which no work is performed. As a minimum, prepare and submit one report for every 7 days of no work and on the last day of a no work period. All calendar days need to be accounted for throughout the life of the contract. The first report following a day of no work will be for that day only. Reports need to be signed and dated by the Contractor Quality Control(CQC) System Manager. Include copies of test reports and copies of reports prepared by all subordinate quality control personnel within the CQC System Manager Report.

3.10 SAMPLE FORMS

Sample forms enclosed at the end of this section.

3.11 NOTIFICATION OF NONCOMPLIANCE

The Contracting Officer will notify the Contractor of any detected noncompliance with the foregoing requirements. Take immediate corrective action after receipt of such notice. Such notice, when delivered to the Contractor at the work site, will be deemed sufficient for the purpose of notification. If the Contractor fails or refuses to comply promptly, the Contracting Officer can issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to such stop orders will be made the subject of claim for extension of time or for excess costs or damages by the Contractor.

3.12 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the the cost of all the bid items.

-- End of Section --

Section 01 45 00 Page 11 This page was intentionally left blank for duplex printing.

IFB W912BU21B0004

SECTION 01 45 05

RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE(RMS CM)

PART 1 GENERAL

1.1 REFERENCES

The publications listed below form a part of this section to the extent referenced. The publications are referred to within the text by the basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2014) Safety and Health Requirements Manual

1.2 Contract Administration

The Government will use the Resident Management System (RMS) to assist in its monitoring and administration of this contract. The Contractor uses the Government-furnished Construction Contractor Mode of RMS, referred to as RMS CS, to record, maintain, and submit various information throughout the contract period. The Contractor mode user manuals, updates, and training information can be downloaded from the RMS web site (http://rms.usace.army.mil). The joint Government-Contractor use of RMS facilitates electronic exchange of information and overall management of the contract. QCS provides the means for the Contractor to input, track, and electronically share information with the Government in the following areas:

Administration Finances Quality Control Submittal Monitoring Scheduling Import/Export of Data

1.2.1 Correspondence and Electronic Communications

For ease and speed of communications, exchange correspondence and other documents in electronic format to the maximum extent feasible between the Government and Contractor. Correspondence, pay requests and other documents comprising the official contract record are also be provided in paper format, with signatures and dates where necessary. Paper documents will govern, in the event of discrepancy with the electronic version.

1.2.2 Other Factors

Particular attention is directed to Contract Clause, "Schedules for Construction Contracts", Contract Clause, "Payments", Section 01 32 01 PROJECT SCHEDULE, Section 01 33 00 SUBMITTAL PROCEDURES, and Section 01 45 00 QUALITY CONTROL, which have a direct relationship to the reporting to be accomplished through RMS. Also, there is no separate payment for establishing and maintaining the RMS database; costs associated will be included in the contract pricing for the work.

Section 01 45 05 Page 1 IFB W912BU21B0004

1.3 RMS SOFTWARE

RMS is a Windows-based program that can be run on a Windows based PC meeting the requirements as specified in Section 1.3. The Government will make available the RMS software to the Contractor after award of the construction contract. Prior to the Pre-Construction Conference, the Contractor will be responsible to download, install and use the latest version of the RMS software from the Government's RMS Internet Website. Any program updates of RMS will be made available to the Contractor via the Government RMS Website as the updates become available.

1.3.1 RMS CONTRACTOR'S MODE (CM)

RMS Contractor's Mode or RMS CM is the replacement for Quality Control System or QCS. The database remains the same. References to RMS in this specification includes RMS CM.

1.4 SYSTEM REQUIREMENTS

The following is the minimum system configuration required to run RMS and Contractor Mode:

Minimum RMS System Requirements

Hardware

Windows-based PC 1.5 GHz 2 core or higher processor

RAM 8 GB

Hard drive disk 200 GB space for sole use by the QCS system

Monitor Screen resolution 1366 x 768

Mouse or other pointing device

Windows compatible printer Laser printer must have 4 MB+ of RAM

Connection to the Internet minimum 4 Mbs per user

Software

MS Windows Windows 7 x 64 bit (RMS requires 64 bit O/S) or newer Word Processing software Viewer for MS Word 2013, MS Excel 2013, or newer

Section 01 45 05 Page 2 IFB W912BU21B0004

Minimum RMS System Requirements

Microsoft.NET Framework Coordinate with Government QA Representative for free version required

Email MAPI compatible

Virus protection software Regularly upgraded with all issued manufacturer's updates and is able to detect most zero day viruses.

1.5 RELATED INFORMATION

1.5.1 RMS User Guide

After contract award, download instructions for the installation and use of RMS from the Government RMS Internet Website.

1.6 CONTRACT DATABASE

Prior to the pre-construction conference, the Government will provide the Contractor with basic contract award data to use for RMS. The Government will provide data updates to the Contractor as needed. These updates will generally consist of submittal reviews, correspondence status, Quality Assurance(QA) comments, and other administrative and QA data.

1.7 DATABASE MAINTENANCE

Establish, maintain, and update data in the RMS database throughout the duration of the contract at the Contractor's site office. Submit data updates to the Government (e.g., daily reports, submittals, RFI's, schedule updates, payment requests) using RMS. The RMS database typically includes current data on the following items:

1.7.1 Administration

1.7.1.1 Contractor Information

Contain within the database the Contractor's name, address, telephone numbers, management staff, and other required items. Within 7 calendar days of receipt of RMS software from the Government, deliver Contractor administrative data in electronic format in RMS.

1.7.1.2 Subcontractor Information

Contain within the database the name, trade, address, phone numbers, and other required information for all subcontractors. A subcontractor is listed separately for each trade to be performed. Assign each subcontractor/trade a unique Responsibility Code, provided in RMS. Within 7 calendar days of receipt of RMS software from the Government, deliver subcontractor administrative data in electronic format.

Section 01 45 05 Page 3 IFB W912BU21B0004

1.7.1.3 Correspondence

Identify all Contractor correspondence to the Government with a serial number. Prefix correspondence initiated by the Contractor's site office with "S". Prefix letters initiated by the Contractor's home (main) office with "H". Letters are numbered starting from 0001. (e.g., H-0001 or S-0001). The Government's letters to the Contractor will be prefixed with "C".

1.7.1.4 Equipment

Contain within the Contractor's RMS database a current list of equipment planned for use or being used on the jobsite, including the most recent and planned equipment inspection dates.

1.7.1.5 Management Reporting

RMS includes a number of reports that Contractor management can use to track the status of the project. The value of these reports is reflective of the quality of the data input, and is maintained in the various sections of RMS. Among these reports are: Progress Payment Request worksheet, Quality Assurance/Quality Control (QA/QC) comments, Submittal Register Status, Three-Phase Control checklists.

1.7.1.6 Request For Information (RFI)

Exchange all Requests For Information (RFI) using the Built-in RFI generator and tracker in RMS.

1.7.2 Finances

1.7.2.1 Pay Activity Data

Include within the RMS database a list of pay activities that the Contractor develops in conjunction with the construction schedule. The sum of pay activities equals the total contract amount, including modifications. Each pay activity must be assigned to a Contract Line Item Number (CLIN). The sum of the activities equals the amount of each CLIN. The sum of all CLINs equals the contract amount.

1.7.2.2 Payment Requests

Prepare all progress payment requests using RMS. Complete the payment request worksheet, prompt payment certification, and payment invoice in RMS. Update the work completed under the contract, measured as percent or as specific quantities, at least monthly. After the update, generate a payment request report using RMS. Submit the payment request, prompt payment certification, and payment invoice with supporting data using RMS CM. If permitted by the Contracting Officer, email or a optical disc may be used. A signed paper copy of the approved payment request is also required and will govern in the event of discrepancy with the electronic version.

1.7.3 Quality Control (QC)

RMS provides a means to track implementation of the 3-phase QC Control System, prepare daily reports, identify and track deficiencies, document progress of work, and support other Contractor QC requirements. Maintain this data on a daily basis. Entered data will automatically output to the

Section 01 45 05 Page 4 IFB W912BU21B0004

RMS generated daily report. Provide the Government a Contractor Quality Control (CQC) Plan within the time required in Section 01 45 00 QUALITY CONTROL. Within seven calendar days of Government acceptance, submit a RMS update reflecting the information contained in the accepted CQC Plan: schedule, pay activities, features of work, submittal register, QC requirements, and equipment list.

1.7.3.1 Daily Contractor Quality Control (CQC) Reports.

RMS includes the means to produce the Daily CQC Report. The Contractor can use other formats to record basic Quality Control(QC) data. However, the Daily CQC Report generated by RMS must be the Contractor's official report. Summarize data from any supplemental reports by the Contractor and consolidate onto the RMS-generated Daily CQC Report. Submit daily CQC Reports as required by Section 01 45 00 QUALITY CONTROL. Electronically submit reports to the Government within 24 hours after the date covered by the report. Also provide the Government a signed, printed copy of the daily CQC report.

1.7.3.2 Deficiency Tracking.

Use RMS to track deficiencies. Deficiencies identified by the Contractor will be numerically tracked using its Quality Control (QC) punch list items. Maintain a current log of its QC punch list items in the RMS database. The Government will log the deficiencies it has identified using its Quality Assurance (QA) punch list items. The Government's QA punch list items will be included in its export file to the Contractor. Regularly update the correction status of both QC and QA punch list items.

1.7.3.3 QC Requirements

Develop and maintain a complete list of QC testing and required structural and life safety special inspections required by the International Code Council (ICC), transferred and installed property, and user training requirements in RMS. Update data on these QC requirements as work progresses, and promptly provide the information to the Government via RMS.

1.7.3.4 Three-Phase Control Meetings

Maintain scheduled and actual dates and times of preparatory and initial control meetings in RMS.

1.7.3.5 Labor and Equipment Hours

Log labor and equipment exposure hours on a daily basis. The labor and equipment exposure data will be rolled up into a monthly exposure report.

1.7.3.6 Accident/Safety Reporting

The Government will issue safety comments, directions, or guidance whenever safety deficiencies are observed. The Government's safety comments will be provided via RMS CM. Regularly update the correction status of the safety comments. In addition, utilize RMS to advise the Government of any accidents occurring on the jobsite. A brief supplemental entry of an accident is not to be considered as a substitute for completion of mandatory reports, e.g., ENG Form 3394 and OSHA Form 300.

Section 01 45 05 Page 5 IFB W912BU21B0004

1.7.3.7 Features of Work

Include a complete list of the features of work in the RMS database. A feature of work is associated with multiple pay activities. However, each pay activity (see subparagraph "Pay Activity Data" of paragraph "Finances") will only be linked to a single feature of work.

1.7.3.8 Hazard Analysis

Use RMS CM to develop a hazard analysis for each feature of work included in the CQC Plan. The Activity Hazard Analysis will include information required by EM 385-1-1, paragraph 01.A.13.

1.7.4 Submittal Management

The Government will provide the initial submittal register in electronic format. Thereafter, maintain a complete list of submittals, including completion of data columns. Dates when submittals are received and returned by the Government will be included. Use RMS CM to track and transmit submittals. ENG Form 4025, submittal transmittal form, and the submittal register update is produced using RMS. RMS will be used to update, store and exchange submittal registers and transmittals. In addition to requirements stated in specification 01 33 00, actual submittals are to be stored in RMS CM, with hard copies also provided. Exception will be where the Contracting Officer specifies only hard copies required, where size of document cannot be saved in RMS CM, and where samples, spare parts, color boards, and full size drawings are to be provided.

1.7.5 Schedule

Develop a construction schedule consisting of pay activities, in accordance with Section 01 32 01 PROJECT SCHEDULE. Input and maintain in the RMS database the schedule either manually or by using the Standard Data Exchange Format (SDEF) (see Section 01 32 01 PROJECT SCHEDULE). Include with each pay request the updated schedule. Provide electronic copies of transmittals.

1.7.6 Import/Export of Data

RMS includes the ability to import schedule data using SDEF.

1.8 IMPLEMENTATION

Use of RMS CM as described in the preceding paragraphs is mandatory. Ensure that sufficient resources are available to maintain contract data within the RMS CM system. RMS CM is an integral part of the Contractor's management of quality control.

1.9 MONTHLY COORDINATION MEETING

Update the RMS CM database each workday. At least monthly, generate and submit a schedule update. At least one week prior to submittal, meet with the Government representative to review the planned progress payment data submission for errors and omissions.

Make required corrections prior to Government acceptance of the export file and progress payment request. Payment requests accompanied by incomplete or incorrect data submittals will not be accepted. The

Section 01 45 05 Page 6 IFB W912BU21B0004

Government will not process progress payments until all required corrections are processed.

1.10 NOTIFICATION OF NONCOMPLIANCE

The Contracting Officer will notify the Contractor of any detected noncompliance with the requirements of this specification. Take immediate corrective action after receipt of such notice. Such notice, when delivered to the Contractor at the work site, will be deemed sufficient for the purpose of notification.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.1 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the costs of all the bid items.

-- End of Section --

Section 01 45 05 Page 7 This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SECTION 01 50 00

TEMPORARY CONSTRUCTION

PART 1 GENERAL

1.1 SCOPE OF SECTION

The work covered by this section consists of furnishing all labor, materials, plant and equipment, and performing all operations required for the construction of storage areas, and service facilities needed for execution and completion of the work, including the provisions of a Contractor field office, a Government field office, and project and safety signs at the work site.

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. The following shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

NOTE: Any submittals classified as "SD-01 Preconstruction Submittals" are submittals required to be submitted to, and approved by, the office indicated prior to mobilization to the contract work site. All other submittals, classified as "SD-02" through "SD-11," shall be submitted to, and approved or reviewed by, the office indicated prior to commencing the particular task to which the submittal is associated.

SD-01 Preconstruction Submittals

Temporary Facilities Plan; G,COR.

The Contractor shall submit to the Contracting Officer for approval, prior to the start of work, its plans showing the layout and details of all temporary facilities to be used for this contract, including proposed alignment of all safety fencing.

1.3 ACCESS

Provide the public with access to all private and commercial properties.

1.4 LOCAL POLICE NOTIFICATION

Notify the local police department at least 24 hours prior to starting work to obtain approval for temporary parking and placement of any required signs.

Section 01 50 00 Page 1 IFB W912BU21B0004

PART 2 PRODUCTS

2.1 PROJECT AND SAFETY SIGNS

Provide and erect at locations designated by the Contracting Officer, the project and safety signs shown on the sketches attached to this section.

2.2 GOVERNMENT FIELD OFFICE

The Government field office trailer to be provided by the Contractor shall be new or recently renovated to a like-new condition subject to the approval of the Contracting Officer. The Government field office shall have a minimum floor area of 720 (approximately 12 feet by 60 feet) square feet, two locking doors, and partitioned restroom facilities with flushing toilets and running water. The trailer shall have sufficient lighting to supply 150 foot-candles at the desk top level and shall be supplied with 110 volt and 220 volt electrical outlets as required for heating, air conditioning, lighting, water cooler, and other accessories.

2.2.1 Office Equipment

The following office equipment shall be provided by the Contractor for the Government field office trailer:

a. Two desks having 60-inch by 30-inch tops, with lockable drawers, two swivel chairs, and two tables with 60-inch be 30-inch laminated tops;

b. One 60-inch by 30-inch conference table with ten chairs;

c. One free-standing full-size drafting table, minimum 37-1/2 inch by 60 inch top, and drafting chair;

d. Telephone, two sets, two numbers, unlimited calling area, and one telephone answering machineThree telephone lines, including one dedicated line for a fax machine; phones lines to have voicemail capabilities;

d. Two lockable, fire-resistant, letter-size, two-drawer 36 inch-wide steel lateral filing cabinets set up for side-by-side filing with ball-bearing suspensions for full-drawer extensions;

e. A magnet-compatible white dry erase board, minimum 2 feet high by 3 feet wide in size, whose surface does not require cleaners. In addition, the contractor shall provide 4 non-toxic dry erase chisel-tip markers in black, blue, red and green and appropriate eraser;

f. One battery-powered quartz round wall clock, 8-1/2 inch minimum diameter, constructed of a plastic case and lens, having a white dial with Arabic numbers and black hour, minute and second hands shall be provided in the conference area;

g. Shelf set, two shelves high, each measuring 12-inch deep by 3-feet long, one per desk;

h. Three waste baskets;

i. Electric water cooler;

Section 01 50 00 Page 2 IFB W912BU21B0004

j. Vertical filing plan rack for two sets of 28-inch by 40-inch plans each rack; and n. Two Personal Computers, Pentium IV, with a clock speed of at least 1.8 GHz, 256 megabyte RAM, 10 gigabyte hard disk drive, a 56k bps fax/modem, 10/100 Ethernet card, and a laser jet printer. The following software shall be included: MS Windows 2000 with SP3Two Dell Optiplex or Dimension Personal Computers, Pentium IV or above, with clock speed of at least 2.6 GHZ, at least 512 MB Ram, 40 Gigabyte hard disk space, a 56K bps fax/modem, 10/100 ethernet card, and a laser jet printer. The following software should be included: A copy of the latest version of AutoCad for at least one and Microsoft XP professional Operating System with SP1;

l. Broadband internet access shall be provided for both computers, also an Instant Broadband Etherfast Cable/DSL Firewall Router with 4-port Switch/VPN end required to allow both computers to connect through VPN to the USACE network;

k. Two portable two-way marine radios with charges capable of operating on the Contractor's working frequencies;

l. Countertop microwave oven, with digital display, interior light, and a minimum 0.6 cubic feet capacity;

m. Compact refrigerator, with 1.58 cubic foot capacity, and ice tray; Computers shall be shipped to the following address:

U.S. Army Corps of Engineers Information Management Office 100 Penn Square East Wanamaker Building Philadelphia, PA 19107

Upon completion of loading the computers with Government furnished software, the Contractor shall provide for transportation of the computers from the Philadelphia District office to the project's field office.

2.3 TEMPORARY PROJECT SAFETY FENCING

Safety fencing shall be a high visibility orange colored, high density polyethylene grid or approved equal, a minimum of 42 inches high, supported and tightly secured to steel posts located on maximum 10 foot centers, constructed at the approved location.

PART 3 EXECUTION

3.1 STAGING AREA

The Contractor's staging area will be an area under the Chesapeake City Bridge or an area at the Chesapeake City Resident Office, as shown on the drawings. This location will be determined by the COR.

3.2 TEMPORARY SAFETY FENCE

Furnish and erect temporary project safety fencing at the work site. The

Section 01 50 00 Page 3 IFB W912BU21B0004

safety fencing shall be maintained by the Contractor during the life of the contract and, upon completion and acceptance of the work, shall become the property of the Contractor and shall be removed from the work site. The safety fencing shall prevent pedestrians and vehicles from entering the work zone below the piers where falling debris may occur.

3.3 DEBRIS SHIELDS

Debris shields shall be used where temporary safety fencing is not sufficient to protect pedestrians or property from falling debris.

3.4 CONTRACTOR'S PROJECT OFFICES

The Contractor shall establish at the Contractor's staging area a project office equipped and staffed to efficiently conduct the work under this contract and provide essential information to the Contracting Officer or its authorized representative. The Contractor shall keep at all times at its office a copy of all drawings, specifications, and other pertinent information, and shall at all times give the Contracting Officer access thereto. The Contractor's office shall be equipped with telephone facilities which shall be available for use by the Contracting Officer. The Contractor shall also establish a separate telephone line at the field office which shall be dedicated solely for notification of emergency vehicle crossings by County Emergency Communications Office.

3.5 GOVERNMENT FIELD OFFICE

The Contractor shall provide and maintain a field office at the project site for the sole use of the Contracting Officer's representatives. The office shall be complete and ready for occupancy not later than 30 days after receipt of Notice to Proceed, and, one week before job site execution begins.

a. Provide the trailer at the work site with adequate heat, light, electricity, air conditioning, water, toilet and lavatory facilities. The Contractor shall provide portable water, provide for treatment of sewage, and provide permanent electric service, all in accordance with applicable local municipal, county and State codes. All utility costs arising from the use of the office, shall be borne by the Contractor.

b. The trailer shall be placed on concrete block supports, leveled and tied down to withstand wind loads. A corrugated metal curtain shall be installed around the perimeter of the trailer from floor level to the ground. The curtain shall be firmly attached to withstand appropriate wind loads. All water piping and all waste piping shall be adequately supported and insulated.

c. Provide all janitorial supplies and services for the trailer complex to include as a minimum, weekly sweeping, dusting, emptying of waste baskets, trash collection, and servicing of toilets and monthly mopping of all floors, sterilization of toilet seats, waxing of all tile floors and washing of windows. Provide for major maintenance to the trailer and its utilities.

d. The office shall be enclosed by an 8-foot high chain-link security fence with three strands of barbed wire, and shall be lighted during hours of darkness. This fence shall enclose a Government parking area for approximately five cars and shall include appropriate

Section 01 50 00 Page 4 IFB W912BU21B0004

gates with locks for both vehicles and employees.

e. Provide the above described facilities, equipment, and services for the life of the contract.

3.6 DUST CONTROL

The amount of dust resulting from the contract work shall be controlled to prevent the spread of dust and to avoid creation of a nuisance in the surrounding area.

3.7 PROTECTION

3.7.1 Protection of Existing Property

Before beginning any contract, carefully survey the site and examine the drawings and specifications to determine the extent of the work. Take all necessary precautions to avoid damage to existing property to remain in place and any damaged items shall be repaired or replaced, as approved by the Contracting Officer, at no additional cost to the Government. Carefully coordinate the work of this section with all other work and shall construct and maintain shoring, bracing and supports, as required.

3.7.2 Environmental Protection

The work shall comply with the requirements of Section 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS.

3.8 BURNING

The use of burning at the project site for the disposal of refuse and debris will not be permitted.

3.9 USE OF EXPLOSIVES

Use of explosives will not be permitted.

3.10 DISPOSAL OF DEBRIS

All combustible and noncombustible construction debris and trash shall be removed from the site. The material shall be disposed of off-site by the Contractor in accordance with all Federal, State, and local regulations. Combustible materials shall be disposed of off the site.

3.11 RESTORATION OF WORK SITE

Removal of all temporary construction and restoration of the work site upon completion of the contract shall be in accordance with the requirements of Section 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS.

3.12 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the costs of all the bid items.

-- End of Section --

Section 01 50 00 Page 5 This page was intentionally left blank for duplex printing.

IFB W912BU21B0004

SECTION 01 55 00

TEMPORARY TRAFFIC CONTROL

PART 1 GENERAL

1.1 SCOPE

The work covered by this section consists of furnishing all labor, materials, plant and equipment, and performing all operations required for the maintenance and protection of vehicular traffic and pedestrian traffic passing through the contract work areas.

1.2 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only.

MARYLAND STATE HIGHWAY ADMINISTRATION (MDSHA)

MDSpecs (2020 and Revisions) Standard Specifications for Construction and Materials

MDMUTCD Maryland Manual on Uniform Traffic Control Devices - 2009 Edition and Revisions

DELAWARE DEPARTMENT OF TRANSPORTATION (DelDOT)

DelDOT Traffic Control Manual (July 23, 2001, Change 1)Traffic Controls for Streets & Highway Construction, Maintenance, Utility & Emergency Operations.

AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) AND INTERNATIONAL SAFETY EQUIPMENT ASSOCIATION

ANSI/ISEA 107 (2020) High Visibility Safety Apparel

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. The following shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

NOTE: Any submittals classified as "SD-01 Preconstruction Submittals" are submittals required to be submitted to, and approved by, the office indicated prior to mobilization to the contract work site. All other submittals, classified as "SD-02" through "SD-11," shall be submitted to, and approved or reviewed by, the office indicated prior to commencing the particular task to which the submittal is associated.

SD-01 Preconstruction Submittals

Temporary Traffic Control Plan; G,DO.

Section 01 55 00 Page 1 IFB W912BU21B0004

Develop and submit a Temporary Traffic Control Plan to: the Maryland State Highway Administration District Office for approval by their Assistant District Engineer for Traffic; and, to the Delaware Department of Transportation. The plan shall include, but not be limited to: the lane closure schedule; proposed signage; sign placement locations; cone placement and spacing; standards being used, POC's notified, including 911 centers; POC method of contacting Contractor; procedures for giving emergency vehicles the right-of way; device (dedicated telephone number and travel advisory radio) to provide continuous travel advisory information to the public; qualifications of traffic control manager; and flagger Maryland-issued certifications. Two copies of the approved Temporary Traffic Control Plan shall be submitted to the Contracting Officer prior to the start of work. A typical Traffic Control Plan is included on the drawings.

Temporary Sidewalk Closure Plan; G,DO.

Submit a Temporary Sidewalk Closure Plan to the Contracting Officer. Plan shall include all signs and barriers that will be used.

SD-07 Certificates

Traffic Control Device Certification; G,DO

Submit written certification that all traffic control devices in Maryland conform to the requirements of the MDMUTCD and are on the Office of Traffic and Safety's (OOTS) Qualified Product List (QPL), and all traffic control devices in Delaware conform to the DelDOT Traffic Control Manual.

Notifications

Submit copies of written monthly traffic plan notifications to all points of contact in the Paragraphs titled POINTS OF CONTACT and NOTIFICATIONS.

1.4 POINTS OF CONTACT

Point of contact in the Maryland State Highway Administration is:

Richard Baker Assistant District Engineer - Traffic State Highway Administration Maryland Department of Transportation 615 Morgnec Road P.O. Box 299 Chestertown, MD 21620 Phone: 443-480-9699 Email: [email protected]

Ken Fender MDOT-SHA District Engineer District (2) 615 Morgnec Road Chestertown, MD 21620

Section 01 55 00 Page 2 IFB W912BU21B0004

410-778-3061

Point of contact in the Delaware Department of Transportation

Stephen G. Treut, PE Signal Construction and Maintenance Manager 169 Brick Store Landing Rd Smyrna, DE 19977 Email: [email protected] Phone: 302-659-2020

Maryland State Highway Administration Hauling Permits:

(800) 846-6435

PART 2 PRODUCTS

2.1 EQUIPMENT

Traffic control devices (signs, lights, reflectors, barricades, signals, etc.) shall conform to the requirements of the MDSpecs, MDMUTCD, OOTS-QPL, DelDOT Traffic Control Manual and as the MDSHA District 2 Traffic Engineer and DelDOT may direct for the safety of the traveling public and protection of the work area.

PART 3 EXECUTION

3.1 NOTIFICATIONS

3.1.1 Maryland State Highway Administration Hauling Permits:

Notify the Maryland State Highway Administration a minimum of 3 weeks prior to implementing any traffic control to request the rerouting of permits and suspension of blanket permits for the duration of the contract work. Notify the Maryland State Highway Administration at the conclusion of the work in order that permitting may resume.

3.1.2 Monthly Notifications

The Contractor shall provide a tentative schedule of lane closures on a monthly basis to the Contracting Officer, COR, and to the following agencies:

Cecil County Sheriff's Dept Traffic and Safety Officer 500 Landing Lane Elkton, MD 21921 (410) 996-5500

Chesapeake Volunteer Fire Co Traffic and Safety Officer 215 Lock St Chesapeake City, MD 21915 (410) 885-5951

Cecil County Department of Emergency Services Traffic and Safety Officer 107 Chesapeake Blvd., Suite 108 Elkton, MD 21921

Section 01 55 00 Page 3 IFB W912BU21B0004

(410) 392-2014

Maryland State Police Traffic and Safety Officer 2433 Pulaski Hwy North East, MD 21901 (410) 398-8101

Maryland DOT Statewide Operations Center 410-865-1142 (in-state) 888-713-1414 (out-of-state)

Cecil County Public Schools Ms. D'Ette Devine, EdD. Superintendent of Schools 201 Booth Street Elkton, MD 21921 (410) 996-5400

Cecil County Dept. of Public Works Roads Division Mr. Dan Webber 129 E. Main St. Elkton, MD 21921 (410) 996-6270

3.2 TRAFFIC CONTROL DEVICES

3.2.1 General

Provide all necessary flagger services, variable message signs equipped with radar, ground-mounted signs, STOP/SLOW paddles, floodlights, flashing warning lights and arrow boards, barricades, cones, markers, two-way radios, and other protective devices necessary to warn and protect the traveling public, pedestrians and his own employees in accordance with the approved Traffic Control Plan. All devices shall be maintained by the Contractor in first-class operating condition throughout the contract period. Conditions of signs, signals, warning lights, barricades, and other traffic control devices shall be recorded daily on the Quality Control Records required in Section 01 45 00 QUALITY CONTROL.

3.2.2 Worker Protection

All Contractor personnel exposed to the risks of moving roadway traffic or construction equipment shall wear high-visibility safety apparel meeting the requirements of ISEA “American National Standard for High-Visibility Safety Apparel”, or equivalent revisions, and labeled as ANSI/ISEA 107 standard performance for Class 1, 2, or 3 risk exposure when working on or around the road. In addition, store and supply ten highway work vests for the Contracting Officer representatives and other Corps of Engineers personnel.

3.2.3 Truck-Mounted Attenuators

Provide Alpha 60 truck-mounted attenuators, or approved equal, for the protection of workers in the closed lane during all lane closure periods. The traffic will be traveling in alternating north and south directions as a result of a single lane traffic control procedures, requiring that two

Section 01 55 00 Page 4 IFB W912BU21B0004

truck-mounted attenuators be in use by the Contractor at each end of the immediate work area around Contractor personnel or equipment on the bridge.

3.2.4 Bridge Control Standard

The flagging operation or temporary traffic control signals and speed limits on the main span shall be subject to Section 6C.11 of the MDMUTCD.

3.2.5 Variable Message Signs (VMS) Equipped with Radar

Provide, as required by MDSHA, at the north and south approaches to the main span, during lane closures, VMS equipped with radar. The signs shall be similar to those described above. The VMS shall be equipped to provide a read-out of the required speed limit and the passing vehicle's actual speed. These signs shall be operational during lane closures.

3.3 UTILITIES

Prior to erecting any devices in the ground, the Contractor shall notify Miss Utility (1-800-257-7777)in order to locate utilities in the area.

3.4 LANE CLOSURES

Notify the Contracting Officer, and the point-of-contacts specified in the Paragraphs titled POINTS OF CONTACT and NOTIFICATIONS, a minimum of 30 days prior to requiring a lane closure. All lane closures shall be subject to the final approval of MDSHA as part of the Traffic Control Plan and lane closure permits shall be obtained from MDSHA District 2. Only 1 lane closure at a time will be permitted. A minimum open lane width of 10 feet shall be maintained at all times. Minimize the length of the lane closure by only closing a lane around the area that work is being conducted in. A maximum of 45 lane single closure events are allowed during the contract period.

Single lane closures will be permitted during the following time periods:

- Mondays, Tuesdays, Wednesdays, Thursdays: 9 am to 3 pm. - Fridays: 9 am to 12 pm.

Single lane closures will not be permitted during the following time periods:

- All Fridays, Saturdays and Sundays between Memorial Day and Labor Day. - Week of July 4th, 2021: Friday, July 2nd, 2021 to Monday, July 12th, 2021, 9 am. - Labor Day Weekend, 2021: Friday, September 3rd, 2021 to Tuesday, September 7th, 2021, 9 am. - Memorial Day Weekend, 2022: Friday, May 27th, 2022 to Tuesday, May 31st, 2022, 9 am. - Week of July 4th, 2022: Friday, July 1st, 2022 to Monday, July 11th, 2022, 9 am. - No lane closures will be permitted on all other Federal or State holidays. - Lane closures in weeks containing holidays may be subject to adjustment by the MDSHA Chief Traffic Engineer.

Section 01 55 00 Page 5 IFB W912BU21B0004

3.5 BRIDGE CLOSURES

Notify the Contracting Officer, and the point-of-contacts specified in paragraph 1.4 POINTS OF CONTACT and paragraph 3.2.2 NOTIFICATIONS, a minimum of 30 days prior to requiring a full bridge closure. The full bridge closure shall be subject to the approval of the Contracting Officer and MDSHA. A bridge closure permit is required from MDSHA District 2. Full bridge closures are permitted only to preform the deck joint seal replacement work and to overlay the south approach slab. A maximum of 16 full bridge closure events are allowed during the contract period. Any modification shall be approved by the Contracting Officer and the MDSHA Assistant District Engineer.

Full bridge closures will be permitted during the following time periods:

- 7 days a week: 9 pm to 5 am.

Full bridge closures will not be permitted during the following time periods:

- All Fridays, Saturdays and Sundays between Memorial Day and Labor Day. - Week of July 4th, 2021: Friday, July 2nd, 2021 to Monday, July 12th, 2021, 9 am. - Labor Day Weekend, 2021: Friday, September 3rd, 2021 to Tuesday, September 7th, 2021, 9 am. - Memorial Day Weekend, 2022: Friday, May 27th, 2022 to Tuesday, May 31st, 2022, 9 am. - Week of July 4th, 2022: Friday, July 1st, 2022 to Monday, July 11th, 2022, 9 am. - No full bridge closures will be permitted on all other Federal or State holidays. - Full bridge closures in weeks containing holidays may be subject to adjustment by the MDSHA Chief Traffic Engineer.

3.6 SIDEWALK CLOSURE

The sidewalk shall be closed during the installation of the expansion joints in the sidewalk. Place signs and barriers at the beginning of the sidewalk at the north and south approach and at the bottom of the north and south stairwells.

3.7 SPEED LIMIT

During lane closure periods, the entire construction work zone shall be posted for a speed limit as specified in the MDMUTCD.

3.8 DEBRIS

The traffic lanes of the bridge and the approach roadways within the limits of work shall be kept clear of all debris.

3.9 MEASUREMENT AND PAYMENT

All work specified in this section will not be measured for payment and all costs in connection therewith shall be included in the contract lump sum price for Base Bid Item titled "Traffic Control".

-- End of Section --

Section 01 55 00 Page 6 IFB W912BU21B0004

Section 01 55 00 Page 7 This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SECTION 01 57 19

TEMPORARY ENVIRONMENTAL CONTROLS

PART 1 GENERAL

1.1 SUMMARY

This section covers the furnishing of all labor, material and equipment and performing all work required for the protection of the environment during construction activities, except for those measures set forth in other sections of these specifications.

1.2 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2014) Safety and Health Requirements Manual

U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA)

29 CFR 1910.120 Hazardous Waste Operations and Emergency Response

40 CFR 112 Oil Pollution Prevention

40 CFR 261 Identification and Listing of Hazardous Waste

40 CFR 262 Standards Applicable to Generators of Hazardous Waste

40 CFR 263 Standards Applicable to Transporters of Hazardous Waste

40 CFR 279 Standards for the Management of Used Oil

40 CFR 300 National Oil and Hazardous Substances Pollution Contingency Plan

40 CFR 300.125 National Oil and Hazardous Substances Pollution Contingency Plan - Notification and Communications

40 CFR 302 Designation, Reportable Quantities, and Notification

40 CFR 355 Emergency Planning and Notification

40 CFR 64 Compliance Assurance Monitoring

40 CFR 68 Chemical Accident Prevention Provisions

Section 01 57 19 Page 1 IFB W912BU21B0004

49 CFR 171 General Information, Regulations, and Definitions

49 CFR 172 Hazardous Materials Table, Special Provisions, Hazardous Materials Communications, Emergency Response Information, and Training Requirements

49 CFR 173 Shippers - General Requirements for Shipments and Packagings

1.3 DEFINITIONS

1.3.1 Contractor Generated Hazardous Waste

Contractor generated hazardous waste is materials that, if abandoned or disposed of, may meet the definition of a hazardous waste. These waste streams would typically consist of material brought on site by the Contractor to execute work, but are not fully consumed during the course of construction. Examples include, but are not limited to, excess paint thinners (i.e. methyl ethyl ketone, toluene), waste thinners, excess paints, excess solvents, waste solvents, excess pesticides, and contaminated pesticide equipment rinse water.

1.3.2 Environmental Pollution and Damage

Environmental pollution and damage is the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life; affect other species of importance to humankind; or degrade the environment aesthetically, culturally or historically.

1.3.3 Environmental Protection

Environmental protection is the prevention/control of pollution and habitat disruption that may occur to the environment during construction. For the purpose of this specification, environmental protection is further defined as the retention of the environment in its natural state, to the greatest extent possible, during all construction operations and to enhance the natural appearance in its final condition. Environmental protection requires consideration of air, water, and land resources and involves noise, solid waste-management and management of other pollutants. In order to prevent, and to provide for abatement and control of any environmental pollution arising from beachfill activities in performance of this contract, the Contractor and his subcontractors shall comply with all applicable Federal, State, and local laws and regulations and shall obtain all necessary permits required by same.

1.3.4 Hazardous Materials

Hazardous materials as defined in 49 CFR 171 and listed in 49 CFR 172.

Hazardous material is any material that: Is regulated as a hazardous material in accordance with 49 CFR 173; or requires a Safety Data Sheet (SDS) in accordance with 29 CFR 1910.120; or during end use, treatment, handling, packaging, storage, transportation, or disposal meets or has components that meet or have potential to meet the definition of a hazardous waste as defined by 40 CFR 261 Subparts A, B, C, or D.

Section 01 57 19 Page 2 IFB W912BU21B0004

Designation of a material by this definition, when separately regulated or controlled by other sections or directives, does not eliminate the need for adherence to that hazard-specific guidance which takes precedence over this section for "control" purposes. Such material includes ammunition, weapons, explosive actuated devices, propellants, pyrotechnics, chemical and biological warfare materials, medical and pharmaceutical supplies, medical waste and infectious materials, bulk fuels, radioactive materials, and other materials such as asbestos, mercury, and polychlorinated biphenyls (PCBs).

1.3.5 Hazardous Waste

Hazardous Waste is any material that meets the definition of a solid waste and exhibit a hazardous characteristic (ignitability, corrosivity, reactivity, or toxicity) as specified in 40 CFR 261, Subpart C, or contains a listed hazardous waste as identified in 40 CFR 261, Subpart D.

1.3.6 Oily Waste

Oily waste are those materials that are, or were, mixed with Petroleum, Oils, and Lubricants (POLs) and have become separated from that POLs. Oily wastes also means materials, including wastewaters, centrifuge solids, filter residues or sludges, bottom sediments, tank bottoms, and sorbents which have come into contact with and have been contaminated by, POLs and may be appropriately tested and discarded in a manner which is in compliance with other state and local requirements.

This definition includes materials such as oily rags, "kitty litter" sorbent clay and organic sorbent material. These materials may be land filled provided that: It is not prohibited in other state regulations or local ordinances; the amount generated is "de minimus" (a small amount); it is the result of minor leaks or spills resulting from normal process operations; and free-flowing oil has been removed to the practicable extent possible. Large quantities of this material, generated as a result of a major spill or in lieu of proper maintenance of the processing equipment, are a solid waste. As a solid waste, perform a hazardous waste determination prior to disposal. As this can be an expensive process, it is recommended that this type of waste be minimized through good housekeeping practices and employee education.

1.3.7 Regulated Waste

Regulated waste are solid wastes that have specific additional Federal, State, or local controls for handling, storage, or disposal.

1.3.8 Sediment

Sediment is soil and other debris that have eroded and have been transported by runoff water or wind.

1.3.9 Solid Waste

Solid waste is a solid, liquid, semi-solid or contained gaseous waste. A solid waste can be a hazardous waste, non-hazardous waste, or non-Resource Conservation and Recovery Act (RCRA) regulated waste. Types of solid waste typically generated at construction sites may include:

Section 01 57 19 Page 3 IFB W912BU21B0004

1.3.9.1 Debris

Debris is non-hazardous solid material generated during the construction, demolition, or renovation of a structure that exceeds 2.5-inch particle size that is: a manufactured object; plant or animal matter; or natural geologic material (for example, cobbles and boulders), broken or removed concrete, masonry, and rock asphalt paving; ceramics; roofing paper and shingles. A mixture of debris and other material such as soil or sludge is also subject to regulation as debris if the mixture is comprised primarily of debris by volume, based on visual inspection.

1.3.9.2 Green Waste

Green waste is the vegetative matter from landscaping, land clearing and grubbing, including, but not limited to, grass, bushes, scrubs, small trees and saplings, tree stumps and plant roots. Marketable trees, grasses and plants that are indicated to remain, be re-located, or be re-used are not included.

1.3.9.3 Material not regulated as solid waste

Material not regulated as solid waste is nuclear source or byproduct materials regulated under the Federal Atomic Energy Act of 1954 as amended; suspended or dissolved materials in domestic sewage effluent or irrigation return flows, or other regulated point source discharges; regulated air emissions; and fluids or wastes associated with natural gas or crude oil exploration or production.

1.3.9.4 Non-Hazardous Waste

Non-hazardous waste is waste that is excluded from, or does not meet, hazardous waste criteria in accordance with 40 CFR 263.

1.3.9.5 Wood

Wood is dimension and non-dimension lumber, plywood, chipboard, hardboard. Treated or painted wood that meets the definition of lead contaminated or lead based contaminated paint is not included. Treated wood includes, but is not limited to, lumber, utility poles, crossties, and other wood products with chemical treatment.

1.3.10 Surface Discharge

Surface discharge means discharge of water into drainage ditches, storm sewers, creeks or "waters of the United States". Surface discharges are discrete, identifiable sources and require a permit from the governing agency. Comply with Federal, State, and local laws and regulations.

1.3.11 Wastewater

Wastewater is the used water and solids from a community that flow to a treatment plant.

1.3.11.1 Stormwater

Stormwater is any precipitation in an urban or suburban area that does not evaporate or soak into the ground, but instead collects and flows into storm drains, rivers, and streams.

Section 01 57 19 Page 4 IFB W912BU21B0004

1.3.12 Waters of the United States

Waters of the United States means Federally jurisdictional waters, including wetlands, that are subject to regulation under Section 404 of the Clean Water Act or navigable waters, as defined under the Rivers and Harbors Act.

1.3.13 Wetlands

Wetlands are those areas that are inundated or saturated by surface or groundwater at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions.

1.4 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government.

Submittals classified as "SD-01 Preconstruction Submittals" are submittals required to be submitted to, and approved by, the office indicated prior to mobilization to the contract work site. All other submittals, classified as "SD-02" through "SD-11," shall have been approved by the office indicated prior to commencing the particular task to which the submittal is associated.

Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Location of Storage Facilities; G,COR

Plans showing storage and other construction facilities shall be submitted for approval.

Visual Survey

Environmental Protection Plan; G,DO

Employee Training Records; G,DO

SD-07 Certificates

Reports

Submit daily field monitoring reports weekly to the COR throughout the monitoring period.

SD-11 Closeout Submittals

Records

At the completion of the nesting season and/or construction activities, submit copies of all field notes, within 10 calendar days.

Section 01 57 19 Page 5 IFB W912BU21B0004

Assembled Employee Training Records; G,COR

1.5 ENVIRONMENTAL PROTECTION REQUIREMENTS

Provide and maintain, during the life of the contract, environmental protection as defined. Plan for and provide environmental protective measures to control pollution that develops during construction practice. Plan for and provide environmental protective measures required to correct conditions that develop during the construction of permanent or temporary environmental features associated with the project. Protect the environmental resources within the project boundaries and those affected outside the limits of permanent work during the entire duration of this Contract. Comply with Federal, State, and local regulations pertaining to the environment, including water, air, solid waste, hazardous waste and substances, oily substances, and noise pollution.

Tests and procedures assessing whether construction operations comply with Applicable Environmental Laws may be required. Analytical work must be performed by qualified laboratories; and where required by law, the laboratories must be certified.

1.6 QUALITY ASSURANCE

1.6.1 Preconstruction Survey and Protection of Features

This paragraph supplements the Contract Clause PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS. Prior to start of any onsite construction activities, perform a Visual Survey of the project site with the Contracting Officer, and take photographs showing existing environmental conditions in and adjacent to the site. Submit a report for the record. Include in the report a plan describing the features requiring protection under the provisions of the Contract Clauses, which are not specifically identified on the drawings as environmental features requiring protection along with the condition of trees, shrubs and grassed areas immediately adjacent to the site of work and adjacent to the Contractor's assigned storage area and access route(s), as applicable. The Contractor and the Contracting Officer will sign this survey report upon mutual agreement regarding its accuracy and completeness. Protect those environmental features included in the survey report and any indicated on the drawings, regardless of interference that their preservation may cause to the work under the Contract.

1.6.2 Environmental Brief

Prior to initiating any work on site, meet with the Contracting Officer and installation Environmental Office to discuss the proposed Environmental Protection Plan (EPP). Develop a mutual understanding relative to the details of environmental protection, including measures for protecting natural and cultural resources, required reports, required permits, permit requirements (such as mitigation measures), and other measures to be taken.

1.6.3 Employee Training Records

Prepare and submit Employee Training Records throughout the term of the contract meeting applicable 40 CFR requirements and maintain throughout the term of the contract. Provide Employee Training Records in the Environmental Records Binder. Submit these Assembled Employee Training Records to the Contracting Officer at the conclusion of the project,

Section 01 57 19 Page 6 IFB W912BU21B0004

unless otherwise directed.

Train personnel to meet EPA and state requirements. Conduct environmental protection/pollution control meetings for personnel prior to commencing construction activities. Contact additional meetings for new personnel and when site conditions change. Include in the training and meeting agenda: methods of detecting and avoiding pollution; familiarization with statutory and contractual pollution standards; installation and care of devices, vegetative covers, and instruments required for monitoring purposes to ensure adequate and continuous environmental protection/pollution control; anticipated hazardous or toxic chemicals or wastes, and other regulated contaminants; recognition and protection of archaeological sites, artifacts, waters of the United States, and endangered species and their habitat that are known to be in the area.

1.6.4 Non-Compliance Notifications

The Contracting Officer will notify the Contractor in writing of any observed noncompliance with Federal, State or local environmental laws or regulations, permits, and other elements of the Contractor's EPP. After receipt of such notice, inform the Contracting Officer of the proposed corrective action and take such action when approved by the Contracting Officer. The Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No time extensions will be granted or equitable adjustments allowed for any such suspensions. This is in addition to any other actions the Contracting Officer may take under the contract, or in accordance with the Federal Acquisition Regulation or Federal Law.

1.7 ENVIRONMENTAL PROTECTION PLAN

Prior to commencing work, submit an Environmental Protection Plan (EPP) for review and approval by the Contracting Officer. The purpose of the EPP is to present an overview of known or potential environmental issues which the Contractor must consider and address during performance of work. Incorporate construction related objectives and targets from the installation's EMS into the EPP. Include in the EPP measures for protecting natural and cultural resources, required reports, and other measures to be taken. Meet with the Contracting Officer or Contracting Officer Representative to discuss the EPP and develop a mutual understanding relative to the details for environmental protection including measures for protecting natural resources, required reports, and other measures to be taken. Issues of concern must be defined within the Environmental Protection Plan as outlined in this section. Address each topic at a level of detail commensurate with the environmental issue and required construction task(s). Topics or issues which are not identified in this section, but are considered necessary, must be identified and discussed after those items formally identified in this section. Prior to submittal of the Environmental Protection Plan, meet with the Contracting Officer for the purpose of discussing the implementation of the Environmental Protection Plan; possible subsequent additions and revisions to the plan including any reporting requirements; and methods for administration of the Contractor's Environmental Plans. Submit the EPP within 15 days after notice to proceed and not less than 10 days before the preconstruction meeting. Revise the EPP throughout the project to include any reporting requirements, changes in site conditions, or contract modifications that change the project scope of work in a way that could have an environmental impact. No requirement in this section will relieve the Contractor of any applicable Federal, State, and local

Section 01 57 19 Page 7 IFB W912BU21B0004

environmental protection laws and regulations. During Construction, identify, implement, and submit for approval any additional requirements to be included in the EPP. Maintain the current version onsite.

The EPP includes, but is not limited to, the following elements:

1.7.1 Contents

Include in the environmental protection plan, but not limit it to the following:

a. Name(s) of person(s) within the Contractor's organization who is(are) responsible for ensuring adherence to the Environmental Protection Plan.

b. Name(s) and qualifications of person(s) responsible for manifesting hazardous waste to be removed from the site, if applicable.

c. Name(s) and qualifications of person(s) responsible for training the Contractor's environmental protection personnel.

d. Description of the Contractor's environmental protection personnel training program.

e. Drawings showing locations of proposed temporary excavations or embankments for haul roads, material storage areas, structures, sanitary facilities, and stockpiles of excess or spoil materials including methods to control runoff and to contain materials on the site.

f. Traffic control plans including coordination of Contractor vehicle and equipment access with public accessways, measures to reduce erosion of temporary roadbeds by construction traffic, especially during wet weather. Include in the plan measures to minimize the amount of mud transported onto paved public roads by vehicles or runoff.

g. Work area plan showing the proposed activity in each portion of the project area and identifying the areas of limited use or nonuse. Include in the plan measures for marking the limits of use areas including methods for protection of features to be preserved within authorized work areas.

h. Drawing showing the location of the borrow area(s).

i. Include in the Spill Control plan the procedures, instructions, and reports to be used in the event of an unforeseen spill of a substance regulated by 40 CFR 68, 40 CFR 302, 40 CFR 355, and/or regulated under State or Local laws and regulations. The Spill Control Plan supplements the requirements of EM 385-1-1. Include in this plan, as a minimum:

(1) The name of the individual who will report any spills or hazardous substance releases and who will follow up with complete documentation. This individual shall immediately notify the Contracting Officer in addition to the legally required Federal, State, and local reporting channels (including the National Response Center 1-800-424-8802) if a reportable quantity is released to the environment. Include in the plan a list of the required reporting channels and telephone numbers.

Section 01 57 19 Page 8 IFB W912BU21B0004

(2) The name and qualifications of the individual who will be responsible for implementing and supervising the containment and cleanup.

(3) Training requirements for Contractor's personnel and methods of accomplishing the training.

(4) A list of materials and equipment to be immediately available at the job site, tailored to cleanup work of the potential hazard(s) identified.

(5) The names and locations of suppliers of containment materials and locations of additional fuel oil recovery, cleanup, restoration, and material-placement equipment available in case of an unforeseen spill emergency.

(6) The methods and procedures to be used for expeditious contaminant cleanup.

j. A non-hazardous solid waste disposal plan identifying methods and locations for solid waste disposal including clearing debris and schedules for disposal.

k. A historical, archaeological, cultural resources, biological resources, and wetlands plan that defines procedures for identifying and protecting historical, archaeological, cultural resources, biological resources, and wetlands known to be on the project site: and/or identifies procedures to be followed if historical archaeological, cultural resources, biological resources and wetlands not previously known to be onsite or in the area are discovered during construction. Include in the plan methods to assure the protection of known or discovered resources, identifying lines of communication between Contractor personnel and the Contracting Officer.

1.7.2 Appendix

Attach to the Environmental Protection Plan, as an appendix, copies of all environmental permits, permit application packages, approvals to construct, notifications, certifications, reports, and termination documents.

1.8 ENVIRONMENTAL ASSESSMENT OF CONTRACT DEVIATIONS

Any deviations from the drawings, plans and specifications, requested by the Contractor and which may have an environmental impact, shall be subject to approval by the Contracting Officer and may require an extended review, processing, and approval time. The Contracting Officer reserves the right to disapprove alternate methods, even if they are more cost effective, if the Contracting Officer determines that the proposed alternate method will have an adverse environmental impact.

PART 2 PRODUCTS

Not Used

Section 01 57 19 Page 9 IFB W912BU21B0004

PART 3 EXECUTION

3.1 PROTECTION OF NATURAL RESOURCES

Minimize interference with, disturbance to, and damage to fish, wildlife, and plants, including their habitats. The protection of rare, threatened, and endangered animal and plant species identified, including their habitats, is the Contractor's responsibility.

Preserve the natural resources within the project boundaries and outside the limits of permanent work. Restore to an equivalent or improved condition upon completion of work that is consistent with the requirements of the Installation Environmental Office or as otherwise specified. Confine construction activities to within the limits of the work indicated or specified.

3.1.1 Landscape

Except in areas indicated on the plans or specified to be cleared, the Contractor shall not deface, injure, or destroy existing vegetation without the authority of the Contracting Officer. Ropes, cables, or guys shall not be fastened to or attached to any existing nearby trees for anchorages unless specifically authorized. Where such special emergency use is permitted, it shall be performed in such a manner as to avoid damage to the trees. The Contractor shall in any event be responsible for any damage resulting from such use. Where the possibility exists that trees may be defaced, bruised, injured, or otherwise damaged by the Contractor's equipment or operations, the Contractor shall adequately protect such trees. Stone, earth or other material that is displaced into uncleared areas shall be removed. Monuments and markers shall be protected before construction operations commence.

3.1.2 Erosion and Sediment Controls

Providing erosion and sediment control measures in accordance with Federal, State, and local laws and regulations is the Contractor's responsibility. The erosion and sediment controls selected and maintained by the Contractor shall be such that water quality standards are not violated as a result of construction activities.

3.1.3 Flow Ways

Do not alter water flows or otherwise significantly disturb the native habitat adjacent to the project and critical to the survival of fish and wildlife, except as specified and permitted.

3.1.4 Vegetation

Except in areas to be cleared, do not remove, cut, deface, injure, or destroy vegetation without the Contracting Officer's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the Contracting Officer. Where such use of attached ropes, cables, or guys is authorized, the Contractor is responsible for any resultant damage.

3.1.5 Contractor Facilities and Work Areas

Place field offices, staging areas, stockpile storage, and temporary buildings in areas designated on the drawings or as directed by the

Section 01 57 19 Page 10 IFB W912BU21B0004

Contracting Officer. Temporary movement or relocation of Contractor facilities shall be made only when approved.

3.2 ENVIRONMENTAL PERMITS AND COMMITMENTS

Obtaining and complying with all environmental permits and commitments required by Federal, State, Regional, and local environmental laws and regulations is the Contractor's responsibility.

3.3 LAND RESOURCES

Confine all activities to areas defined by the drawings and specifications. Identify any land resources to be preserved within the work area prior to the beginning of any construction. Provide effective protection for land and vegetation resources at all times, as defined in the following subparagraphs.

3.3.1 Work Area Limits

Mark the areas that need not be disturbed under this contract prior to commencing construction activities. Mark or fence isolated areas within the general work area which are not to be disturbed. Protect monuments and markers before construction operations commence. Where construction operations are to be conducted during darkness, any markers must be visible in the dark. The Contractor's personnel must be knowledgeable of the purpose for marking and/or protecting particular objects.

3.3.2 Contractor Facilities and Work Areas

Place field offices, staging areas, stockpile storage, and temporary buildings in areas designated on the drawings or as directed by the Contracting Officer. Temporary movement or relocation of Contractor facilities shall be made only when approved.

3.4 AIR RESOURCES

Equipment operation, activities, or processes will be in accordance with 40 CFR 64 and state air emission and performance laws and standards.

3.4.1 Burning

Burning is prohibited.

3.5 WASTE MINIMIZATION

Minimize the use of hazardous materials and the generation of waste. Include procedures for pollution prevention/ hazardous waste minimization in the Hazardous Waste Management Section of the EPP. Obtain a copy of the installation's Pollution Prevention/Hazardous Waste Minimization Plan for reference material when preparing this part of the EPP. If no written plan exists, obtain information by contacting the Contracting Officer. Describe the anticipated types of the hazardous materials to be used in the construction when requesting information.

3.6 WASTE MANAGEMENT AND DISPOSAL

3.6.1 Solid Wastes

Place solid wastes (excluding clearing debris) in containers which are

Section 01 57 19 Page 11 IFB W912BU21B0004

emptied on a regular schedule. Handling, storage, and disposal must be conducted to prevent contamination. Employ segregation measures so that no hazardous or toxic waste will become co-mingled with solid waste. Comply with Federal, State, and local laws and regulations pertaining to the use of landfill areas.

3.6.2 Disposal of Debris

Do not dispose of any debris resulting from the contract work and any wastes, effluents, trash, garbage, oil, grease, chemicals, etc., in or adjacent to the work area. If any waste material is dumped in unauthorized areas, the Contractor shall remove the material and restore the area to its original condition. If necessary, contaminated ground shall be excavated, disposed of as directed by the Contracting Officer, replaced with suitable fill material, compacted and finished with topsoil, and planted as required to reestablish vegetation.

3.6.3 Contractor Generated Hazardous Wastes/Excess Hazardous Materials

Hazardous wastes are defined in 40 CFR 261, or are as defined by applicable State and local regulations. Hazardous materials are defined in 49 CFR 171 - 178. At a minimum, manage and store hazardous waste in compliance with 40 CFR 262. Take sufficient measures to prevent spillage of hazardous and toxic materials during dispensing. Segregate hazardous waste from other materials and wastes, protect it from the weather by placing it in a safe covered location, and take precautionary measures such as berming or other appropriate measures against accidental spillage. Storage, describing, packaging, labeling, marking, placarding, and transporting of hazardous waste and hazardous material in accordance with 49 CFR 171 - 178, State, and local laws and regulations is the Contractor's responsibility. Transport Contractor generated hazardous waste within 60 days in accordance with the Environmental Protection Agency and the Department of Transportation laws and regulations. Dispose of hazardous waste in compliance with Federal, State and local laws and regulations. The disposition of Contractor generated hazardous waste and excess hazardous materials are the Contractor's responsibility.

3.6.4 Releases/Spills of Oil and Hazardous Substances

3.6.4.1 Response and Notifications

Exercise due diligence to prevent, contain, and respond to spills of hazardous material, hazardous substances, hazardous waste, sewage, regulated gas, petroleum, lubrication oil, and other substances regulated in accordance with 40 CFR 300. Maintain spill cleanup equipment and materials at the work site. In the event of a spill, take prompt, effective action to stop, contain, curtail, or otherwise limit the amount, duration, and severity of the spill/release. In the event of any releases of oil and hazardous substances, chemicals, or gases; immediately (within 15 minutes) notify the Installation Fire Department, the Installation Command Duty Officer, the Installation Environmental Office, the Contracting Officer and the state or local authority.

Submit verbal and written notifications as required by the Federal ( 40 CFR 300.125 and 40 CFR 355), state, local regulations and instructions. Provide copies of the written notification and documentation that a verbal notification was made within 20 days. Spill response must be in accordance with 40 CFR 300 and applicable state and local regulations. Contain and clean up these spills without cost to the

Section 01 57 19 Page 12 IFB W912BU21B0004

Government.

3.6.4.2 Clean Up

Clean up hazardous and non-hazardous waste spills. Reimburse the Government for costs incurred including sample analysis materials, clothing, equipment, and labor if the Government will initiate its own spill cleanup procedures, for Contractor- responsible spills, when: Spill cleanup procedures have not begun within one hour of spill discovery/occurrence; or, in the Government's judgment, spill cleanup is inadequate and the spill remains a threat to human health or the environment.

3.7 HAZARDOUS MATERIAL MANAGEMENT

Include hazardous material control procedures in the Safety Plan, in accordance with Section 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS. Address procedures and proper handling of hazardous materials, including the appropriate transportation requirements. Do not bring hazardous material onto the worksite that does not directly relate to requirements for the performance of this contract. Submit an SDS and estimated quantities to be used for each hazardous material to the Contracting Officer prior to bringing the material on the installation. Typical materials requiring SDS and quantity reporting include, but are not limited to, oil and latex based painting and caulking products, solvents, adhesives, aerosol, and petroleum products. Use hazardous materials in a manner that minimizes the amount of hazardous waste generated. Containers of hazardous materials must have National Fire Protection Association labels or their equivalent. Certify that hazardous materials removed from the site are hazardous materials and do not meet the definition of hazardous waste, in accordance with 40 CFR 261.

3.8 PREVIOUSLY USED EQUIPMENT

Clean previously used construction equipment prior to bringing it onto the project site. Equipment must be free from soil residuals, egg deposits from plant pests, noxious weeds, and plant seeds. Consult with the U.S. Department of Agriculture jurisdictional office for additional cleaning requirements.

3.9 PETROLEUM, OIL, LUBRICANT (POL) STORAGE AND FUELING

POL products include flammable or combustible liquids, such as gasoline, diesel, lubricating oil, used engine oil, hydraulic oil, mineral oil, and cooking oil. Store POL products and fuel equipment and motor vehicles in a manner that affords the maximum protection against spills into the environment. Manage and store POL products in accordance with EPA 40 CFR 112, and other Federal, State, regional, and local laws and regulations. Use secondary containments, dikes, curbs, and other barriers, to prevent POL products from spilling and entering the ground, storm or sewer drains, stormwater ditches or canals, or navigable waters of the United States. Describe in the EPP (see paragraph ENVIRONMENTAL PROTECTION PLAN) how POL tanks and containers must be stored, managed, and inspected and what protections must be provided. Storage of fuel on the project site must be in accordance with EPA, State, and local laws and regulations and paragraph OIL STORAGE INCLUDING FUEL TANKS.

Section 01 57 19 Page 13 IFB W912BU21B0004

3.9.1 Used Oil Management

Manage used oil generated on site in accordance with 40 CFR 279. Determine if any used oil generated while onsite exhibits a characteristic of hazardous waste. Used oil containing 1,000 parts per million of solvents is considered a hazardous waste and disposed of at the Contractor's expense. Used oil mixed with a hazardous waste is also considered a hazardous waste. Dispose in accordance with paragraph HAZARDOUS WASTE DISPOSAL.

3.9.2 Oil Storage Including Fuel Tanks

Provide secondary containment and overfill protection for oil storage tanks. A berm used to provide secondary containment must be of sufficient size and strength to contain the contents of the tanks plus 5 inches freeboard for precipitation. Construct the berm to be impervious to oil for 72 hours that no discharge will permeate, drain, infiltrate, or otherwise escape before cleanup occurs. Use drip pans during oil transfer operations; adequate absorbent material must be onsite to clean up any spills and prevent releases to the environment. Cover tanks and drip pans during inclement weather. Provide procedures and equipment to prevent overfilling of tanks. If tanks and containers with an aggregate aboveground capacity greater than 1320 gallons will be used onsite (only containers with a capacity of 55 gallons or greater are counted), provide and implement a SPCC plan meeting the requirements of 40 CFR 112. Do not bring underground storage tanks to the installation for Contractor use during a project. Submit the SPCC plan to the Contracting Officer for approval.

Monitor and remove any rainwater that accumulates in open containment dikes or berms. Inspect the accumulated rainwater prior to draining from a containment dike to the environment, to determine there is no oil sheen present.

3.10 INADVERTENT DISCOVERY OF PETROLEUM-CONTAMINATED SOIL OR HAZARDOUS WASTES

If petroleum-contaminated soil, or suspected hazardous waste is found during construction that was not identified in the Contract documents, immediately notify the Contracting Officer. Do not disturb this material until authorized by the Contracting Officer.

3.11 SOUND INTRUSION

Keep construction activities under surveillance and control to minimize environment damage by noise. Make the maximum use of low-noise emission products, as certified by the EPA. Comply with the provisions of the State of Maryland and all local ordinances, whichever are more stringent.

3.12 POST CONSTRUCTION CLEANUP

Clean up areas used for construction in accordance with Contract Clause:

Section 01 57 19 Page 14 IFB W912BU21B0004

"Cleaning Up". Unless otherwise instructed in writing by the Contracting Officer, remove traces of temporary construction facilities such as haul roads, work area, structures, foundations of temporary structures, stockpiles of excess or waste materials, and other vestiges of construction prior to final acceptance of the work. Grade parking area and similar temporarily used areas to conform with surrounding contours. The disturbed area(s) shall be graded, filled, seeded, and the entire area restored to near natural conditions which will permit the growth of vegetation thereon unless otherwise indicated or directed by the Contracting Officer. The area shall be .

3.13 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the costs of all the bid items. Payment of fees associated with environmental permits, application, and/or notices obtained by the Contractor, and payment of all fines/fees for violation or non-compliance with Federal, State, Regional and local laws and regulations are solely the Contractor's responsibility.

-- End of Section --

Section 01 57 19 Page 15 This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SECTION 01 57 60

PROTECTION OF MARINE NAVIGATION

PART 1 GENERAL

1.1 SCOPE OF SECTION

The work covered by this section consists of furnishing all labor, materials, plant and equipment, and performing all operations required for protecting vessels navigating the waterway beneath the bridge.

1.2 REFERENCES (Not Applicable)

PART 2 PRODUCTS

2.1 WARNING SIGNS

Warning signs shall be fabricated from 5/8-inch thick exterior plywood and shall be a minimum 4-feet high by 8-feet wide. The face of each sign shall have a white painted background with the words: "WARNING - OVERHEAD BRIDGE CONSTRUCTION 1,000 FEET AHEAD" painted in minimum 12-inch high bright red letters.

PART 3 EXECUTION

3.1 REQUIREMENTS

The following requirements shall be observed by the Contractor for the protection of marine navigation.

3.1.1 Suspension of Work

All work over the navigation channel shall be suspended whenever a vessel is approaching within 1,000 feet of the bridge and shall remain suspended until the vessel has completely passed under the bridge.

3.1.2 Coordination

Coordinate with the U.S. Army Corps of Engineers Dispatchers Office at the C & D Canal Project Office, Chesapeake City, Maryland at (Area Code 410) 885-5622 for advanced notification of marine traffic passing through the waterway.

3.1.3 Warning Signs

Securely erect four warning signs, on on each side of the bridge on both banks of the canal, located 1,000 feet from the centerline of the bridge. Maintain the signs to the satisfaction of the Contracting Officer throughout the contract period.

3.1.4 Channel Observers

Whenever construction is in progress over the navigation channel, one observer shall be positioned on the bridge to watch for oncoming vessels

Section 01 57 60 Page 1 IFB W912BU21B0004

from both directions. When a vessel is within 1,000 feet from the bridge, an audible signal shall be sounded for all work to cease. Work shall not resume until an all-clear signal is sounded after the vessel has completely passed under the bridge.

3.1.5 Minimum Clearance

The Contractor shall be limited to one-half of the main span (in a north-south direction), over a continuous distance of not more than half of the width of the navigation channel at any time, from the centerline of the bridge outward toward the edge of the channel to perform work. The Contractor shall not impact the vertical navigation clearance under the half of the main span not being worked on.

3.1.5.1 Warning Lights

Any portion of the work platform maintaining less than the specified minimum vertical clearance between the lower end of the work platform and mean high water of the navigation channel, shall be lighted and provided with a white flashing beacon visible for 1 nautical mile.

3.2 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the costs of all the bid items.

-- End of Section --

Section 01 57 60 Page 2 IFB W912BU21B0004

SECTION 01 60 00

WORK ACCESS PLATFORM

PART 1 GENERAL

1.1 SCOPE OF SECTION

The work covered by this section consists of furnishing all labor, materials, and performing all operations required for the construction of a temporary work access platform and temporary debris control shield. Minimum clearances for marine traffic shall be as specified in Section 01 57 60 PROTECTION OF MARINE NAVIGATION.

1.2 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2014) Safety and Health Requirements Manual

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. The following shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

NOTE: Any submittals classified as "SD-01 Preconstruction Submittals" are submittals required to be submitted to, and approved by, the office indicated prior to mobilization to the contract work site. All other submittals, classified as "SD-02" through "SD-11," shall be submitted to, and approved or reviewed by, the office indicated prior to commencing the particular task to which the submittal is associated.

SD-01 Preconstruction Submittals

Work Access Platform; G, DO.

If a work access platform is required, submit a work access platform plan that describes the platform, temporary debris control shield, and details. Include all structural analysis and design calculations for the platform, debris control shields, and associated support system. The work access platform plan shall include detailed erection plans and drawings for the platform indicating minimum clearance for marine traffic. The system shall be designed in accordance with EM 385-1-1, OSHA, and AASHTO requirements and to support all environmental loads and those loads imposed in carrying out the Contractor's work plan. Provide calculations to verify that the bridge will not be overstressed by construction activities, work access platforms, construction

Section 01 60 00 Page 1 IFB W912BU21B0004

equipment exceeding 80,000 lbs, and containment structure. The design, drawings, and calculations shall be approved by a Professional Engineer licensed in the State of Maryland.

PART 2 PRODUCTS

2.1 WORK ACCESS PLATFORM

Provide approved solid floor debris shield and platform system, as needed. Provide debris to protect all locations where overhead work poses a hazard to the traveling public or marine vessels and is not limited to the area under work platforms.

2.1.1 Platform Design

The design of the work access platform shall specifically address any necessary strengthening of existing bridge members required during platform construction or connection to the bridge. The design shall also specifically detail all connections to the bridge.

PART 3 EXECUTION

3.1 WORK ACCESS PLATFORM

Do not modify or damage the existing bridge members to construct or operate the platform system without approval from the Government. M odification to the bridge shall be detailed in the erection drawings and approved by a Maryland-registered Professional Engineer. Damage to the existing structure and its appurtenances occurring during work access platform installation shall be repaired by the Contractor, at no additional expense to the Government.

3.1.1 Inspection

The work access platform shall be inspected and certified by the manufacturer or registered PE when initially assembled and each time thereafter when the work access platform is reassembled at a new location on the bridge.

3.1.2 Platform Removal

Remove and properly dispose of all temporary apparatuses and work access platform systems used throughout the project, as soon as they serve their intended purpose. Bring any disturbed element surrounding the temporary apparatus and/or support systems to its original condition, subject to the Government's approval.

3.2 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the costs of all the bid items to which work access platforms are incidental.

-- End of Section --

Section 01 60 00 Page 2 IFB W912BU21B0004

SECTION 01 78 00

CLOSEOUT SUBMITTALS

PART 1 GENERAL

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

ERDC/ITL TR-12-1 (2015) A/E/C Graphics Standard, Release 2.0

ERDC/ITL TR-12-6 (2015) A/E/C CAD Standard - Release 6.0

U.S. DEPARTMENT OF DEFENSE (DOD)

UFC 1-300-08 (2009, with Change 2, 2011) Criteria for Transfer and Acceptance of DoD Real Property

1.2 DEFINITIONS

1.2.1 As-Built Drawings

As-built drawings are the marked-up drawings, maintained by the Contractor on-site, that depict actual conditions and deviations from the Contract Documents. These deviations and additions may result from coordination required by, but not limited to: contract modifications; official responses to submitted Requests for Information (RFI's); direction from the Contracting Officer; design that is the responsibility of the Contractor, and differing site conditions. Maintain the as-builts throughout construction as red-lined hard copies on site. These files serve as the basis for the creation of the record drawings.

1.2.2 Record Drawings

The record drawings are the final compilation of actual conditions reflected in the as-built drawings.

1.3 SOURCE DRAWING FILES

Request the full set of electronic drawings, in the source format, for Record Drawing preparation, after award and at least 30 days prior to required use.

1.3.1 Terms and Conditions

Data contained on these electronic files must not be used for any purpose other than as a convenience in the preparation of construction drawings and data for the referenced project. Any other use or reuse shall be at the sole risk of the Contractor and without liability or legal exposure to the Government. The Contractor must make no claim and waives to the

Section 01 78 00 Page 1 IFB W912BU21B0004

fullest extent permitted by law, any claim or cause of action of any nature against the Government, its agents or sub consultants that may arise out of or in connection with the use of these electronic files. The Contractor must, to the fullest extent permitted by law, indemnify and hold the Government harmless against all damages, liabilities or costs, including reasonable attorney's fees and defense costs, arising out of or resulting from the use of these electronic files.

These electronic CAD drawing files are not construction documents. Differences may exist between the CAD files and the corresponding construction documents. The Government makes no representation regarding the accuracy or completeness of the electronic CAD files, nor does it make representation to the compatibility of these files with the Contractor hardware or software. In the event that a conflict arises between the signed and sealed construction documents prepared by the Government and the furnished Source drawing files, the signed and sealed construction documents govern. The Contractor is responsible for determining if any conflict exists. Use of these Source Drawing files does not relieve the Contractor of duty to fully comply with the contract documents, including and without limitation, the need to check, confirm and coordinate the work of all contractors for the project. If the Contractor uses, duplicates or modifies these electronic source drawing files for use in producing construction drawings and data related to this contract, remove all previous indicia of ownership (seals, logos, signatures, initials and dates).

1.4 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-08 Manufacturer's Instructions

Posted Instructions

SD-10 Operation and Maintenance Data

Operation and Maintenance Manuals; G, DO

SD-11 Closeout Submittals

As-Built Drawings; G, DO

Record Drawings; G, DO

As-Built Record of Equipment and Materials

Final Approved Shop Drawings; G, DO

Construction Contract Specifications; G, DO

1.5 QUALITY CONTROL

Additions and corrections to the contract drawings must be equal in quality and detail to that of the originals. Line colors, line weights, lettering, layering conventions, and symbols must be the same as the

Section 01 78 00 Page 2 IFB W912BU21B0004

original line colors, line weights, lettering, layering conventions, and symbols.

PART 2 PRODUCTS

2.1 RECORD DRAWINGS

Prepare the CAD drawing files in AutoCAD Release 2018 format compatible with a Windows 7 operating system.

2.1.1 Additional Drawings

If additional drawings are required, prepare them using the specified electronic file format applying the same graphic standards specified for original drawings. The title block and drawing border to be used for any new final record drawings must be identical to that used on the contract drawings.

2.1.1.1 Sheet Numbers and File Names

If a sheet needs to be added between two sequential sheets, append a Supplemental Drawing Designator in accordance with ERDC/ITL TR-12-6 Adding a drawing sheet, and ERDC/ITL TR-12-1 Adding or deleting drawing sheets and index sheet procedures.

2.2 PDF AS-BUILT FILES

Provide electronic PDF "plots" of all contract drawings sheets associated with the as-built drawing submittal. Compile and organize the PDF set to match the contract drawings. Bookmark and label the pages of the PDF file.

2.3 REDLINES AND MARKUPS

Provide PDFs of the current working redlines and/or markups complying with the as-builts drawing and markup requirements contained in this specification.

2.4 AS-BUILT RE-SUBMISSION REQUIREMENTS

If elements of an as-built submittal package are rejected, provide the following for each re-submission, in addition to any information required in Section 01 33 00 SUBMITTAL PROCEDURES:

a. Re-submit all components required under paragraph As-Builts Package, including updated content in response to Government comments.

b. Provide a copy of all Government review comments.

c. Provide a disposition/response to each Government review comment for a back-check of the re-submission deliverable.

PART 3 EXECUTION

3.1 AS-BUILT DRAWINGS

Provide and maintain two black line print copies of the PDF contract drawings for As-Built Drawings. Maintain the as-builts throughout construction as red-lined hard copies on site. Submit As-Built Drawings 30 days prior to Beneficial Occupancy Date (BOD).

Section 01 78 00 Page 3 IFB W912BU21B0004

3.1.1 Markup Guidelines

Make comments and markup the drawings complete without reference to letters, memos, or materials that are not part of the As-Built drawing. Show what was changed, how it was changed, where item(s) were relocated and change related details. These working as-built markup prints must be neat, legible and accurate as follows:

a. Use base colors of red, green, and blue. Color code for changes as follows:

(1) Special (Blue) - Items requiring special information, coordination, or special detailing or detailing notes.

(2) Deletions (Red) - Over-strike deleted graphic items (lines), lettering in notes and leaders.

(3) Additions (Green) - Added items, lettering in notes and leaders.

b. Provide a legend if colors other than the "base" colors of red, green, and blue are used.

c. Add and denote any additional equipment or material facilities, service lines, incorporated under As-Built Revisions if not already shown in legend.

d. Use frequent written explanations on markup drawings to describe changes. Do not totally rely on graphic means to convey the revision.

e. Use legible lettering and precise and clear digital values when marking prints. Clarify ambiguities concerning the nature and application of change involved.

f. Wherever a revision is made, also make changes to related section views, details, legend, profiles, plans and elevation views, schedules, notes and call out designations, and mark accordingly to avoid conflicting data on all other sheets.

g. For deletions, cross out all features, data and captions that relate to that revision.

h. For changes on small-scale drawings and in restricted areas, provide large-scale inserts, with leaders to the applicable location.

i. Indicate one of the following when attaching a print or sketch to a markup print:

1) Add an entire drawing to contract drawings

2) Change the contract drawing to show

3) Provided for reference only to further detail the initial design.

j. Incorporate all shop and fabrication drawings into the markup drawings.

3.1.2 As-Built Drawings Content

Revise As-Built Drawings in accordance with ERDC/ITL TR-12-1 and

Section 01 78 00 Page 4 IFB W912BU21B0004

ERDC/ITL TR-12-6. Keep these working as-built markup drawings current on a weekly basis and at least one set available on the jobsite at all times. Changes from the contract drawings which are made during construction or additional information which might be uncovered in the course of construction must be accurately and neatly recorded as they occur by means of details and notes. Submit the working as-built markup drawings for approval prior to submission of each monthly pay estimate. For failure to maintain the working and final record drawings as specified herein, the Contracting Officer will withhold 10 percent of the monthly progress payment until approval of updated drawings. Show on the as-built drawings, but not limited to, the following information: a. The actual location, kinds and sizes of all sub-surface utility lines. In order that the location of these lines and appurtenances may be determined in the event the surface openings or indicators become covered over or obscured, show by offset dimensions to two permanently fixed surface features the end of each run including each change in direction on the record drawings. Locate valves, splice boxes and similar appurtenances by dimensioning along the utility run from a reference point. Also record the average depth below the surface of each run. b. The location and dimensions of any changes within the building structure. c. Layout and schematic drawings of electrical circuits and piping. d. Correct grade, elevations, cross section, or alignment of roads, earthwork, structures or utilities if any changes were made from contract plans. e. Changes in details of design or additional information obtained from working drawings specified to be prepared or furnished by the Contractor; including but not limited to shop drawings, fabrication, erection, installation plans and placing details, pipe sizes, insulation material, dimensions of equipment, and foundations. f. The topography, invert elevations and grades of drainage installed or affected as part of the project construction. g. Changes or Revisions which result from the final inspection. h. Where contract drawings or specifications present options, show only the option selected for construction on the working as-built markup drawings. i. If borrow material for this project is from sources on Government property, or if Government property is used as a spoil area, furnish a contour map of the final borrow pit/spoil area elevations. j. Systems designed or enhanced by the Contractor, such as HVAC controls, fire alarm, fire sprinkler, and irrigation systems. k. Changes in location of equipment and architectural features. l. Modifications. m. Actual location of anchors, construction and control joints, etc., in concrete.

Section 01 78 00 Page 5 IFB W912BU21B0004

n. Unusual or uncharted obstructions that are encountered in the contract work area during construction.

o. Location, extent, thickness, and size of stone protection particularly where it will be normally submerged by water.

3.2 RECORD DRAWING FILES

If additional drawings are required, prepare them using the specified electronic file format applying the same graphic standards specified for original drawings. The title block and drawing border to be used for any new final record drawings must be identical to that used on the contract drawings. Accomplish additions and corrections to the contract drawings using CAD files. Provide all program files and hardware necessary to prepare final PDF record drawings. The Contracting Officer will review final PDF record drawings for accuracy and return them to the Contractor for required corrections, changes, additions, and deletions.

3.2.1 Rename the CAD Drawing files

Rename the CAD Drawing files using the contract number as the Project Code field,(e.g., W91238-15-C-10A-102.DWG) as instructed in the Pre-Construction conference. Use only those renamed files for the Marked-up changes. Make all changes on the layer/level as the original item.

a. For AutoCAD files (DWG), enter all as-built delta changes and notations on the AS-BUILT layer.

c. When final revisions have been completed, show the wording "RECORD DRAWING AS-BUILTS" followed by the name of the Contractor in letters at least 3/16 inch high on the cover sheet drawing. Date RECORD DRAWING AS-BUILTS" drawing revisions in the revision block.

d. Within 20 days after Government approval of all of the working record drawings for a phase of work, prepare the final CAD record drawings for that phase of work and submit PDF drawing files and two sets of prints for review and approval. The Government will promptly return one set of prints annotated with any necessary corrections. Within 10 days revise the CAD files accordingly at no additional cost and submit one set of final prints for the completed phase of work to the Government. Within 20 days of substantial completion of all phases of work, submit the final record drawing package for the entire project. Submit one set of electronic CAD files, and one set of the approved working record PDF files on three optical discs with two sets of prints. The CAD files must be complete in all details and identical in form and function to the CAD drawing files supplied by the Government. Prepare AutoCAD files for transmittal using e-Transmit. Make any transactions or adjustments necessary to accomplish this. The Government reserves the right to reject any drawing files it deems incompatible with the customer's CAD system. Paper prints, drawing files and storage media submitted will become the property of the Government upon final approval. Failure to submit final record PDF drawing files, CAD files and marked prints as specified will be cause for withholding any payment due under this contract. Approval and acceptance of final record drawings must be accomplished before final payment is made.

Section 01 78 00 Page 6 IFB W912BU21B0004

3.3 RECORD DRAWINGS

Prepare final record drawings after the completion of each definable feature of work as listed in the Contractor Quality Control Plan (such as Foundations, Utilities, or Structural Steel as appropriate for the project). Transfer the changes from the approved working as-built markup drawings to the original electronic CAD drawing files. Modify the as-built CAD drawing files to correctly show the features of the project as-built by bringing the working CAD drawing set into agreement with approved working as-built markup drawings, and adding such additional drawings as may be necessary. Refer to ERDC/ITL TR-12-1. Jointly review the working as-built markup drawings with printouts from working as-built CAD drawing PDF files for accuracy and completeness. Monthly review of working as-built CAD drawing PDF file printouts must cover all sheets revised since the previous review. These PDF drawing files are part of the permanent records of this project. Any drawings damaged or lost must be satisfactorily replaced at no expense to the Government.

Drawing revisions (include within change order price the cost to change working and final record drawings to reflect revisions) and compliance with the following procedures.

a. Follow directions in the revision for posting descriptive changes.

b. The revision delta size must be 5/16 inch unless the area where the delta is to be placed is crowded. Use a smaller size delta for crowded areas.

c. Place a revision delta at the location of each deletion.

d. For new details or sections which are added to a drawing, place a revision delta by the detail or section title.

e. For minor changes, place a revision delta by the area changed on the drawing (each location).

f. For major changes to a drawing, place a revision delta by the title of the affected plan, section, or detail at each location.

g. For changes to schedules or drawings, place a revision delta either by the schedule heading or by the change in the schedule.

3.3.1 Final Record Drawing Package

Submit the final record PDF and CAD drawings package for the entire project within 20 days of substantial completion of all phases of work. Submit one set of ANSI D size PDF and CAD files on optical disc, read-only memory (ROM), two sets of ANSI D size prints and one set of the approved working record drawings. The package must be complete in all details and identical in form and function to the contract drawing files supplied by the Government.

3.4 FINAL APPROVED SHOP DRAWINGS

Submit final approved project shop drawings 30 days after transfer of the completed facility.

Section 01 78 00 Page 7 IFB W912BU21B0004

3.5 CONSTRUCTION CONTRACT SPECIFICATIONS

Submit final PDF file record construction contract specifications, including revisions thereto, 30 days after transfer of the completed facility.

3.6 AS-BUILT RECORD OF EQUIPMENT AND MATERIALS

Furnish one copy of preliminary record of equipment and materials used on the project 15 days prior to final inspection. This preliminary submittal will be reviewed and returned 2 days after final inspection with Government comments. Submit Two sets of final record of equipment and materials 10 days after final inspection. Key the designations to the related area depicted on the contract drawings. List the following data:

RECORD OF DESIGNATED EQUIPMENT AND MATERIALS DATA Description Specification Manufacturer Composition Where Used Section and Catalog, and Size Model, and Serial Number

3.7 CLEANUP

Leave premises "broom clean." Sweep paved areas and rake clean landscaped areas. Remove waste and surplus materials, rubbish and construction facilities from the site..

3.8 REAL PROPERTY RECORD

Refer to UFC 1-300-08 for instruction on completing the DD FORM 1354. Contact the Contracting Officer for any project specific information necessary to complete the DD FORM 1354.

3.9 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the the cost of all the bid items.

-- End of Section --

Section 01 78 00 Page 8 IFB W912BU21B0004

SECTION 02 41 00

DEMOLITION

PART 1 GENERAL

1.1 SCOPE

The work covered by this section consist of furnishing all labor, materials, plant and equipment and performing all operations for removing and disposing of the existing finger joint drainage troughs, materials from the concrete pier repairs, and materials from the south approach slab.

1.2 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

AMERICAN SOCIETY OF SAFETY PROFESSIONALS (ASSP)

ASSP A10.6 (2006; R 2016) Safety & Health Program Requirements for Demolition Operations - American National Standard for Construction and Demolition Operations

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2014) Safety and Health Requirements Manual

U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA)

40 CFR 61 National Emission Standards for Hazardous Air Pollutants

1.3 PROJECT DESCRIPTION

1.3.1 Definitions

1.3.1.1 Demolition

Demolition is the process of wrecking or taking out any load-supporting structural member together with any related handling and disposal operations.

1.3.1.2 Demolition Plan

Demolition Plan is the planned steps and processes for managing demolition activities and identifying the required sequencing activities and disposal mechanisms.

1.3.2 Demolition Plan

Prepare a Demolition Plan and submit proposed demolition, and removal procedures for approval before work is started. Include in the plan

Section 02 41 00 Page 1 IFB W912BU21B0004

procedures for coordination with other work in progress, a detailed description of methods and equipment to be used for each operation and of the sequence of operations. Provide procedures for safe conduct of the work in accordance with EM 385-1-1. Plan shall be approved by the Contracting Officer prior to work beginning.

1.3.3 General Requirements

Do not begin demolition until authorization is received from the Contracting Officer. Remove rubbish and debris from Government property daily, unless otherwise directed. Store materials that cannot be removed daily in areas specified by the Contracting Officer. In the interest of occupational safety and health, perform the work in accordance with EM 385-1-1, Section 23, Demolition, and other applicable Sections.

1.4 ITEMS TO REMAIN IN PLACE

Take necessary precautions to avoid damage to existing items to remain in place, to be reused, or to remain the property of the Government. Repair or replace damaged items as approved by the Contracting Officer. Coordinate the work of this section with all other work indicated. Construct and maintain shoring, bracing, and supports as required. Ensure that structural elements are not overloaded. Increase structural supports or add new supports as may be required as a result of any cutting, removal, deconstruction, or demolition work performed under this contract. Do not overload structural elements. Provide new supports and reinforcement for existing construction weakened by demolition, deconstruction, or removal work. Repairs, reinforcement, or structural replacement require approval by the Contracting Officer prior to performing such work.

1.4.1 Existing Construction Limits and Protection

Do not disturb existing construction beyond the extent indicated or necessary for installation of new construction. Provide temporary shoring and bracing for support of building components to prevent settlement or other movement. Provide protective measures to control accumulation and migration of dust and dirt in all work areas. Remove dust, dirt, and debris from work areas daily.

1.4.2 Utility Service

Maintain existing utilities indicated to stay in service and protect against damage during demolition operations.

1.5 BURNING

The use of burning at the project site for the disposal of refuse and debris will not be permitted.

1.6 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Section 02 41 00 Page 2 IFB W912BU21B0004

Demolition Plan; G,DO Proposed demolition and removal procedures for approval before work is started.

SD-11 Closeout Submittals

Receipts

1.7 QUALITY ASSURANCE

Submit timely notification of demolition projects to Federal, State, regional, and local authorities in accordance with 40 CFR 61, Subpart M. Notify the Contracting Officer in writing 10 working days prior to the commencement of work in accordance with 40 CFR 61, Subpart M. Comply with Federal, State, and local hauling and disposal regulations. In addition to the requirements of the "Contract Clauses," conform to the safety requirements contained in ASSP A10.6. Comply with the Environmental Protection Agency requirements specified. Use of explosives will not be permitted.

1.7.1 Dust and Debris Control

Prevent the spread of dust and debris and avoid the creation of a nuisance or hazard in the surrounding area. Do not use water if it results in hazardous or objectionable conditions such as, but not limited to, ice, flooding, or pollution.

1.8 PROTECTION

1.8.1 Protection of Personnel

Before, during and after the demolition work continuously evaluate the condition of the structure being demolished and take immediate action to protect all personnel working in and around the project site. No area, section, or other structural element will be allowed to be left standing without sufficient bracing, shoring, or lateral support to prevent collapse or failure while workmen remove debris or perform other work in the immediate area.

1.9 RELOCATIONS

Perform the removal and reinstallation of relocated items as indicated with workmen skilled in the trades involved. Repair or replace items to be relocated which are damaged by the Contractor with new undamaged items as approved by the Contracting Officer.

1.10 EXISTING CONDITIONS

Before beginning any demolition work, survey the site and examine the drawings and specifications to determine the extent of the work. Record existing conditions in the presence of the Contracting Officer showing the condition of structures and other facilities adjacent to areas of alteration or removal. Photographs sized 4 inch will be acceptable as a record of existing conditions. Submit survey results.

Section 02 41 00 Page 3 IFB W912BU21B0004

PART 2 PRODUCTS - Not Used

PART 3 EXECUTION

3.1 DEMOLITION AND DISPOSAL

Existing concrete and finger joint drainage troughs shall be removed as indicated on the drawings and as specified herein. The concrete removal operations shall be performed in such a manner as to avoid damaging adjoining existing concrete to remain. Damage shall be repaired by the Contractor, at no additional cost to the Government. Demolition operations shall be performed within the approved traffic control plans as specified in Section 01 55 00 TEMPORARY TRAFFIC CONTROL.

3.2 DISPOSITION OF MATERIAL

3.2.1 Title to Materials

All materials and equipment removed and not reused, shall become the property of the Contractor and shall be removed from Government property. Title to materials resulting from demolition is vested in the Contractor upon approval by the Contracting Officer of the Contractor's demolition and removal procedures, and authorization by the Contracting Officer to begin demolition.

3.3 CLEANUP

Remove and transport the debris in a manner that prevents spillage on streets or adjacent areas. Apply local regulations regarding hauling and disposal.

3.4 DISPOSAL OF REMOVED MATERIALS

3.4.1 Regulation of Removed Materials

Dispose of debris, rubbish, scrap, and other nonsalvageable materials resulting from removal operations with all applicable Federal, State and local regulations.

3.4.2 Burning on Government Property

Burning of materials removed from demolished structures will not be permitted on Government property.

3.5 MEASUREMENT AND PAYMENT

No separate measurement or payment will be made for the work specified in this section and all costs in connection therewith shall be included in the costs of all the bid items to which demolition is incidental.

-- End of Section --

Section 02 41 00 Page 4 IFB W912BU21B0004

SECTION 03 01 32

CAST-IN-PLACE CONCRETE

PART 1 GENERAL

1.1 SCOPE

The work covered by this section consists of furnishing all labor, materials, and equipment, and performing all operations required for cast-in-place concrete to repair the concrete piers and overlay the south approach slab, at the locations indicated on the drawings. All concrete pier repairs and slab overlay shall be made with Ultra High Performance Concrete, as specified herein.

1.2 RELATED SECTIONS

1.2.1 Reinforcing Steel

Reinforcing steel shall conform to the requirements of Section 03 20 02 CONCRETE REINFORCING.

1.2.2 Disposal of Waste Materials

Dispose of waste water in accordance with 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS.

1.3 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only.

AMERICAN CONCRETE INSTITUTE (ACI)

ACI 117 (2010; Errata 2011) Specifications for Tolerances for Concrete Construction and Materials and Commentary

ACI 306.1 (1990; R 2002) Standard Specification for Cold Weather Concreting

ACI 318 (2014; Errata 1-2 2014; Errata 3-5 2015; Errata 6 2016; Errata 7-9 2017) Building Code Requirements for Structural Concrete (ACI 318-14) and Commentary (ACI 318R-14)

ACI SP-66 (2004) ACI Detailing Manual

ASTM INTERNATIONAL (ASTM)

ASTM A307 (2014; E 2017) Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength

ASTM C117 (2017) Standard Test Method for Materials

Section 03 01 32 Page 1 IFB W912BU21B0004

Finer than 75-um (No. 200) Sieve in Mineral Aggregates by Washing

ASTM C136/C136M (2014) Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates

ASTM C143/C143M (2020) Standard Test Method for Slump of Hydraulic-Cement Concrete

ASTM C157/C157M (2017) Standard Test Method for Length Change of Hardened Hydraulic-Cement Mortar and Concrete

ASTM C1856/C1856M (2017) Standard Practice for Fabricating and Testing Specimens of Ultra-High Performance Concrete

ASTM C31/C31M (2021) Standard Practice for Making and Curing Concrete Test Specimens in the Field

ASTM C39/C39M (2021) Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens

ASTM C666/C666M (2015) Resistance of Concrete to Rapid Freezing and Thawing

ASTM C171 (2020) Standard Specification for Sheet Materials for Curing Concrete

ASTM C172/C172M (2017) Standard Practice for Sampling Freshly Mixed Concrete

ASTM C231/C231M (2017a) Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method

ASTM C469/C469M (2014) Static Modulus of Elasticity and Poisson's Ratio of Concrete in Compression

ASTM C1609/C1609M (2019a) Standard Test Method for Flexural Performance of Fiber-Reinforced Concrete (Using Beam with Third-Point Landing)

ASTM E488 (2018) Standard Test Methods for Strength of Anchors in Concrete and Masonry Elements

U.S. ARMY CORPS OF ENGINEERS (USACE)

COE CRD-C 400 (1963) Requirements for Water for Use in Mixing or Curing Concrete

EM 385-1-1 (2014) Safety and Health Requirements Manual

1.4 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When

Section 03 01 32 Page 2 IFB W912BU21B0004 used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

Any submittals classified as "SD-01 Preconstruction Submittals" are submittals required to be submitted to, and approved by, the office indicated prior to mobilization to the contract work site. All other submittals, classified as "SD-02" through "SD-11," shall be submitted to, and approved or reviewed by, the office indicated prior to commencing the particular task to which the submittal is associated.

SD-01 Preconstruction Submittals

Work Plan; G, DO

Submit proposed methods, procedures, etc. for all work related to this project including demolition, water-control, waste management and disposal, as well as concrete repair methods as follows:

Submit the proposed methods for constructing or repairing each type of concrete section. The plan shall include, but shall not be limited to; repair materials to be used with specific information on products and/or constituents, requirements for handling, storage, etc., equipment to be used, surface preparation, and requirements for placement, finishing, curing and protection specific to the materials used.

Submit the procedures proposed for the accomplishment of the demolition and removal work. The procedures shall provide for safe conduct of the work, including procedures and methods to provide necessary supports, lateral bracing and shoring when required, careful removal and disposition of materials specified to be salvaged, protection of property which is to remain undisturbed, coordination with other work in progress, and timely disconnection of utility services. The procedures shall include a detailed description of the methods and equipment to be used for each operation, and the sequence of operations in accordance with EM 385-1-1. Where applicable, the plan shall include drilling patterns and means of controlling crack propagation.

The work plan shall also include an access plan for personnel, and proposed method of controlling, collecting, and removing debris. Unless otherwise specified, do not permit concrete and other debris to drop into the water. Collect concrete and/or debris and retain near to its point of removal. Describe the method of debris control and removal in the demolition plan. The method of debris control and removal must be approved by the Contracting Officer. Disposal of all debris shall be in accordance with the requirements of Section 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS.

Submit the procedures proposed for collection, treatment and disposal of wastewater from drilling, sawing and other concrete removal and construction operations prior to performance of any operations that produce wastewater. The plan shall include copies of required permits or other evidence of compliance with applicable Federal, State and local laws and regulations. Do not permit wastewater from surface preparation, cleaning, drilling and

Section 03 01 32 Page 3 IFB W912BU21B0004

cutting, or the construction oeprations, to directly enter the water. Collect wastewater and treat in accordance with Section 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS.

SD-03 Product Data

Ultra High Performance Concrete; G, DO

Materials

A system of identification which shows the disposition of specific lots of approved materials in the work shall be established and submitted before completion of the contract.

Bonding Agent/Corrosion Inhibitor Reinforcement Protection; G, DO

Expansion Hooked Anchor Bolts; G, DO

Submit manufacturer's product literature from suppliers that demonstrates compliance with applicable specifications for the above materials. For proportioned materials, submit three copies of the proposed mix design prior to placement. The mix design shall indicate the weight of each ingredient of the mixture. No Bonding Agent/Corrosion Inhibitor shall be placed prior to approval of the proposed product. No deviation from the approved job-mix formula shall be permitted without prior approval.

SD-04 Samples

Expansion Hooked Anchor Bolts; G, DO

Submit two samples of the expansion hooked anchor bolts prior to installation.

SD-05 Design Data

Formwork; G, DO

SD-06 Test Reports

Ultra High Performance Concrete; G, DO

Concrete Tests; G, DO

Submit for approval certified copies of all test data and test reports for air content, slump, and strength for the concrete materials to be used. The compressive strength tests shall be performed at 24 hours, 4 days, 7 days and 28 days.

SD-07 Certificates

Testing Technicians; G, DO

Submit statements that the concrete testing technicians meet the specified requirements.

Cement Materials; G, DO

Section 03 01 32 Page 4 IFB W912BU21B0004

Concrete and corrosion inhibitor will be accepted on the basis of a manufacturer's certification of compliance. No materials shall be used until notice of acceptance has been given by the Contracting Officer. Materials may be subjected to check testing by the Government from samples obtained at the project site.

SD-08 Manufacturer's Instructions

Ultra High Performance Concrete; G, DO

Bonding Agent/Corrosion Inhibitor; G, DO

Submit manufacturer's written mixing, application and curing instructions for each type of material.

Manufacturer's Material Safety Data Sheets

Submit manufacturer's Material Safety Data Sheets for epoxies and other potentially hazardous materials.

1.5 DELIVERY, STORAGE, AND HANDLING

1.5.1 Packing, Shipping, Handling, and Unloading

Inspect materials delivered to site for damage, unload and store with a minimum of handling. Deliver resin components and aggregate materials in original sealed containers where applicable.

1.5.2 Epoxy-Resin Materials

Deliver epoxy-resin materials to the site in such manner as to avoid damage or loss. Do not allow epoxy-resin materials to freeze. Storage areas shall be in a windowless and weatherproof, but ventilated, insulated noncombustible building, with provision nearby for conditioning the material to 70 degrees F to 85 degrees F for a period of 48 hours prior to use. Store epoxy resin components and aggregate materials in dry covered areas at temperatures below 90 degrees F. Remove unused mixed materials that have reached end of working or pot life from the job site. Use epoxy-resin materials before the expiration date marked on the packaging.

1.6 QUALITY ASSURANCE

Perform all work in accordance with EM 385-1-1. To protect personnel from overexposure to toxic materials, conform to the applicable manufacturer's Material Safety Data Sheets (MSDS) or local regulation. Submit the MSDS for epoxies, polyurethanes, and other potentially hazardous materials.

1.6.1 Qualifications

The submittals shall, where applicable, identify individuals who will be working on this contract and their relevant experience. Do not make changes in approved personnel without prior approval of the Contracting Officer.

1.6.1.1 Quality Control Personnel Qualifications

The individuals who sample and test concrete, as required in this specification, shall have demonstrated a knowledge and ability to perform the necessary test procedures equivalent to the ACI minimum guidelines for

Section 03 01 32 Page 5 IFB W912BU21B0004

certification of Concrete Field Testing Technicians, Grade I. Submit resumes, pertinent information, past experience, training, and education of all operators of specialized demolition equipment if needed for this and the three paragraphs above.

1.6.2 Regulatory Requirements

Perform all work in accordance with applicable Federal, State and local safety, health and environmental requirements, and EM 385-1-1. The Contractor is responsible for obtaining all permits required by Federal, State and local agencies for the performance of the work.

1.6.3 Test Reports

1.6.3.1 Cement-Based Concrete and Cement-Based Mortar

Include the following:

a. Initial Slump

b. Slump over Time

c. Air Content

d. Compressive Strength at 7, 14, 28, 56, and 90 days.

e. Water to cementitious materials ratio

f. Tensile Strength

g. Flexural Strength

1.7 PROJECT/SITE CONDITIONS

1.7.1 Environmental Requirements

Do not place repair materials when weather conditions detrimentally affect the quality of the finished product. Do not place cement-based repair materials when the air temperature is below 40 degrees F in the shade. When air temperature is likely to exceed 90 degrees F, the cement-based repair material shall have a temperature not exceeding 90 degrees F when deposited, and the surface of such placed cement-based repair material shall be kept damp with a water fog until the approved curing medium is applied. Do not place polymer-modified repair materials when the air temperature is below 45 degrees F or above 85 degrees F unless approved by the polymer manufacturer. Do not place sealant in joints or cracks when the temperature is below 50 degrees F. Placement restrictions for other materials shall be in accordance with the manufacturer's published literature. Halt work when weather conditions are potentially detrimental to the quality of repairing or bonding concrete. Apply epoxy resin materials only when the contact surfaces are completely dry and if the ambient and surface temperature ranges are suitable for the specified epoxy material. Follow manufacturer's instructions for weather conditions and temperature ranges.

Section 03 01 32 Page 6 IFB W912BU21B0004

1.7.2 Existing Conditions

1.7.2.1 Embedded Materials

The contract drawings and reference drawings do not constitute a complete description of all metal parts and other materials that may be encountered, but represent the best information available to the Government. Other items, or different locations for items shown, may exist. Exercise care to avoid drilling through functional embedded items intended to remain in service. The Contractor's selection of equipment and methods shall consider the presence of such materials, and the Government will not be responsible in any way for the effect of such items on the Contractor's equipment or progress. Where indicated, remove existing metal items to the limits noted on drawings.

1.8 SEQUENCING AND SCHEDULING

Unless otherwise specified, perform the work in such sequence that new work does not damage previously completed work. Provide protective measures as required to protect completed work.

1.9 CONSTRUCTION TOLERANCES

1.9.1 Repair Materials and Products

Construction tolerances for concrete and mortar repair materials shall meet the requirements of ACI 117.

1.10 SAFETY

Perform all work performed in accordance with EM 385-1-1. To protect personnel from overexposure to toxic materials, conform to the applicable manufacturer's Material Safety Data Sheets (MSDS) or local regulation.

PART 2 PRODUCTS

2.1 MATERIALS

2.1.1 Water

Water for cleaning, mixing and curing shall be fresh, clean, potable, and free of injurious amounts of oil, acid, salt, or alkali, except that non-potable water may be used if it meets the requirements of COE CRD-C 400.

2.1.2 Curing Materials

Impervious sheet materials conforming to ASTM C171 shall be used. The specific type to be used is optional except that polyethylene film, if used, shall be white-opaque. Membrane-forming compounds shall not be used.

2.1.3 Ultra High Performance Concrete

Ultra high performance concrete used for the south approach slab overlay and the concrete pier repairs shall have the following properties:

Compressive Strength (ASTM C1856/C1856M) at 4 days 14,420 psi at 28 days 25,500 psi

Section 03 01 32 Page 7 IFB W912BU21B0004

Residual Tensile Strength (ASTM C1609/C1609M) at 28 days 1890 psi

Modulus of Elasticity (ASTM C469/C469M at 28 days 5,750 ksi

Long Term Shrinkage (ASTM C157/C157M) at 28 days 0.027 @ 56c

Freeze - Thaw Resistance (ASTM C666/C666M) at 600 cycles 6 percent @ 480

Flow - 7-9 inches

Working Time - 45 minutes

Set Time - Initial(168 minutes) Final(277 minutes)

2.1.4 Corrosion Inhibiting Coating

The waterbased coating shall not contain calcium nitrite. The material shall be a mixed inhibitor and shall not form a vapor barrier.

2.1.5 Formwork

The design and engineering of the formwork as well as its construction, shall be the responsibility of the Contractor.

2.1.10 Form Coatings

Forms for exposed surfaces shall be coated with a nonstaining form oil, which shall be applied shortly before concrete is placed.

2.1.6 Expansion Hooked Anchor Bolts

Expansion Hooked Anchor Bolts shall conform to ASTM A307, Grade A. Design values listed shall be as tested according to ASTM E488.

a. Minimum ultimate pullout value shall be 1500 lb.

2.2 EQUIPMENT

Assemble at the site of the work sufficient equipment that is dependable, appropriate and adequate to accomplish the work specified. Deliver the equipment a sufficient time before the start of repairs to permit thorough inspection, calibration of weighing and measuring devices, adjustment of parts, and the making of any repairs that may be required. Machines, tools, and equipment used in the performance of the work shall be approved before the work is started and shall be maintained in satisfactory condition at all times. Maintain the equipment in good working condition. Provide dust suppression on equipment as needed to comply with Section 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS.

2.2.1 Diamond-Blade Concrete Cutting

Use diamond-blade cutting for defining limits of removal to be performed by other methods. Perform diamond blade cutting using equipment of the correct type and power and with appropriate blade composition for the

Section 03 01 32 Page 8 IFB W912BU21B0004

material being cut. Use a track system for maintaining the alignment of the saw for vertical cuts or where multiple cuts are required for deep cuts. Provide supports as required to support the concrete to be removed. Core drill corners of removal area or use corner saw to avoid overcutting.

2.2.2 Hand-Held Breaker

Use 30 pound breaker for removal of concrete above reinforcing steel. Use 15 pound chipping hammer to remove concrete around reinforcing steel.

PART 3 EXECUTION

3.1 GENERAL

Spall repairs and concrete slab overlay shall be made with Ultra High Performance Concrete, at the locations indicated on the drawings, following the respective procedures as specified below and in accordance with manufacturer's instructions. Concrete placement and curing during cold weather shall meet the requirements of ACI 306.1 and all manufacturers specifications. Document all proposed repair areas, including estimated square footage of each area, and provide the Contracting Officer with a means to adequately and safely inspect the proposed repair areas. Only repair those areas approved by the Contracting Officer. All debris resulting from the removal operations shall be disposed of off-site at the Contractor's expense.

3.2 PROTECTION

3.2.1 Protection of Existing Features

Before beginning any concrete removal work, carefully survey the structure and examine the drawings and specifications to determine the extent of the work. Take all necessary precautions to insure against damage to existing concrete or other structures to remain in place, and repair or replace any damage to such items as approved by the Contracting Officer at no additional cost to the Government. Carefully coordinate the work of this section with all other work, and construct and maintain shoring, bracing and supports, as required. Insure that structural elements are not overloaded, and increase structural supports or add new supports as may be required as a result of any removal work performed under any part of this contract.

3.2.2 Protection of Personnel

Insure that adequate measures are in place to protect workers, facility operation personnel and the public from injury due to the operations being performed. Provide protective measures in accordance with EM 385-1-1.

3.3 REMOVAL OF EXISTING CONCRETE

3.3.1 General

Prepare a demolition plan describing the methods and equipment to be used to remove existing concrete. Remove the existing concrete in the area to be repaired to the minimum depth indicated and to such additional depth where necessary to expose a surface of sound, unweathered concrete that is uncontaminated by oils, greases, or deicing salts or solutions. The actual depth of removal shall be subject to approval by the Contracting

Section 03 01 32 Page 9 IFB W912BU21B0004

Officer. Remove concrete with care to avoid damage to adjacent structures and concrete that is not to be repaired under this contract and embedded metal that is not to be removed. Repair any such damage at no additional cost to the Government. Mark on the surface the limits of concrete removal for approval by the Contracting Officer prior to any removal. Do not remove metal and other embedded items exposed during the concrete removal operations without authorization of the Contracting Officer. Unless otherwise indicated, continue removal using appropriate equipment to remove unsound concrete and to eliminate any offsets in the area to be repaired which would cause an abrupt change in thickness of the repair and to remove protrusions between holes. Variations in the final prepared surface shall not exceed the nominal maximum size aggregate of the repair material, except for relatively thin repairs in which case the variation shall not exceed 25 percent of the repair thickness. Any removal beyond the limits shown on the drawings shall be approved by the Contracting Officer prior to performing the additional removal. All equipment and removal methods shall comply with applicable sections of EM 385-1-1.

3.3.1.1 Determination of Removal Limits

Approximate locations and areas of repairs are indicated on the drawings. Determine actual locations and limits of deteriorated concrete by visual inspection and by tapping with a hammer or steel rod and listening for dull or hollow sounds. On horizontal surfaces, a chain drag may be used in lieu of the hammer or rod. Perform sounding in the presence of the Contracting Officer or authorized representative. Mark areas where sounding does not produce a solid tone with highly visible paint. After the investigation process is completed, the Contracting Officer will inspect the areas marked by the Contractor to confirm and/or adjust the limits of removal. Do not remove concrete from these areas until the Contracting Officer or authorized representative approves the areas. Upon completion of removal, sound the surface and remove additional concrete until testing produces a solid tone. Additional removal of concrete within these areas will be measured for payment as specified.

3.3.1.2 Preliminary Surface Cleaning

Clean concrete surfaces that are contaminated with oil, grease or dirt prior to beginning concrete removal in the area. Use detergents, proprietary cleaners formulated for removal of contaminants from concrete, or steam cleaning in accordance with the manufacturer's written instructions. Do not use solvents for removal of oil or grease. All traces of cleaning agents and contaminants shall be removed from the surface.

3.3.1.3 Concrete Removal

Deteriorated concrete shall be removed at the locations indicated on the drawings and as approved by the Contracting Officer. Concrete shall be removed by saw cutting around the perimeter of the outlined area to a depth of 1-inch, producing a straight, clean, vertical face and chipping the deteriorated concrete within the area to be repaired. Pneumatic hammers heavier than 30 pound class shall not be used for removal of concrete above reinforcing steel. Use 15 pound chipping hammer to remove concrete around reinforcing steel. Pneumatic hammers and mechanical chipping tools shall not be operated at an angle in excess of 45 degrees relative to a plane perpendicular to the surface of the repair surface. Concrete shall be removed to sound concrete or to a minimum of 1 inch below existing reinforcing steel, whichever is greater. Prepare the

Section 03 01 32 Page 10 IFB W912BU21B0004

concrete substrate to obtain the required surface profile as per manufacturer's recommendations. Remove concrete so as to prevent damage to existing reinforcing steel. Care shall be used when working around existing reinforcing steel to prevent loosening of the steel. Any damage to the steel reinforcement resulting from the Contractor's operations shall be repaired as directed by the Contracting Officer, at no additional cost to the Government. All existing concrete surfaces shall be saturated surface dry prior to concrete repair or as required by the bonding agent manufacturer.

3.3.1.4 Reinforcing Steel

Following the concrete removal operation, inspect the condition of all exposed reinforcing steel designated to remain in place. Existing reinforcing steel with active corrosion that is encountered shall be sandblasted to a white metal finish to remove all contaminants and rust. Steel shall be high pressure washed after mechanical cleaning. Remove and replace bars which are deteriorated at any point where the original cross section area of any bar has been reduced by more than 25 percent. Place reinforcing steel in accordance with section 03 20 02 CONCRETE REINFORCING.

3.3.2 Cutting

3.3.2.1 General

Use cutting to remove segments of concrete intact or to define the limits of removal by other methods.

3.3.3 Impacting

Removal of concrete may be accomplished by use of impact-type power tools. Take adequate precautions to prevent impact equipment from vibrating on reinforcing steel. All demolition equipment shall be subject to approval of the Contracting Officer.

3.3.3.1 Hand-Held Breaker

Use hand-held breakers or chipping hammers for removal of concrete in small or restricted areas, where the energy to be applied is limited to prevent damage to adjacent concrete, structures or facilities which are not to be removed, and to complete removal where other methods have been used. Use 30 pound breaker for removal of concrete above reinforcing steel. Use 15 pound or less chipping hammer to remove concrete around and below reinforcing steel.

3.4 ANCHORING AND REINFORCING

3.4.1 Drilling and Installing Expansion Hooked Anchor Bolts

Drill holes for anchors using drilling equipment suitable for the intended purpose, as approved by the Contracting Officer. Diameter of holes shall be as recommended by the anchor manufacturer. Clean holes by flushing with water and compressed air prior to placing grout. Install anchors and set anchors in place in accordance with the manufacturer's recommendations.

3.4.2 Installing Reinforcement

Place reinforcement steel and accessories as specified and as shown on the drawings. Placement details of steel and accessories not specified or

Section 03 01 32 Page 11 IFB W912BU21B0004

shown on the drawings shall be in accordance with ACI SP-66 and ACI 318 or as directed by the Contracting Officer. Fabricate and place reinforcing steel in accordance with 03 20 02 CONCRETE REINFORCING.

Welded wire fabric as specified in section 03 20 02 CONCRETE REINFORCING shall be placed at two inches from the finished concrete surface and shall be supported by expansion hooked anchor bolts as shown on the drawings.

3.5 MIXING MATERIALS

Make batches small enough to ensure placement before binder sets. Mix materials in accordance with manufacturer's recommendations.

3.5.1 General

After removal of concrete to the specified limits, clean the surface to which the repair material is to be applied to remove dust, debris and laitance. Perform final cleaning immediately prior to placement of the repair material. Prepare surface according to manufacturer's recommendations. The surface shall be dry with no standing water on the surface upon which concrete is placed.

3.5.2 Cleaning

Protect adjacent structures and embedded items. Use potable water for all cleaning operations. Perform a preliminary washing as soon as the chipping and trimming are completed to remove loose materials and dust particles. Clean surfaces to which polymer-modified concrete is to be bonded in accordance with the manufacturer's recommendations. Final cleaning shall remove all laitance, carbonation, scum, dirt, oil, grease, and loose or disintegrated concrete. Perform additional surface chipping to remove coarse aggregate that is undercut by cleaning process. Perform such additional chipping as determined necessary by the Contracting Officer at no additional cost to the Government. Wire brush or sandblast metal surfaces against which concrete is to be placed to remove rust and other contaminants which would prevent proper bond with the concrete. Perform final cleaning immediately prior to concrete placement. Protect all work from contamination during all phases of cleanup and preparation prior to repair.

3.6 REPAIR METHOD

3.6.1 Corrosion Inhibiting Coating

Apply corrosion inhibitor protection as per manufacturer's specifications to entire exterior surface of concrete repair extending a minimum of 12 inches around the edges of the repaired area.

3.7 FORM AND POUR REPAIR METHOD

3.7.1 General

This method may also be used at other repair areas shown on the drawings at the Contractor's option. Existing concrete and reinforcing steel surfaces shall be prepared in accordance with paragraph SURFACE PREPARATION. Concrete shall be mixed, placed and cured in accordance with Manufacturer's recommendations.

Section 03 01 32 Page 12 IFB W912BU21B0004

3.8 SURFACE PREPARATION

3.8.1 General

After removal of concrete to the specified limits, clean the surface to which the repair material is to be applied to remove dust, debris and laitance. Perform final cleaning immediately prior to placement of the repair material. Unless otherwise specified, keep the existing concrete wet for a minimum of 12 hours and dried for 12 hours immediately prior to placing new concrete. The surface shall be dry with no standing water on the surface upon which concrete is placed.

3.8.2 Cleaning

Perform all cleaning operations to the satisfaction of the Contracting Officer. Protect adjacent structures and embedded items. Use potable water for all cleaning operations. Perform a preliminary washing as soon as the chipping and trimming are completed to remove loose materials and dust particles. Clean surfaces to which new concrete is to be bonded as specified herein. Final cleaning shall remove all laitance, carbonation, scum, dirt, oil, grease, and loose or disintegrated concrete. Perform additional surface chipping to remove coarse aggregate that is undercut by cleaning process. Perform such additional chipping as determined necessary by the Contracting Officer at no additional cost to the Government. Wire brush or sandblast metal surfaces against which concrete is to be placed to remove rust and other contaminants which would prevent proper bond with the concrete. Perform final cleaning immediately prior to concrete placement. Protect all work from contamination during all phases of cleanup and preparation prior to repair.

3.8.3 Waste Water Disposal

Dispose of waste water employed in cutting, washing, and rinsing of concrete surfaces in a manner such that the waste water does not stain, discolor, or affect exposed surfaces of the structures, or damage the environment of the project area. The method of disposal shall meet all requirements of Section 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS.

3.9 TESTS AND INSPECTIONS

3.9.1 General

The individuals who sample and test repair materials as required in this specification shall have demonstrated a knowledge and ability to perform the necessary test procedures equivalent to the ACI minimum guidelines for certification of Concrete Field Testing Technicians, Grade I.

3.9.2 Preparations for Placing

Inspect prepared surfaces, forms, and embedded items in sufficient time prior to each placement of repair material to certify that the surfaces are ready to receive the repair material.

3.9.3 Cement-Based Concrete and Mortar

3.9.3.1 Air Content

Check air content at least once during each shift that concrete is placed for each type and class of repair material required. Obtain samples in

Section 03 01 32 Page 13 IFB W912BU21B0004

accordance with ASTM C172/C172M and test in accordance with ASTM C231/C231M.

3.9.3.2 Slump

Check slump once during each shift that concrete is produced for each type and class of repair material required. Obtain samples in accordance with ASTM C172/C172M and test in accordance with ASTM C143/C143M.

3.9.3.3 Consolidation and Protection

Ensure that the repair material is properly consolidated, finished, protected, and cured.

3.9.3.4 Compression Tests

Prepare compression test specimens in accordance with ASTM C31/C31M and cure at the site under the same conditions as the repair. Test in accordance with ASTM C39/C39M. Samples for strength tests shall be taken not less than once each shift in which concrete is produced. A minimum of four specimens shall be made from each sample; two shall be tested at 28 days, one shall be tested at 7 days, and one shall be tested at 24 hours. Acceptance test results shall be the average strengths of two specimens tested at 28 days. The strength of the concrete shall be considered satisfactory if the average of three consecutive acceptance test results equal or exceed the specified compressive strength, f'c, and no individual acceptance test result falls below f'c by more than 500 psi.

3.9.3.5 Curing

a. Moist-Curing Inspections - At least once each shift, and once per day on nonwork days, inspect all areas subject to moist curing. Note and record the surface moisture condition.

b. Membrane-Curing Inspection - Do not apply curing compound until the Contractor's authorized representative has verified that the compound is properly mixed and ready for spraying. At the end of each operation, estimate the quantity of compound used by measurement of the container and the area of repair material surface covered and compute the rate of coverage in square feet/gallon. Note whether or not coverage is uniform.

c. Sheet-Curing Inspection - At least once each shift and once per day on nonwork days, inspect all areas being cured using material sheets. Note and record the condition of the covering and the tightness of the laps and tapes.

3.9.4 Aggregates

Test gradation in accordance with ASTM C136/C136M and ASTM C117. Determine the percent passing the No. 200 sieve by washing in accordance with ASTM C117.

3.9.5 Action Required

3.9.5.1 Placing

The placing foreman shall not permit placing to begin until he has verified that appropriate placement, consolidation and finishing equipment, which are in working order and have competent operators, are

Section 03 01 32 Page 14 IFB W912BU21B0004

available.

3.9.5.2 Grouted Anchors and Dowels

Test a minimum of two adjacent anchors or dowels for each anchor or dowel that fails.

3.9.5.3 Air Content

Whenever a test result is outside the specification limits, do not deliver the concrete to the forms and adjust the dosage of the air-entrainment admixture.

3.9.5.4 Slump

Whenever a test result is outside the specification limits, do not deliver the concrete to the forms and an adjustment should be made in the batch weights of water and fine aggregate. The adjustments are to be made so that the water-cementitious materials ratio does not exceed that specified in the submitted concrete mixture proportion.

3.9.5.5 Curing

a. Moist-Curing Corrective Action - When a daily inspection report lists an area of inadequate curing, take immediate corrective action, and extend the required curing period for such areas by one day.

b. Membrane-Curing Corrective Action - When the coverage rate of the curing compound is less than that specified or when the coverage is not uniform, spray the entire surface.

c. Sheet-Curing Corrective Action - When a daily inspection report lists any tears, holes, or laps or joints that are not completely closed, promptly repair the tears and holes or replace the sheets, close the joints, and extend the required curing period for those areas by one day.

3.9.6 Final Inspection

Following completion of the work, inspect surfaces for damage, staining, and other distresses. Inspect repairs for cracking, crazing, delamination, unsoundness, staining and other defects. Inspect the finish and surface tolerances of the repairs to verify that all requirements have been met. Repair all surfaces exhibiting defects as directed at no cost to the Government when defects are due to Contractor workmanship or procedures.

3.9.7 Reports

Report the results of all tests and inspections conducted at the project site informally at the end of each shift and in writing weekly and deliver within 3 days after the end of each weekly reporting period. See Section 01 45 05 RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE(RMS CM). Submit copies of test results, within 24 hours of physical completion of laboratory testing. Manufacturer's certifications may be submitted rather than laboratory test results for proposed materials. Certificates should certify compliance with the appropriate specification referenced herein. Do not place materials without prior approval from the Contracting Officer.

Section 03 01 32 Page 15 IFB W912BU21B0004

3.9.8 Manufacturer Field Service

Provide the services of a manufacturer's technical representative experienced in mixture proportioning and placement procedures for the following materials:

a. Ultra High Performance Concrete

Provide, at no additional cost to the Government, the services of the manufacturer's experienced technical representative during mixture proportioning, planning and production. The manufacturer's representative shall be available for consultation by both the Contractor and the Contracting officer during mixture proportioning, planning, and production of the materials and shall be on-site immediately prior to and during at least the first placement of the material, and at other times if directed.

3.10 CLEAN UP

Clean all surfaces of concrete and adjacent facilities which are stained by dirt, oil, grease, fuel, or other byproducts that are created by the construction operations with detergent and pressure wash. Dispose of debris in accordance with Section 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS.

3.11 DUST CONTROL

Control dust resulting from demolition to prevent the spread of dust and avoid creation of a nuisance in the surrounding area. Do not use water when it will result in, or create, hazardous or objectionable conditions such as ice, flooding, or pollution.

3.12 MEASUREMENT AND PAYMENT

3.12.1 Concrete Pier Repairs

The work specified in this section for spall repairs will be measured for payment by the square foot and all costs in connection therewith shall be included in the contract unit prices for the Base Bid Items titled "North Approach Concrete Pier Repairs" and "South Approach Concrete Pier Repairs". For bidding purposes, it is estimated that not more than 15 percent of existing rebar will require replacement in areas to be repaired under these Bid Items.

3.12.2 Overlay South Approach Slab

The work specified in this section for overlaying the south approach slab will not be measured for payment and all costs in connection therewith shall be included in the contract lump sum price for the Base Bid Item titled "Overlay South Approach Slab".

-- End of Section --

Section 03 01 32 Page 16 IFB W912BU21B0004

SECTION 03 20 02

CONCRETE REINFORCING

PART 1 GENERAL

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

AMERICAN CONCRETE INSTITUTE (ACI)

ACI 318 (2014; Errata 1-2 2014; Errata 3-5 2015; Errata 6 2016; Errata 7-9 2017) Building Code Requirements for Structural Concrete (ACI 318-14) and Commentary (ACI 318R-14)

ACI SP-66 (2004) ACI Detailing Manual

AMERICAN WELDING SOCIETY (AWS)

AWS D1.4/D1.4M (2018) Structural Welding Code - Steel Reinforcing Bars

ASTM INTERNATIONAL (ASTM)

ASTM A370 (2020) Standard Test Methods and Definitions for Mechanical Testing of Steel Products

ASTM A615/A615M (2020) Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement

ASTM A775/A775M (2019) Standard Specification for Epoxy-Coated Steel Reinforcing Bars

ASTM A1064/A1064M (2018a) Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete

ASTM E94/E94M (2017) Standard Guide for Radiographic Examination Using Industrial Radiographic Film

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

Section 03 20 02 Page 1 IFB W912BU21B0004

SD-03 Product Data

Butt-Splices; G, DO

The Contractor shall submit the proposed procedure for butt-splicing steel bars prior to making the test butt-splices for qualification of the procedure. Properties and analyses of steel bars and splicing materials shall be included in the submitted procedure. Physical properties of splicing sleeves shall include length, inside and outside diameters, and inside surface details. Submit a Welding Procedure Specification (WPS) in accordance with AWS D1.4 if welding of butt-splices is performed.

Material; G, DO

A system of identification which shows the disposition of specific lots of approved materials in the work shall be established and submitted before completion of the contract.

SD-04 Samples

Epoxy-Coating for Welded Wire FabricEpoxy-Coated Bars; G, DO

Sample of coating material and 1.5 pounds of patching material shall be submitted with the delivery of the bars.

Reinforcing Steel; G, DO

Sample reinforcing bar material shall be submitted with the delivery of the bars.

SD-06 Test Reports

Material; G, DO Tests, Inspections, and Verifications; G, DO

Certified tests reports of reinforcing steel showing that the steel complies with the applicable specifications shall be furnished for each steel shipment and identified with specific lots prior to placement. Three copies of the heat analyses shall be provided for each lot of steel furnished and the Contractor shall certify that the steel conforms to the heat analyses.

SD-07 Certificates

Reinforcing Steel

Written certification for steel reinforcing bars shall be submitted with the delivery of the bars.

Welded Wire Fabric; G, DO

Epoxy-Coated Steel Bars; G, DO

Written certification for coating material and coated bars shall be submitted with the delivery of the bars.

Qualification of Steel Bar Butt-Splicers

Section 03 20 02 Page 2 IFB W912BU21B0004

Certificates on the Qualifications of Steel Bar Butt-Splicers shall be submitted prior to commencing butt-splicing, including welder certifications if welding is performed

1.3 QUALITY ASSURANCE

1.3.1 Welding Qualifications

Welders shall be qualified in accordance with AWS D1.4/D1.4M. Qualification test shall be performed at the worksite and notify the Contracting Officer 24 hours prior to conducting tests. Special welding procedures and welders qualified by others may be accepted as permitted by AWS D1.4/D1.4M. Submit a list of qualified welders names.

1.3.2 Qualification of Steel Bar Butt-Splicers

Qualification of steel bar butt-splicers shall be certified to have satisfactorily completed a course of instruction in the proposed method of butt-splicing or have satisfactorily performed such work within the preceding year. Submit certificates on the Qualifications of Steel Bar Butt-Splicers prior to commencing butt-splicing.

1.3.3 Qualification of Butt-Splicing Procedure

As a condition of approval of the butt-splicing procedure, make three test butt-splices of steel bars of each size to be spliced using the proposed butt-splicing method, in the presence of the Contracting Officer. These test butt-splices and unspliced bars of the same size shall be tension tested to destruction with stress-strain curves plotted for each test. Test results shall show that the butt-splices meet the specified strength and deformation requirements in order for the splicing procedure to be approved.

1.4 DELIVERY, STORAGE, AND HANDLING

Reinforcement and accessories shall be stored off the ground on platforms, skids, or other supports.

PART 2 PRODUCTS

2.1 REINFORCING STEEL

Reinforcing steel shall be deformed bars conforming to ASTM A615/A615M, GR 60, including written certifications for bars and sample of bar material.

2.1.1 Epoxy-Coated Bars

Epoxy-coated steel bars shall comply with the requirements of ASTM A775/A775M, including written certifications for coating material and coated bars, sample of coating material, and 1.5 pounds of patching material.

2.2 WELDED WIRE FABRIC

Steel welded wire fabric shall be epoxy coated and conform to ASTM A1064/A1064M, wire sizes and spacings as shown. For wire with a specified yield strength (fy) exceeding 60,000 psi, fy shall be the stress corresponding to a strain of 0.35 percent.

Section 03 20 02 Page 3 IFB W912BU21B0004

2.3 WIRE TIES

Wire ties shall be 16 gauge or heavier black annealed steel wire.

2.4 TESTS, INSPECTIONS, AND VERIFICATIONS

Perform material tests, specified and required by applicable standards, by an approved laboratory and certified to demonstrate that the materials are in conformance with the specifications. Tests, inspections, and verifications shall be performed and certified at no additional cost to the Government.

2.4.1 Reinforcement Steel Tests

Mechanical testing of steel shall be in accordance with ASTM A370 except as otherwise specified or required by the material specifications. Tension tests shall be performed on full cross-section specimens using a gage length that spans the extremities of specimens with welds or sleeves included. Chemical analyses of steel heats shall show the percentages of carbon, phosphorous, manganese, sulphur and silicon present in the steel.

2.4.2 Radiographic Examination of Welds

Radiographic examination of welds shall be in accordance with ASTM E94/E94M and shall be performed and evaluated by an approved testing agency adequately equipped to perform such services. Radiographs of welds and evaluations of the radiographs submitted for approval shall become the property of the Government.

PART 3 EXECUTION

3.1 REINFORCEMENT

Reinforcement steel and accessories shall be fabricated and placed as specified and shown and approved shop drawings. Fabrication and placement details of steel and accessories not specified or shown shall be in accordance with ACI SP-66 and ACI 318. Reinforcement shall be cold bent unless otherwise authorized. Bending may be accomplished in the field or at the mill. Bars shall not be bent after embedment in concrete. Safety caps shall be placed on all exposed ends of vertical concrete reinforcement bars that pose a danger to life safety. Wire tie ends shall face away from the forms. Submit detail drawings showing reinforcing steel placement, schedules, sizes, grades, and splicing and bending details. Drawings shall show support details including types, sizes and spacing.

3.1.1 Placement

Reinforcement shall be free from loose rust and scale, dirt, oil, or other deleterious coating that could reduce bond with the concrete. Reinforcement shall be placed in accordance with ACI 318 at locations shown plus or minus one bar diameter. Reinforcement shall not be continuous through expansion joints and shall be as indicated through construction or contraction joints. Concrete coverage shall be as indicated or as required by ACI 318. If bars are moved more than one bar diameter to avoid interference with other reinforcement, conduits or embedded items, the resulting arrangement of bars, including additional

Section 03 20 02 Page 4 IFB W912BU21B0004

bars required to meet structural requirements, shall be approved before concrete is placed.

3.1.2 Splicing

Splices of reinforcement shall conform to ACI 318 and shall be made only as required or indicated. Splicing shall be by lapping or by mechanical or welded butt connection; except that lap splices shall not be used for bars larger than No. 11 unless otherwise indicated. Welding shall conform to AWS D1.4/D1.4M. Welded butt splices shall be full penetration butt welds. Lapped bars shall be placed in contact and securely tied or spaced transversely apart to permit the embedment of the entire surface of each bar in concrete. Lapped bars shall not be spaced farther apart than one-fifth the required length of lap or 6 inches. Mechanical butt splices shall be in accordance with the recommendation of the manufacturer of the mechanical splicing device. Butt splices shall develop 125 percent of the specified minimum yield tensile strength of the spliced bars or of the smaller bar in transition splices. Bars shall be flame dried before butt splicing. Adequate jigs and clamps or other devices shall be provided to support, align, and hold the longitudinal centerline of the bars to be butt spliced in a straight line.

3.1.2.1 Lap Splices

Lap splices shall be used only for bars smaller than size 14 and welded wire fabric. Lapped bars may be placed in contact and securely tied or spaced transversely apart to permit the embedment of the entire surface of each bar in concrete. Lapped bars shall not be spaced farther apart than 1/5 the required length of lap or 6 inches.

3.1.2.2 Butt-Splices

Make butt-splices by a method which develops splices suitable for tension, compression and stress reversal applications. Welded butt-splices shall be full penetration butt welds. Butt-splices shall develop 90 percent of the specified minimum ultimate tensile strength of the smallest bar of each splice. Bars shall be cleaned of all oil, grease, dirt, rust, scale and other foreign substances and shall be flame dried before splicing. Adequate jigs and clamps or other devices shall be provided to support, align and hold the longitudinal centerline of the bars to be butt-spliced in a straight line. Submit proposed procedure for butt-splicing steel bars prior to making the test butt-splices for qualification of the procedure. Properties and analyses of steel bars and splicing materials shall be included in the submitted procedure. Physical properties of splicing sleeves shall include length, inside and outside diameters, and inside surface details. Butt-splices shall be as follows:

a. Thermit Welded Butt Splices - Bars to be thermit welded shall be restricted to steel shown by heat analysis to have a sulfur content not exceeding 0.05 percent. The ends of bars to be thermit welded shall be cut square and smooth. Flame cutting will be permitted provided grinding is employed to remove the resulting scale and to square and smooth the cut ends to a condition equivalent to a saw cut. No shearing will be permitted. Bars shall be cleaned and flame dried before splicing. The joint shall be properly aligned in the mold with a gap opening in accordance with the manufacturer's recommendations. Charging and firing shall conform to the manufacturer's recommendations. The end of bars and the welded mold shall be preheated before welding to a temperature of not less than

Section 03 20 02 Page 5 IFB W912BU21B0004

100 degrees F and the mold shall be left in place for at least 15 minutes after ignition. Risers shall be broken or burned off after removing the mold. Tension splices shall be staggered longitudinally a minimum of 5 feet so that no more than half of the bars are spliced at any one section or as otherwise indicated.

b. Mechanical Butt-Splices - Mechanical butt-splices shall be an approved exothermic, threaded coupling, swaged sleeve or other positive connecting type. Bars to be spliced by a mechanical butt-splicing process may be sawed, sheared or flame cut provided the ends of sheared bars are reshaped after shearing and all slag is removed from the ends of flame cut bars by chipping and wire brushing prior to splicing. Surfaces to be enclosed within a splice sleeve or coupling shall be cleaned by wire brushing or other approved method prior to splicing. Splices shall be made using manufacturer's standard jigs, clamps, ignition devices and other required accessories. In addition to the strength requirements specified paragraph BUTT-SPLICES the additional deformation of number 14 and smaller bars due to slippage or other movement within the splice sleeve shall not exceed 0.015 inches (unit strain 0.0015 inches/inch) beyond the elongation of an unspliced bar based upon a 10 inch gage length spanning the extremities of the sleeve at a stress of 30,000 psi. The additional deformation of number 18 bars shall not exceed 0.03 inches (unit strain 0.003 inches/inch) beyond the elongation of an unspliced bar based upon a 10 inch gage length spanning the extremities of the sleeve at a stress of 30,000 psi. The amount of the additional deformation shall be determined from the stress-strain curves of the unspliced and spliced bars tested as required paragraph QUALIFICATION OF BUTT-SPLICING PROCEDURE for qualification of the butt-splicing procedure. Tension splices of number 14 or smaller bar shall be staggered longitudinally a minimum of 5 feet or as otherwise indicated so that no more than half of the bars are spliced at any one section. Tension splices of number 18 bars shall be staggered longitudinally a minimum of 5 feet so that no more than 1/3 of the bars are spliced at any one section.

3.2 FIELD TESTS AND INSPECTIONS

3.2.1 Identification of Splices

Establish and maintain an approved method of identification of all field butt-splices which will indicate the splicer and the number assigned each splice made by the splicer.

3.2.2 Examining, Testing, and Correcting

Perform the following during the butt-splicing operations as specified and as directed:

a. Visual Examination - All welded splices shall be visually examined for the presence of cracks, undercuts, inadequate size and other visible defects. Respliced connections resulting from correction of visual defects may be radiographically examined at the option of the Contracting Officer as specified in paragraph SUPPLEMENTAL EXAMINATION. Exothermic mechanical butt-splices shall be visually examined to determine if the filler metal is clearly visible at the tap holes and completely fills the sleeves at both ends except for spaces of not more than 3/8 inch occupied by packing.

Section 03 20 02 Page 6 IFB W912BU21B0004

b. Tension Tests - Tensions tests to 90 percent of the minimum specified ultimate tensile strength of the spliced bars or to destruction shall be performed on one test specimen made in the field for every 25 splices made. Test specimens shall be made by the splicers engaged in the work, using the approved splicing procedure and the same size bars placed in the same relative position, and under the same conditions as those in the groups represented by the specimens. Stress-strain curves shall be furnished for each butt-splice tested.

c. Radiographic Examination - Not less than one of each 25 welded splices selected at random by the Contracting Officer shall be examined radiographically and evaluated for defects. The greatest dimension of any porosity (gas pocket or similar void) or fusion-type defect (slag inclusion, incomplete fusion or similar generally elongated defect in weld fusion) shall not exceed 1/4 inch. The minimum clearance between edges of porosity or fusion-type defects shall not be less than 1 inch.

d. Correction of Deficiencies - No splice shall be embedded in concrete until satisfactory results of visual examination and the required tests or examinations have been obtained. All splices having visible defects or represented by test specimens which do not satisfy the tests or examinations shall be removed. If any of the tension test specimens fail to meet the strength requirements or deformation limitations two production splices from the same lot represented by the test specimens which failed shall be cut out and tension tested. If both of the retests pass the strength requirements and deformation limitations all of the splices in the lot will be accepted. If one or both of the retests fail to meet the strength requirements or deformation limitations all of the splices in the lot will be rejected. All costs of removal, testing and resplicing of the additional production splices shall be borne by the Contractor. The bars of rejected splices shall be cut off outside the splice zone of weld metal, filler metal contact, coupling or sleeve. The cut ends shall be finished as specified and the joints shall be respliced and reinspected at no additional cost.

e. Supplemental Examination - The Contracting Officer may require additional or supplemental radiographic examination and/or tension test of any completed splice at no additional cost to the Government.

3.3 MEASUREMENT AND PAYMENT

The work specified in this section will not be measured for payment and all costs in connection therewith shall be included in the contract price for the Base Bid Items titled "North Approach Concrete Pier Repairs", "South Approach Concrete Pier Repairs" and "Overlay South Approach Slab". For bidding purposes, it is estimated that not more than 15 percent of existing rebar will require replacement in areas included in these Bid Items.

3.3.1 Accessories

No separate payment will be made for costs associated with furnishing and placing accessories incidental to and included in the payment for other items of work.

-- End of Section --

Section 03 20 02 Page 7 IFB W912BU21B0004

Section 03 20 02 Page 8 IFB W912BU21B0004

SECTION 05 50 00

MISCELLANEOUS STEEL REPAIRS

PART 1 GENERAL

1.1 SCOPE OF SECTION

The work covered by this section consists of furnishing all labor, materials, and equipment, and performing all operations required to repair holes in structural steel, conduct fastener replacement, and other structural repairs.

1.2 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only.

AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO)

AASHTO LRFDCONS (2018) LRFD Bridge Construction Specifications - 8th Edition

AASHTO M270 (2020) Standard Specification for Structural Steel for Bridges

AMERICAN INSTITUTE OF STEEL CONSTRUCTION (AISC)

AISC S329 (1985) Allowable Stress Design Specification for Structural Joints Using ASTM A 325 or A 490 Bolts

AMERICAN WELDING SOCIETY (AWS)

AWS D1.5M/D1.5 (2015) Bridge Welding Code

ASTM INTERNATIONAL (ASTM)

ASTM A325 (2014) Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength

ASTM A 563 (2015) Standard Specification for Carbon and Alloy Steel Nuts

ASTM F 436 (2018) Standard Specification for Hardened Steel Washers

RESEARCH COUNCIL ON STRUCTURAL CONNECTIONS (RCSC)

RCSC 2009 SPECIFICATION (2009) RCSC Specification for Structural Joints Using High-Strength Bolts

SOCIETY FOR PROTECTIVE COATINGS (SSPC)

SSPC SP 10/NACE No. 2 (2007) Near-White Blast Cleaning

Section 05 50 00 Page 1 IFB W912BU21B0004

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. The following shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

NOTE: Any submittals classified as "SD-01 Preconstruction Submittals" are submittals required to be submitted to, and approved by, the office indicated prior to mobilization to the contract work site. All other submittals, classified as "SD-02" through "SD-11," shall be submitted to, and approved or reviewed by, the office indicated prior to commencing the particular task to which the submittal is associated.

SD-01 Pre-Construction Submittals

Work Plan; G, DO

Submit proposed methods, procedures, etc. for all work, as shown. The work plan shall detail all aspects of the repair including: preparation of steel, materials being used, handling of materials, construction sequence, temporary bracing installation, removal procedures and installation procedures.

SD-02 Shop Drawings

Field Survey; G, DO

Submit field survey results of all existing dimensions affecting fabrication and construction.

Steel Fabrications; G, DO.

Detail drawings shall be submitted for approval.

SD-03 Product Data

Welding electrodes and rods

Class B Coating; G, DO

SD-06 Test Reports

Class B coating

SD-07 Certificates

Steel Fabrications; G, DO Fasteners; G, DO Welding procedures and qualifications; G, DO

Statement signed by an official authorized to certify on behalf of the manufacturer of a product, system or material, attesting that the product, system or material meets specified requirements. The statement must be dated after the award of the contract, must state the Contractor's name and address, must name the project and location, and must list the specific requirements

Section 05 50 00 Page 2 IFB W912BU21B0004

which are being certified.

1.4 Welding Certifications

Prior to welding, submit certification for each welder stating the type of welding and positions qualified for, the code and procedure qualified under, date qualified, and the firm and individual certifying the qualification tests. If the qualification date of the welding operator is more than one-year old, the welding operator's qualification certificate shall be accompanied by a current certificate by the welder attesting to the fact that he has been engaged in welding since the date of certification, with no break in welding service greater than 6 months.

Conform to all requirements specified in AWS D1.5M/D1.5.

1.5 GENERAL REQUIREMENTS

Verify and take all measurements prior to fabrication, during the initial field survey. Be responsible for correctness of detailing and fabrication. High strength bolting shall be in accordance with AISC S329 and AASHTO LRFDCONS. Tensioning shall be performed in accordance with AASHTO LRFDCONS.

PART 2 PRODUCTS

2.1 STEEL FABRICATIONS

Steel fabrications for miscellaneous repairs required herein shall be fabricated from AASHTO M270, Grade 36 steel, and cleaned and coated in accordance with Section 09 97 02 PAINTING, prior to installation.

2.2 FASTENERS

High strength bolts shall meet the requirements of ASTM A325. Nuts and washers shall conform to ASTM A 563 and ASTM F 436, respectively. All exposed surfaces of the fasteners shall be painted in accordance with Section 09 97 02 PAINTING.

2.3 FAYING SURFACE COATING

The faying surface coating shall be painted with a qualified Class B coating for slip critical joints in accordance with RCSC 2009 SPECIFICATION.

2.4 CAULK

Caulk used to fill any gaps between the end floorbeam bottom flange angle and the new cover plates shall be a moisture-cured, 1 component, polyurethance-based, non-sag elastomeric sealant. Sealant shall be capable of being applied into the joint with a calking gun.

PART 3 EXECUTION

3.1 GENERAL INSTALLATION REQUIREMENTS

Existing steel in the vicinity of the work shall be cleaned and coated in accordance with Section 09 97 02 PAINTING, prior to installing new steel fabrications. Damage to coating on newly installed steel due to subsequent repair operations shall be repaired as directed by the COR, at no additional cost to the government.

Section 05 50 00 Page 3 IFB W912BU21B0004

3.2 MISCELLANEOUS REPAIRS

Repairs shall be as indicated. Where repairs require rivet removal and bolt installation refer to paragraph below. Where repairs require welding see paragraph "Welding". Other miscellaneous repair details shall be as specified herein and as detailed on the drawings.

3.2.1 Fastener Replacement

3.2.1.1 Rivet Removal and New Bolt Installation

Unless otherwise indicated on the drawings, rivets shall be removed by shearing the rivet head using a pneumatic breaker, and driving out rivet shank with a pneumatic punch. If, in the opinion of the COR, the rivet shanks cannot be removed by punching without damaging the base metal, remove the shank by drilling. New high-strength bolts of the same nominal diameter as the rivets being removed shall be installed. Bolts of sufficient length to project a minimum of 1/16th inch beyond the nut shall be used. If the new bolt cannot be placed in the hole originally occupied by the rivet, ream the hole to the proper size. If an oblong hole results with the largest dimension more the 3/16" larger than the diameter of the rivet, increase the bolt diameter by one size and ream the hole to fit the larger bolt.

3.2.1.2 Bolt Removal and New Bolt Installation

All existing bolts removed shall be replaced with new high-strength bolts of the same nominal diameter as the existing bolts. New bolts of sufficient length to project a minimum of 1/16th inch beyond the nut shall be used.

3.2.2 High-Strength Bolts

High strength bolts installed in structural steel members shall be installed and tested in accordance with AASHTO LRFDCONS Specification section 11.5.6.4. Rotational-capacity tests shall be performed in accordance with section 11.5.6.4.2. Provide pretensioned fasteners on all structural steel connections in accordance with the RCSC 2009 SPECIFICATION.

3.2.2.1 Testing Bolt, Nut, and Washer Assemblies

Test a minimum of 3 bolt, nut, and washer assemblies from each mill certificate batch in a tension measuring device at the job site prior to the beginning of bolting start-up. Demonstrate that the bolts and nuts, when used together, can develop tension not less than the provisions specified in RCSC 2009 SPECIFICATION, depending on bolt size and grade. The bolt tension shall be developed by tightening the nut.

3.2.2.1.1 Rotational Capacity (RC) Test

Rotational Capacity (RC) test shall be performed on each combination of bolt, nut, and washer production lots as an assembly. A rotational capacity lot number shall be assigned to each combination of lots tested. If, during the performance of the RC test, bolt tensions are not within the specified limits, the fasteners shall be rejected.

Section 05 50 00 Page 4 IFB W912BU21B0004

3.2.2.2 Inspection

Inspection procedures shall be in accordance with RCSC 2009 SPECIFICATION. Confirm and report to the Contracting Officer that the materials meet the project specification and that they are properly stored. Confirm that the faying surfaces have been properly prepared before the connections are assembled. Observe the specified job site testing and calibration, and confirm that the procedure to be used provides the required tension. Monitor the work to ensure the testing procedures are routinely followed on joints that are specified to be fully tensioned.

Inspect proper calibration of torque wrenches for high-strength bolts.

3.2.2.3 Testing

The Government has the option to perform nondestructive tests on 5 of the installed bolts to verify compliance with pre-load bolt tension requirements. The nondestructive testing will be done in-place using an ultrasonic measuring device or any other device capable of determining in-place pre-load bolt tension. The test locations shall be selected by the Contracting Officer. If one of the bolts tested contain defects identified by testing, then all bolts used from the batch from which the tested bolts were taken, shall be tested. Retest new bolts after installation.

3.3 WELDING

AWS D1.5M/D1.5. Provide AWS D1.5M/D1.5 qualified welders, welding operators, and tackers.

Develop and submit the Welding Procedure Specifications (WPS) for all welding, including welding done using prequalified procedures. Prequalified procedures may be submitted for information only; however, procedures that are not prequalified shall be submitted for approval. Surfaces that are required to be cleaned to prior to welding, shall be in accordance with SSPC SP 10/NACE No. 2.

3.4 FIELD QUALITY CONTROL

Perform field tests, and provide labor, equipment, and incidentals required for testing. The Contracting Officer shall be notified in writing of defective welds, bolts, nuts, and washers within 7 working days of the date of weld inspection.

3.9.1 Welds

3.9.1.1 Visual Inspection

Furnish the services of AWS-certified welding inspectors for fabrication and erection inspection and testing and verification inspections. Welding inspectors shall visually inspect and mark welds in accordance with AWS D1.5M/D1.5.

3.5 MEASUREMENT AND PAYMENT

The work specified in this section, will be measured for payment by the number of repairs. All costs in connection therewith shall be included in the contract unit prices for the Base Bid Items titled "Repair "A", Repair "B", etc. These repairs include all costs associated with any painting, if

Section 05 50 00 Page 5 IFB W912BU21B0004 required.

-- End of Section --

Section 05 50 00 Page 6 IFB W912BU21B0004

SECTION 05 50 05

FINGER JOINT DRAINAGE TROUGH REPAIRS

PART 1 GENERAL

1.1 SCOPE OF SECTION

The work covered by this section consists of furnishing all labor, materials, and equipment, and performing all operations required to remove existing finger joint drainage troughs and construct new finger joint drainage troughs.

1.2 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only.

AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO)

AASHTO M 270 (2015) Standard Specification for Structural Steel for Bridges

AMERICAN WELDING SOCIETY (AWS)

AWS D1.5M/D1.5 (2015) Bridge Welding Code

ASTM INTERNATIONAL (ASTM)

ASTM A123/A123M (2013) Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

ASTM A307 (2014; E 2017) Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength

ASTM A563 (2015) Standard Specification for Carbon and Alloy Steel Nuts

ASTM C881/C881M (2014) Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete

ASTM D3034 (2015) Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings

ASTM D3840 (2014) "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Fittings for Nonpressure Applications

ASTM F436 (2011) Hardened Steel Washers

Section 05 50 05 Page 1 IFB W912BU21B0004

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. The following shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

Any submittals classified as "SD-01 Preconstruction Submittals" are submittals required to be submitted to, and approved by, the office indicated prior to mobilization to the contract work site. All other submittals, classified as "SD-02" through "SD-11," shall be submitted to, and approved or reviewed by, the office indicated prior to commencing the particular task to which the submittal is associated.

SD-01 Preconstruction Submittals

Work Plan; G, DO

Submit proposed methods, procedures, etc. for all work, as shown. The work plan shall detail all aspects of the repair including: removal of the existing troughs, preparation of steel, materials being used, handling of materials, construction sequence, and installation procedures.

Containment Plan; G, DO

Submit containment plan to keep the removed material from falling from the bridge.

SD-02 Shop Drawings

Finger Joint Trough Assembly; G,DO.

Detail drawings of all assembly components shall be submitted for approval.

SD-03 Product Data

Welding electrodes and rods

PVC Pipe

Caulk

Concrete Anchor Bolts

Epoxy for Anchor Bolts

SD-07 Certificates

Fasteners; G,DO. Drainage Trough and Fittings; G,DO.

Statement signed by an official authorized to certify on behalf of the manufacturer of a product, system or material, attesting that the product, system or material meets specified requirements. The statement must be dated after the award of the contract, must state the Contractor's name and address, must name the project and

Section 05 50 05 Page 2 IFB W912BU21B0004

location, and must list the specific requirements which are being certified.

Concrete Anchor Bolts

Epoxy for Anchor Bolts

SD-04 Samples

Neoprene Sheet for Trough

1.4 Welding Certifications

Prior to welding, submit certification for each welder stating the type of welding and positions qualified for, the code and procedure qualified under, date qualified, and the firm and individual certifying the qualification tests. If the qualification date of the welding operator is more than one-year old, the welding operator's qualification certificate shall be accompanied by a current certificate by the welder attesting to the fact that he has been engaged in welding since the date of certification, with no break in welding service greater than 6 months.

Conform to all requirements specified in AWS D1.5M/D1.5AWS D1.1/D1.1M.

1.5 GENERAL REQUIREMENTS

Verify and take all measurements necessary prior to fabrication. The Contractor shall be responsible for correctness of detailing and fabrication.

PART 2 PRODUCTS

2.1 STEEL FABRICATIONS

Plates and angles required herein shall be fabricated from AASHTO M 270, Grade 36 steel, and cleaned and coated in accordance with Section 09 97 02 PAINTING, prior to installation.

2.2 FASTENERS

High strength bolts, U bolts and rods shall meet the requirements of ASTM A307, Grade A. Nuts and washers shall conform to ASTM A563 and ASTM F436 respectively. Fasteners shall be galvanized in accordance with ASTM A123/A123M.

2.3 NEOPRENE SHEETS

Neoprene sheet material shall meet the following minimum requirements:

Minimum Thickness 0.165 inches

Tensile Strength (Minimum) 1,300 lbs/in of width

Elongation at Tensile Strength (Maximum) 30 percent

Weight of Laminate (Minimum) 0.85 lbs/sq ft

Section 05 50 05 Page 3 IFB W912BU21B0004

2.4 TROUGH COLLECTOR

Trough collector shall be fiberglass reinforced plastic in accordance with ASTM D3840. Pigment shall be added to the resin and used throughout the laminating process. The exterior of the collector shall be resin rich and contain a wax coat and UV stabilizers. The collector shall be fabricated by contact molding.

2.5 PREFORMED EXPANSION JOINT

The preformed expansion joint used at the sidewalk shall be a pre-compressed silicone coated, self-expanding foam bridge joint system with the following properties:

FOAM

Foam Core Cellular, high density, polyurethane foam Impregnation Modified, water-based acrylic Temperature Service Range -40 degrees F to 185 degrees F

SILICONE COATING

Joint Modulus 7 psi max at 50 percent 8 psi max at 100 percent 9 psi max at 150 percent Elongation 1400 percent min Weatherability Unaffected by climate extremes Flexibility Cured sealant stays rubbery from -50 degrees F to 300 degrees F Joint Movement Capability +/-50 percent

2.6 PVC PIPE

PVC pipe shall meet the requirements of ASTM D3034, Schedule 80.

2.7 CAULK

Caulking material shall be a moisture-cured, 1 component, silicone-based, non-sag elastormeric sealant. Caulk shall be capable of being applied into the joint with a caulking gun.

2.8 CONCRETE ANCHOR BOLTS

Bolts, studs, nuts, and washers shall conform to ASTM A307, ASTM A563, and ASTM F436, respectively. Hot dip galvanized according to ASTM A123.

2.9 EPOXY FOR ANCHOR BOLTS

Use a injectable two-component high strength epoxy adhesive to set the anchor bolts. The epoxy shall have the following requirements:

Compressive Strength 2,500 - 8,500 psi Diameter Range 3/8" - 1-1/4" Temperature Range 41 - 104 degrees F

Meets ASTM ASTM C881/C881M-14, Type I, II, IV, and V Grade 3, Class A, B, C.

Section 05 50 05 Page 4 IFB W912BU21B0004

PART 3 EXECUTION

3.1 DEMOLITION

Remove the existing debris, troughs, support brackets, and drain pipes as shown on the drawings. All material shall be disposed of off-site in accordance with all Federal, State, and local laws. Install temporary containment so removed material does not fall from the bridge onto the ground.

3.2 GENERAL INSTALLATION REQUIREMENTS

Existing steel in the vicinity of the work shall be cleaned and painted in accordance with Section 09 97 02 PAINTING prior to installing new troughs. Damage to coating on newly installed steel due to subsequent paint operations shall be repaired as directed by the COR, at no additional cost to the Government.

3.3 FINGER JOINT TROUGH INSTALLATION

Install new expansion joints at the sidewalk and new neoprene trough assembly and pvc pipe, as indicated on the drawings. Cutting and drilling of the trough material shall be performed in a shop experienced with this type of work. A template shall be used to establish the bolt hole pattern. The trough shall be supplied in one continuous piece for the full width, as shown on the drawings. One splice per drainage trough is permitted, as shown on the drawings.

3.4 ANCHOR BOLT INSTALLATION

Follow manufacturers instructions for installing anchor bolts into concrete.

3.5 FIELD QUALITY CONTROL

Perform field tests, and provide labor, equipment, and incidentals required for testing. The Contracting Officer shall be notified in writing of defective welds, bolts, nuts, and washers within 7 working days of the date of weld inspection.

3.5.1 Welds

3.5.1.1 Visual Inspection

AWS D1.5M/D1.5. Furnish the services of AWS-certified welding inspectors for fabrication and erection inspection and testing and verification inspections. Welding inspectors shall visually inspect and mark welds, including fillet weld end returns.

3.6 MEASUREMENT AND PAYMENT The work specified in this section will be measured for payment by the number of finger joint troughs replaced and accepted. All costs in connection therewith shall be included in the contract unit price for the Base Bid Item titled "Finger Joint Trough Replacement".

-- End of Section --

Section 05 50 05 Page 5 This page was intentionally left blank for duplex printing. IFB W912BU21B0004

SECTION 09 97 02

PAINTING

PART 1 GENERAL

The work covered by this section consists of furnishing all labor, material and equipment, and performing all operations required for surface preparation and application of new coating system to areas as indicated on the drawings. Surface preparation includes removal of soluble salts and all existing coatings, including lead-based paints on the end floorbeam cover plate repairs.

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

AMERICAN SOCIETY OF SAFETY ENGINEERS (ASSE/SAFE)

ASSE/SAFE Z87.1 (2003) Standard for Occupational and Educational Eye and Face Protection

ASTM INTERNATIONAL (ASTM)

ASTM D 4417 (2014) Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel

ASTM D 7091 (2013) Standard Practice for Nondestructive Measurement of Dry Film Thickness of Nonmagnetic Coatings Applied to Ferrous Metals and Nonmagnetic, Nondestructive Coatings Applied to Non-Ferrous Metals

INTERNATIONAL SAFETY EQUIPMENT ASSOCIATION (ISEA)

ANSI/ISEA Z87.1 (2015) Occupational and Educational Personal Eye and Face Protection Devices

ISEA Z358.1 (2014) American National Standard for Emergency Eyewash and Shower Equipment

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 70 (2017; ERTA 1-2 2017; TIA 17-1; TIA 17-2; TIA 17-3; TIA 17-4; TIA 17-5; TIA 17-6; TIA 17-7; TIA 17-8; TIA 17-9; TIA 17-10; TIA 17-11; TIA 17-12; TIA 17-13; TIA 17-14; TIA 17-15; TIA 17-16; TIA 17-17 ) National Electrical Code

Section 09 97 02 Page 1 IFB W912BU21B0004

NATIONAL INSTITUTE FOR OCCUPATIONAL SAFETY AND HEALTH (NIOSH)

NIOSH 98-119 (1998; 4th Ed) Supplement 2 to NIOSH Manual of Analytical Methods

SOCIETY FOR PROTECTIVE COATINGS (SSPC)

SSPC Guide 6 (2004) Guide for Containing Surface Preparation Debris Generated During Paint Removal Operations

SSPC Paint 36 (2006) Two-Component Weatherable Aliphatic Polyurethane Topcoat, Performance-Based

SSPC QP 1 (2012; E 2012) Standard Procedure for Evaluating Painting Contractors (Field Application to Complex Industrial Structures)

SSPC SP 1 (2015) Solvent Cleaning

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2014) Safety and Health Requirements Manual

U.S. DEPARTMENT OF DEFENSE (DOD)

MIL-A-22262 (1996) Abrasive Blasting Media Ship Hull Blast Cleaning

U.S. GENERAL SERVICES ADMINISTRATION (GSA)

FED-STD-595 (Rev C; Notice 1) Colors Used in Government Procurement

U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA)

29 CFR 1910 Occupational Safety and Health Standards

29 CFR 1910.134 Respiratory Protection

29 CFR 1910.146 Permit-required Confined Spaces

29 CFR 1910.20 Access to Employee Exposure and Medical Records

29 CFR 1910.94 Ventilation

29 CFR 1926.62 Lead

40 CFR 50.12 National Primary and Secondary Ambient Air Quality Standards for Lead

40 CFR 58 Ambient Air Quality Surveillance

40 CFR 60 Standards of Performance for New Stationary Sources

Section 09 97 02 Page 2 IFB W912BU21B0004

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

Any submittals classified as "SD-01 Preconstruction Submittals" are submittals required to be submitted to, and approved by, the office indicated prior to mobilization to the contract work site. All other submittals, classified as "SD-02" through "SD-11," shall be submitted to, and approved or reviewed by, the office indicated prior to commencing the particular task to which the submittal is associated.

SD-01 Preconstruction Submittals

Interpretation of Safety, Health, and Environmental Requirements; G, DO

This submittal requests Government clarification of safety, health, and environmental requirements. If no clarifications are sought, then the submittal shall so state.

Safety Plan; G, GA

A Safety Plan in accordance with the requirements of Section 01 of EM 385-1-1, including, but not limited to, each of the topic areas listed in Appendix A therein and the specified requirements. Develop each topic in a concise manner to include management and operational aspects.

Respiratory Protection Plan; G, DO

A comprehensive written respiratory protection program in accordance with 29 CFR 1910.134, 29 CFR 1926.62, and Section 05.E of EM 385-1-1.

Airborne Sampling Plan; G, DO

An Airborne Sampling Plan detailing the NIOSH 98-119, Factory Mutual, or Underwriters Laboratories approved equipment, equipment calibration procedures, sampling methods, sampling to be performed, and analytical procedures to be used based on the type of work to be performed and anticipated toxic contaminants to be generated. Include the name of the accredited laboratory, listed by the American Industrial Hygiene Association (AIHA), to be used to conduct the analysis of any collected air samples.

Medical Surveillance Plan; G, DO

A Medical Surveillance Plan and a statement from the examining physician indicating the name of each employee evaluated and any limitations which will preclude the employee from performing the work required. The statement shall include the date of the medical evaluation, the physician's name, signature, and telephone number.

Containment Plan; G, DO

Section 09 97 02 Page 3 IFB W912BU21B0004

A Containment Plan for containing debris generated during paint removal operations, including drawings.

Visible Emissions Monitoring Plan; G, DO

The Visible Emissions Monitoring Plan shall include the provisions for halting work and correcting the containment in the event unacceptable emissions are observed. General statements shall not be used; specific methods, procedures, and details are required.

TSP Monitoring Plan; G, DO

A plan for monitoring emissions of Total Suspended Particulates (TSP). The plan shall comply with the requirements of EPA regulation 40 CFR 50.12 and paragraph TSP Monitoring. The plan shall also include provisions for halting work and correcting the containment in the event unacceptable emissions occur.

Work Plan; G, DO

A general work plan establishing the methods, equipment and labor requirements for conducting work specified herein.

Asbestos Hazard Plan; G, DO

A plan establishing methods, equipment and labor requirements to protect existing asbestos utility conduits. The plan shall include procedures for protecting workers from exposure and clean up due to accidental damage to conduits.

SD-03 Product Data

Manufacturer's Product Data Sheet; G, DO

For products that are specified to be applied in accordance with the manufacturer's recommendations, submit the paint manufacturer's product data sheet or other written instructions for those products.

SD-04 Samples

Color Samples; G, DO

Submit a 4"x4" sample of steel coating system depicting proposed final color and finish prior to ordering coatings.

SD-06 Test Reports

TSP Test Report; G, DO

Reports of the TSP monitoring tests.

Inspection Reports; G,COR

Records of inspections and operations performed. Submittals shall be made on a daily basis.

Section 09 97 02 Page 4 IFB W912BU21B0004

Medical Status Report; G, GA

Records of medical tests.

Change in Medical Status Report; G, GA

Medical reports indicating changes in the medical status of workers.

Air Monitoring Test Plan; G, DO Air Monitoring Test Report; G, DO

Records of air monitoring plans and tests performed. Reports shall be submitted as soon as information is available.

SD-07 Certificates

Certified EHS Professional; G, DO

Qualifications, certifications, and experience of qualified and competent persons employed to provide preconstruction and onsite environmental, safety, and health services shall be provided. Obtain acceptance of this submission prior to the submission of other required environmental, safety, and health submittal items.

SSPC-QP 1 Certificate; G, DO

A copy of their current SSPC QP 1 certification.

Coating Thickness Gage Qualification; G, DO

Documentation of manufacturer's certification for all coating thickness gages. Product Certification; G, DO

A signed certificate of compliance on manufacturer's letterhead attesting to product conformance with the specifications and dated within 6 months of submittal. Materials shall not be used prior to submittal acceptance. Material may be subjected to check testing by the Government.

1.3 SAFETY, HEALTH, AND ENVIRONMENTAL REQUIREMENTS

Perform work in accordance with all applicable health, safety, and environmental requirements as well as EM 385-1-1. Submit matters of Interpretation of Safety, Health, and Environmental Requirements to the Contracting Officer for resolution before starting work. Where the regulations conflict, the most stringent requirements shall apply. This paragraph supplements the health, safety, and environmental requirements of EM 385-1-1.

1.3.1 Safety

Submit a Safety Plan. Comply with all applicable safety standards.

Section 09 97 02 Page 5 IFB W912BU21B0004

1.3.1.1 Abrasive Blasting

For abrasive blasting comply with the requirements in Section 06.H of EM 385-1-1. In addition to the requirements in Section 20 of EM 385-1-1, use hoses and hose connections of a type to prevent shock from static electricity. Hose lengths shall be joined together by approved couplings of a material and type designed to prevent erosion and weakening of the couplings. The couplings and nozzle attachments shall fit on the outside of the hose and designed to prevent accidental disengagement.

1.3.1.2 Workers Other Than Blasters

Protect workers, other than blasting operators working in close proximity to abrasive blasting operations, by utilizing MSHA/NIOSH-approved half-face or full-face air purifying respirators equipped with high-efficiency particulate air (HEPA) filters, eye protection meeting or exceeding ANSI/ISEA Z87.1 and hearing protectors (ear plugs and/or ear muffs) providing a noise reduction rating of at least 20 dBA or as needed to provide adequate protection. Personal protective equipment shall be provided where required by 29 CFR 1910.146 and in accordance with 29 CFR 1910, Subpart I.

1.3.1.3 Cleaning Before and After Abrasive Blasting

Cleaning with compressed air shall be in accordance with Section 20.B.5 of EM 385-1-1 and personnel shall be protected as specified in 29 CFR 1910.134. When cleaning with solvents, provide ventilation where required by 29 CFR 1910.146 or where the concentration of solvent vapors exceeds 10 percent of the Lower Explosive Limit (LEL). Ventilation shall be in accordance with 29 CFR 1910.94, paragraph (c)(5).

1.3.1.4 Paint Mixing

Local exhaust ventilation shall be provided in the area where coatings are mixed. This ventilation system shall be capable of providing at least 100 linear fpm of capture velocity in the mixing zone. Exposure of skin and eyes shall be avoided by wearing appropriate chemically resistant gloves, apron, safety goggles, and face shields meeting or exceeding the requirements of ASSE/SAFE Z87.1. A combination unit, comprised of an eyewash and deluge shower, within close proximity to the mixing operation shall be provided in accordance with ISEA Z358.1, paragraph (9). Individuals who have a history of, or develop a sensitivity to epoxy or polyurethane resin systems, shall not conduct work tasks or otherwise be exposed to such chemicals

1.3.1.5 Paint Spraying

Submit a Respiratory Protection Plan. During all spray painting operations, spray painters shall use approved SCBA or SAR (air line) respirators, unless valid air sampling has demonstrated contaminant levels to be consistently within concentrations that are compatible with air-purifying respirator Assigned Protection Factor (APF). Persons with facial hair that interferes with the sealing surface of the facepiece to face seal or interferes with respirator valve function shall not be allowed to perform work requiring respiratory protection. Air-purifying chemical cartridge/canister half- or full-facepiece respirators that have a particulate prefilter and are suitable for the specific type(s) of gas/vapor and particulate contaminant(s) may be used for nonconfined space painting, mixing, and cleaning (using solvents). These respirators may be

Section 09 97 02 Page 6 IFB W912BU21B0004

used provided the measured or anticipated concentration of the contaminant(s) in the breathing zone of the exposed worker does not exceed the APF for the respirator and the gas/vapor has good warning properties or the respirator assembly is equipped with a NIOSH-approved end of service life indicator for the gas(es)/vapor anticipated or encountered. Where paint contains toxic elements that may become airborne during painting in nonconfined spaces, air-purifying half- and full-facepiece respirators or powered air-purifying respirators equipped with appropriate gas vapor cartridges, in combination with a high-efficiency filter, or an appropriate canister incorporating a high-efficiency filter, shall be used.

1.3.1.6 Explosion Proof Equipment

Electrical wiring, lights, and other equipment located in the paint spraying area shall be of the explosion proof type designed for operation in Class I, Division 1, Group D, hazardous locations as required by the NFPA 70. Electrical wiring, motors, and other equipment, outside of but within 20 feet of any spraying area, shall not spark and shall conform to the provisions for Class I, Division 2, Group D, hazardous locations. Electric motors used to drive exhaust fans shall not be placed inside spraying areas or ducts. Fan blades and portable air ducts shall be constructed of nonferrous materials. Motors and associated control equipment shall be properly maintained and grounded. The metallic parts of air-moving devices, spray guns, connecting tubing, and duct work shall be electrically bonded and the bonded assembly shall be grounded.

1.3.1.7 Further Precautions

a. Workers shall wear nonsparking safety shoes.

b. Place and ground solvent drums, taken into the spraying area, on nonferrous surfaces. Maintain metallic bonding between containers and drums when materials are being transferred.

c. Inspect insulation on all power and lighting cables to ensure that the insulation is in excellent working condition and is free of all cracks and worn spots. Cables shall be further inspected to ensure that no connections are within 50 feet of the operation, that lines are not overloaded, and that they are suspended with sufficient slack to prevent undue stress or chafing.

1.3.1.8 Ignition Sources

Ignition sources, to include lighted cigarettes, cigars, pipes, matches, or cigarette lighters shall be prohibited in area of solvent cleaning, paint storage, paint mixing, or paint application.

1.3.2 Health

Prepare and submit a Medical Surveillance Plan.

1.3.2.1 Air Monitoring

Prepare and submit an Air Monitoring Test Plan. Perform air sampling and testing as needed to assure that workers are not exposed to contaminants above the permissible exposure limit. In addition, provide the Contracting Officer with a copy of the Air Monitoring Test Report from the laboratory within five working days of the sampling date, and provide results from direct-reading instrumentation on the same day the samples

Section 09 97 02 Page 7 IFB W912BU21B0004

are collected. Prepare and submit an Airborne Sampling Plan as specified in the Submittals paragraph.

1.3.2.2 Medical Status

Prior to the start of work, and annually thereafter, prepare a Medical Status Report. Medically evaluate all Contractor employees working with or around paint systems, thinners, blast media, those required to wear respiratory protective equipment, and those who will be exposed to high noise levels for the particular type of exposure they may encounter. Maintain medical records as required by 29 CFR 1910.20. The evaluation shall include:

a. Audiometric testing and evaluation of employees who will work in a noise environment with a time weighted average greater than or equal to 90 dBA.

b. Vision screening (employees who use full-facepiece respirators shall not wear contact lenses).

c. Medical evaluation shall include, but shall not be limited to, the following:

(1) Medical history including, but not limited to, alcohol use, with emphasis on liver, kidney, and pulmonary systems, and sensitivity to chemicals to be used on the job.

(2) General physical examination with emphasis on liver, kidney, and pulmonary system.

(3) Determination of the employee's physical and psychological ability to wear respiratory protective equipment and to perform job-related tasks.

(4) Determination of baseline values of biological indices for later comparison to changes associated with exposure to paint systems and thinners or blast media, which include: liver function tests to include SGOT, SGPT, GGPT, alkaline phosphates, bilirubin, complete urinalysis, EKG (employees over age 40), blood urea nitrogen (bun), serum creatinine, pulmonary function test, FVC, and FEV, chest x-ray (if medically indicated), blood lead and ZPP (for individuals where it is known there will be an exposure to materials containing lead), other criteria that may be deemed necessary by the Contractor's physician, and Physician's statements for individual employees that medical status would permit specific task performance.

1.3.2.3 Change in Medical Status

Any employee whose medical status has changed negatively due to work related chemical and/or physical agent exposure while working with or around paint systems and thinners, blast media, or other chemicals shall be evaluated by a physician, and obtain a physicians statement as described in paragraph MEDICAL STATUS prior to allowing the employee to return to those work tasks. Provide the Contracting Officer a Change in Medical Status Report detailing any negative changes in employee medical status and the results of the physicians reevaluation statement.

Section 09 97 02 Page 8 IFB W912BU21B0004

1.3.3 Environmental Protection

In addition to the requirements of Section 01 57 19 TEMPORARY ENVIRONMENTAL CONTROLS, prepare an Environmental Protection Plan and comply with the following environmental protection criteria.

1.3.3.1 Waste Classification, Handling, and Disposal

Prepare and submit a Waste Classification, Handling, and Disposal Plan. The Contractor is responsible for assuring the disposal of all hazardous and nonhazardous waste generated during the project in accordance with all applicable Federal, state and local requirements. Store nonhazardous waste in closed containers separate from hazardous waste storage areas. All nonhazardous waste shall be transported in accordance with local regulations regarding waste transportation.

1.3.3.2 Containment

Prepare a Containment Plan. Contain debris generated during paint removal operations in accordance with the requirements of SSPC Guide 6, Class 1A. Where required, verify the containment air pressure by instrument.

1.3.3.3 Visible Emissions Monitoring

Prepare a Visible Emissions Monitoring Plan. Measure the time of emissions in accordance with 40 CFR 60, App A, Mtd 22. Monitor visible emissions for not less than 15 minutes of every hour. Calculate visible emissions for each hour by extrapolation. In no case shall visible emissions extend greater than 150 feet in any direction horizontal from the containment. In no case shall visible emissions be observed in the area of any sensitive receptor. If such emissions occur the job shall be shut down immediately and corrective action taken. Notify the foreman whenever visible emissions exceed 40 seconds in a 1 hour period for lead based paint removal operations and 200 seconds in a 1 hour period for nonhazardous paint removal operations. The foreman shall be notified and the job shall be shut down and corrective action taken whenever visible emissions for lead based paint removal operations exceed 75 seconds and for nonhazardous paint removal operations. The foreman shall be notified and the job shall be shut down and corrective action taken whenever visible emissions for lead based paint removal operations exceed 75 seconds in a 2 hour period or 300 seconds in a 2 hour period for nonhazardous paint removal operations. Total observed visible emissions from the containment shall not exceed 1 percent and 5 percent of the work day for lead based paint and nonhazardous paint removal operations respectively. Shutdown and corrective action shall be taken to prevent such an occurrence. Document each time that the work is halted due to a violation of the visible emissions criteria. Documentation shall include the cause for shutdown and the corrective action taken to resolve the problem.

1.3.3.4 TSP Monitoring

Prepare a TSP Monitoring Plan. Perform TSP monitoring. The positioning of air monitoring equipment shall be in accordance with 40 CFR 58, App E, Subpart (8). In addition, use a minimum of two TSP monitors at the project site, one down wind from the project and one in the area of greatest public access (e.g. playground, school yard, or homeowner's yard). Monitoring shall be conducted throughout the entire period that abrasive blasting and cleanup operations are performed. Failure to meet

Section 09 97 02 Page 9 IFB W912BU21B0004

air quality regulatory limits shall require air monitoring to be repeated immediately after corrective actions have been taken. Also conduct preproject TSP monitoring. The preproject TSP monitoring shall be conducted a minimum of 2 weeks prior to the beginning of the project. Continue the monitoring for a minimum of 3 days to establish background levels. Submit a TSP Test Report to the Contracting Officer within 48 hours including:

a. Name and location of jobsite.

b. Date of monitoring.

c. Time of monitoring (i.e., time monitoring begins and ends each day).

d. Identification and serial number of monitoring units.

e. Drawing showing specific location of monitoring units.

f. Drawing showing specific location of paint removal operation and the method of removal or work activity being performed.

g. Wind direction and velocity.

h. A flow chart verifying the rate of air flow across the filter throughout the sampling period.

i. Name and address of laboratory.

j. Laboratory test procedure.

k. Laboratory test results.

l. Signatures of field and laboratory technicians conducting the work.

1.4 QUALIFICATIONS

Qualifications and experience shall comply with the following.

1.4.1 Certified Environmental, Health, and Safety Professionals

Provide a certificate for each Certified EHS Professional. Utilize a qualified and competent person as defined in Section 01 of EM 385-1-1 to develop the required safety and health submittal and to provide onsite safety and health services during the contract period. The person shall be a Certified Industrial Hygienist (CIH), an Industrial Hygienist (IH), or a Certified Safety Professional (CSP) with a minimum of 3 years of demonstrated experience in similar related work. The CIH, IH, or CSP may utilize other qualified and competent persons, as defined in EM 385-1-1, to conduct on-site safety and health activities as long as these persons have a minimum of 2 years of demonstrated experience in similar related work and are under the direct supervision of the CIH, IH, or CSP. For lead containing jobsites, the competent and qualified person shall have successfully completed an EPA or state accredited lead-based paint abatement Supervisor course specific to the work to be performed and shall possess current and valid state and/or local government certification, as required.

Section 09 97 02 Page 10 IFB W912BU21B0004

1.4.2 Qualified Painting Contractor

The Contractor shall be a certified SSPC-QP 1 Painting Contractor. Submit a copy of the SSPC-QP 1 Certificate.

1.4.3 Coating Thickness Gage Qualification

Submit a Coating Thickness Gage Qualification certificate for each gage. Magnetic flux thickness gages as described in ASTM D 7091 shall be used to make all coating thickness measurements on ferrous metal substrates. Gages shall have an accuracy of +/- 3 percent or better. Gages to be used on the job shall be certified by the manufacturer as meeting these requirements.

1.7 PROTECTION OF EXISTING WORK TO REMAIN

1.5 General

Protect the following during blasting operations: the galvanized stay-in-place deck form; any conduit lines under the bridge structure; and concrete items, including, but not limited to, the concrete substructure, steel girders, and deck. All abatement, storage, transportation, and disposal work shall be performed without damaging or contaminating adjacent work and areas. Where such work or areas are damaged or contaminated, the Contractor shall restore work and areas to the original condition, at no additional cost to the Government.

1.6 DELIVERY, STORAGE, AND HANDLING

Process and package paints to ensure that within a period of one year from date of manufacture, they will not gel, liver, or thicken deleteriously, or form gas in the closed container. Paints, unless otherwise specified or permitted, shall be packaged in standard containers not larger than 5 gallons, with removable friction or lug-type covers. Each container of paint or separately packaged component thereof shall be labeled to indicate the purchaser's order number, date of manufacture, manufacturer's batch number, quantity, color, component identification and designated name, and formula or specification number of the paint together with special labeling instructions, when specified. Paint shall be delivered to the job in unbroken containers. Paints that can be harmed by exposure to cold weather shall be stored in ventilated, heated shelters. All paints shall be stored under cover from the elements and in locations free from sparks and flames.

1.7 AMBIENT CONDITIONS

Paint shall be applied only to surfaces that are above the dew point temperature and that are completely free of moisture as determined by sight and touch. Paint shall not be applied to surfaces upon which there is detectable frost or ice. Except as otherwise specified, the temperature of the surfaces to be painted and of air in contact therewith shall be not less than 45 degrees F during paint application nor shall paint be applied if the surfaces can be expected to drop to 32 degrees F or lower before the film has dried to a reasonably firm condition. During periods of inclement weather, painting may be continued by enclosing the surfaces and applying artificial heat, provided the minimum temperatures and surface dryness requirements prescribed previously are maintained. Paint shall not be applied to surfaces heated by direct sunlight or other sources to temperatures that will cause detrimental blistering, pinholing,

Section 09 97 02 Page 11 IFB W912BU21B0004

or porosity of the film.

PART 2 PRODUCTS

Submit Manufacturer's Product Data Sheet for each type of paint used.

2.1 SEALANT COMPOUND

Caulking material shall be a moisture-cured, 1 component, polyurethance-based, non-sag elastomeric sealant. Sealant shall be capable of being applied into the joint with a calking gun.

2.2 PROTECTIVE COATING

2.2.1 COATING SYSTEM 1

Coating System No. 1 shall consist of inorganic zinc first coat, inhibitive polyamide epoxy intermediate coat, and aliphatic polyurethane finish coat. Coatings shall be selected from the following listing or approved equals as identified by the Northeast Protective Coating Committee (NEPCOAT) in "Qualified Product List B", and all coatings, thinners, and cleaners shall be the product of the same manufacturer. Each successive coating shall be of a contrasting color to provide a visual assurance of complete coverage.

2.2.1.1 Primer (P-1)

The primer shall be an organic zinc-rich epoxy primer and have the following properties:

Dry Film Thickness 3-5 mils

Solids Content (ASTM D2697) 60% by volume minimum

Percent Zinc in Dry Film 80% by weight minimum

Application Methods Spray

Volatile Organic Compound Content Less than 500 g/L

2.2.1.2 Stripe and Intermediate Coats (I-1)

The stripe and intermediate coats shall be rapid curing epoxy polyamide and have the following properties:

Dry Film Thickness 4-6 mils

Solids Content 63% by volume

Application Methods Brush, roller, or spray

Volatile Organic Compound Content Less than 340 g/L

2.2.1.3 Finish Coat (F-1)

The finish coat shall be an aliphatic, acrylic polyurethane and have the following properties:

Dry Film Thickness 3-5 mils

Section 09 97 02 Page 12 IFB W912BU21B0004

Solids Content 60% by volume

Application Methods Brush, roller, or spray

Volatile Organic Compound Content 340 g/L or less

The paint shall comply with SSPC Paint 36. The finish coat color shall be gray to match existing color, or as selected by the Contracting Officer according to FED-STD-595.

2.3 THINNER

Thinner shall be as recommended by the paint manufacturer.

2.4 LEAD

Paints containing lead in excess of 0.02 percent by weight of the total nonvolatile content (calculated as lead metal) shall not be used.

2.5 CHROMIUM

Paint containing zinc chromate or strontium chromate pigments shall not be used.

2.6 VOLATILE ORGANIC COMPOUND (VOC) CONTENT

Paints shall comply with applicable state and local laws enacted to insure compliance with Federal Clean Air Standards and shall conform to the restrictions of the local air pollution control authority.

2.7 SOLUBLE SALTS TEST KITS

2.7.1 Test Kit for Measuring Chlorides on Steel Surfaces

Provide test kits with the following properties:

a. Be a completely self-contained test kit with all materials, supplies, tools and instructions to take tests and identity results;

b. Use identifiable, consistent, factory pre-measured test extract solution;

c. Provide for testing of any steel surface, regardless of orientation;

d. Provide for testing flat, curved, smooth, pitted and rough surfaces;

e. Provide for taking direct measurements of the chloride ion in micrograms per square centimeter without using conversion charts or tables;

f. Be environmentally friendly and not contain any forms of mercury;

g. Provide all new components for extraction and titration for each test;

h. Provide an encapsulated environment while extracting chlorides;

i. Provide a factory sealed titration device for each test;

Section 09 97 02 Page 13 IFB W912BU21B0004

j. Use the extract sampling container as the titration container.

2.8.2 Test Kit for Measuring Chlorides in Abrasives

Provide test kits with the following properties:

a. Be a completely self-contained test kit with all materials, supplies, tools and instructions to take tests and identify results;

b. Use identifiable, consistent, factory pre-measured test extract solution;

c. Provide for testing equal volumes of abrasive and test solution;

d. Provide for taking direct measurements of the chloride ion in parts per million (PPM), without using conversion charts or tables;

e. Provide all new components for extraction and titration for each test;

f. Provide a factory sealed titration device for each test;

g. Use the extract sampling container as the titration container.

PART 3 EXECUTION

Paint the bridge metalwork as shown and specified on the drawings. Protect the following during blasting and painting operations: the galvanized stay-in-place deck form; all non-friable asbestos conduits; existing telephone and electrical lines; navigation lights and associated lines and utility boxes; security cameras and associated antennas; weather monitoring equipment; rubberized or elastomeric portions of bearings and joints; stainless steel portions of pins; and concrete items, including, but not limited to the concrete substructure and deck.

3.1 SURFACE PREPARATION

3.1.1 General Requirements

Protect items not to be prepared or coated from damage by the surface preparation methods. Surfaces that are not to be prepared and coated and get damaged as a result of preparation procedures, shall be repaired by the Contractor, at no additional cost to the Government. All repair procedures shall be approved by the Contracting Officer. Machinery shall be protected against entry of blast abrasive and dust into working parts. Cleaning and painting shall be so programmed that dust or other contaminants from the cleaning process do not fall on wet, newly painted surfaces, and surfaces not intended to be painted shall be suitably protected from the effects of cleaning and painting operations. Welding of, or in the vicinity of, previously painted surfaces shall be conducted in a manner to prevent weld spatter from striking the paint and to otherwise reduce coating damage to a minimum; paint damaged by welding operations shall be restored to original condition.

Prepared surfaces shall be coated within 6 hours after completion of surface preparation and before rusting or recontamination occurs. Surfaces not coated within 6 hours or which show rusting or contamination, regardless of the length of time after preparation, shall be reprepared.

Section 09 97 02 Page 14 IFB W912BU21B0004

Surfaces shall be inspected and degreased as required prior to subsequent surface preparation and the application of protective coatings. Degreasing shall be by solvent cleaning, detergent washing, or steam cleaning. SSPC SP 1 shall apply for solvent cleaning.

3.1.2 Removal of Existing Coating and Cleaning

All existing coatings shall be removed from ferrous surfaces to be painted, and the surfaces shall be cleaned by means of abrasive blasting to bein accordance with the coating manufacturer's recommendation. The blast profile on all surfaces, shall be 1.5 to 2.5 mils as measured by ASTM D 4417, Method C, or in accordance with the coating manufacturer's recommendation if different from requirements specified herein. Appropriate abrasive blast media shall be used to produce the desired surface profile and to give an angular anchor tooth pattern. If recycled blast media is used, an appropriate particle size distribution shall be maintained so that the specified profile is consistently obtained. Steel shot or other abrasives that do not produce an angular profile shall not be used. Additional cleaning may be required in accordance with paragraph "TESTING". All surfaces shall be primed within 8 hours after final cleaning, and in any case prior to the deposition of any detectable moisture, contaminants, or corrosion, all ferrous surfaces shall be cleaned of dust and abrasive particles by brush, vacuum cleaner, and/or blown down with clean, dry, compressed air.

3.2 TESTING

3.2.1 Pre-Application Testing and Removal of Soluble Salts Contamination

The Contractor shall test all ferrous surfaces at or below the bridge deck, excluding the security fencing and deck forms, for soluble salts contamination after blast cleaning and prior to painting. Test surfaces for chloride contamination using the Test Kit described in article entitled "Test Kit for Measuring Chlorides on Steel Surfaces". Test all surfaces at rate of one test for every 3000 square feet or part thereof. Testing locations, may be selected both prior to and after blast cleaning, shall be approved by the COR, and shall focus on areas that show salt residue and coating failure prior to blast cleaning; areas of corrosion, section loss, and pitting; below transverse and longitudinal joints; surfaces exposed to wind and rain; horizontal surfaces; and areas of rapid rust-back and dark colored rust-back. One or more readings greater than 7 micrograms per square centimeter of chlorides shall be cause for rejection of surface. Re-clean and re-test until all required tests show allowable results. Label all test tubes and retain for test verification.

3.2.2 Pre-Application Testing for Surface Cleanliness

Apply coatings to dust free surfaces. To test surfaces, apply strip of clear adhesive tape to surface and rub onto surface with finger. When removed, the tape should show little or no dust, blast abrasive, or other contaminant. Clean contaminated surfaces and retest. Test surfaces at rate of one test for every 3000 square feet or part thereof.

3.2.3 Soluble Salts Removal

Soluble salts removal methods may include abrasive blast cleaning, waterjetting, and chemical cleaning or any combination thereof and may be accomplished concurrently with general paint removal and cleaning operations. The Contractor shall include propose method(s) to accomplish

Section 09 97 02 Page 15 IFB W912BU21B0004

soluble salt removal in the work plan.

3.2.4 Abrasives Testing

If soluble salt contamination of abrasives is suspected based on the results of pre-application tests, the COR may direct testing of abrasive media for chloride contamination using test kit as described in article entitled "Test Kit for Measuring Chlorides in Abrasives". The maximum allowable chloride concentration in abrasive media is 7 ppm. Collect composite samples using techniques described in MIL-A-22262 article entitled "QUALITY CONFORMANCE INSPECTION". Test abrasive media immediately prior to use, and in no case more than 24 hours prior to use.

3.2.4.1 Abrasive Media Shipped in Bulk Containers

For bulk containers containing 3000 pounds or less, test one composite sample from each container. Reject entire container for non-conforming test. For bulk containers over 3000 pounds, test one composite sample for each 3000 pounds, one sample from each compartment, as appropriate. Reject entire container or compartment for non-conforming test.

3.2.4.2 Abrasive Media Shipped in Bags (Nominal 50-110 lb.)

Maintain palletized grouping as provided from supplier. Test composite sample from one bag of each pallet, but no less than one sample each 3000 pounds of abrasive. Reject entire pallet for nonconforming test. If palletized grouping is not maintained, sample and test one bag for every 1000 pounds of abrasive. Reject each 1000 pounds represented by a nonconforming test. If bags are stamped with Lot number, test composite samples from each of two bags per lot. Reject entire lot for nonconforming test.

3.2.4.3 Recycled Metallic Abrasive Media

For batch processing of abrasive, test composite sample of each batch. Reprocess entire batch for non-conforming test. For continuous processing, test composite sample once per cycle, but no less that one sample every four hours. For non-conforming test during continuous processing, discontinue processing, check equipment for correct operation, and check surfaces prepared with non-conforming abrasive media as prescribed in Article entitled "Pre-Application Testing For Surface Contamination". Make adjustments to equipment or to processing as required to correct problem, and resume blasting when testing indicates that equipment is operating properly.

3.3 PAINT APPLICATION

3.3.1 General

The finished coating shall be free from holidays, pinholes, bubbles, runs, drops, ridges, waves, laps, excessive or unsightly brush marks, and variations in color, texture, and gloss. Application of initial or subsequent coatings shall not commence until the Contracting Officer has verified that atmospheric conditions and the surfaces to be coated are satisfactory. Each paint coat shall be applied in a manner that will produce an even, continuous film of uniform thickness. Edges, corners, crevices, seams, joints, welds, rivets, corrosion pits, and other surface irregularities shall receive special attention to ensure that they receive an adequate thickness of paint. Spray equipment shall be equipped with

Section 09 97 02 Page 16 IFB W912BU21B0004

traps and separators and where appropriate, mechanical agitators, pressure gauges, pressure regulators, and screens or filters. Air caps, nozzles, and needles shall be as recommended by the spray equipment manufacturer for the material being applied. Airless-type spray equipment may be used only on broad, flat, or otherwise simply configured surfaces, except that it may be employed for general painting if the spray gun is equipped with dual or adjustable tips of proper types and orifice sizes. Airless-type equipment shall not be used for the application of vinyl paints.

3.3.2 Mixing and Thinning

Paints shall be thoroughly mixed, strained where necessary, and kept at a uniform composition and consistency during application. Dry-powder pigments specified to be added at the time of use shall, with the aid of powered stirrers, be incorporated into the vehicle or base paint in a manner that will produce a smooth, homogeneous mixture free of lumps and dry particles. Where necessary to suit conditions of the surface temperature, weather, and method of application, the paint may be thinned immediately prior to use. Thinning shall generally be limited to the addition of not more than 1 pint per gallon of the proper thinner; this general limitation shall not apply when more specific thinning instructions are provided. Paint that has been stored at low temperature, shall be brought up to at least 70 degrees F before being mixed and thinned, and its temperature in the spray tank or other working container shall not fall below 60 degrees F during the application. Paint that has deteriorated in any manner to a degree that it cannot be restored to essentially its original condition by customary field-mixing methods shall not be used and shall be removed from the project site. Paint and thinner that is more than 1 year old shall be resampled and resubmitted for testing to determine its suitability for application. Moisture cure urethane paint shall be resampled and resubmitted for testing to determine its suitability for application whenever the paint is more than six months old as indicated by the date of manufacture on the container.

3.3.3 Time Between Surface Preparation and Painting

Surfaces that have been cleaned and/or otherwise prepared for painting shall be primed as soon as practicable after such preparation has been completed but, in any event, prior to any deterioration of the prepared surface.

3.3.4 Method of Paint Application

Unless otherwise specified, paint shall be applied by brush, roller, or spray. Apply a stripe coat of paint to ensure adequate coverage of edges, corners, crevices, pits, rivets, bolts, welds, and similar surface irregularities. Other methods of application to metal surfaces shall be subject to the specific approval of the Contracting Officer.

3.3.5 Coverage and Film Thickness

Film thickness or spreading rates shall be as specified hereinafter. Where no spreading rate is specified, the paint shall be applied at a rate consistent with the manufacturer's written instructions. In any event, the combined coats of a specified paint system shall completely hide base surface and the finish coats shall completely hide undercoats of dissimilar color.

Section 09 97 02 Page 17 IFB W912BU21B0004

3.3.5.1 Measurement on Ferrous Metal

Where dry film thickness requirements are specified for coatings on ferrous surfaces, measurements shall be made with a gage qualified in accordance with paragraph Coating Thickness Gage Qualification. They shall be calibrated and used in accordance with ASTM D 7091. Prior to each use the Base Metal Reading (BMR) shall be established for the gage as specified in the test method. Accuracy of the gage shall be verified using plastic shims as specified by the test method both prior to and following each set of measurements. Frequency of measurements shall be as recommended for field measurements by ASTM D 7091, except that measurements shall be performed on all areas of the structure being coated. Thickness measurements shall be reported as the mean for each spot determination.

3.3.6 Progress of Painting Work

Where field painting on any type of surface has commenced, the complete painting operation, including priming and finishing coats, on that portion of the work shall be completed as soon as practicable, without prolonged delays. Sufficient time shall elapse between successive coats to permit them to dry properly for recoating, and this period shall be modified as necessary to suit adverse weather conditions. Paint shall be considered dry for recoating when it feels firm, does not deform or feel sticky under moderate pressure of the finger, and the application of another coat of paint does not cause film irregularities such as lifting or loss of adhesion of the undercoat. All coats of all painted surfaces shall be unscarred and completely integral at the time of application of succeeding coats. At the time of application of each successive coat, undercoats shall be cleaned of dust, grease, overspray, or foreign matter by means of airblast, solvent cleaning, or other suitable means. Cement and mortar deposits on painted steel surfaces, not satisfactorily removed by ordinary cleaning methods, shall be brush-off blast cleaned and completely repainted as required. Undercoats of high gloss shall, if necessary for establishment of good adhesion, be scuff sanded, solvent wiped, or otherwise treated prior to application of a succeeding coat. Field coats on metal shall be applied after erection except as otherwise specified and except for surfaces to be painted that will become inaccessible after erection.

3.3.7 Contacting Surfaces

When existing riveted or ordinary bolted connections exist between surfaces of ferrous or other metal parts of substantially similar chemical composition, such surfaces will not be required to be painted, but any resulting crevices shall subsequently be filled or sealed with paint. Where gaps caused by pack rust between contacting surfaces of truss members and gusset plates exceed 1/4 inch, caulk shall be applied to seal the gap. The caulk shall be set continuously and with no voids along the angles. Contacting metal surfaces formed by high-strength bolts in friction-type connections shall be painted with an approved Class B slip critical primer, as specified in Section 05 50 00 MISCELLANEOUS STEEL REPAIRS. Where a nonmetal surface is to be in riveted or bolted contact with a metal surface, the contacting surfaces of the metal shall be cleaned and given three coats of the specified primer. Unless otherwise specified, corrosion-resisting metal surfaces, including cladding therewith, shall not be painted.

Section 09 97 02 Page 18 IFB W912BU21B0004

3.3.8 Protection of Painted Surfaces

Where shelter and/or heat are provided for painted surfaces during inclement weather, such protective measures shall be maintained until the paint film has dried and discontinuance of the measures is authorized. Items that have been painted shall not be handled, worked on, or otherwise disturbed until the paint coat is fully dry and hard.

3.3.9 System 1

3.3.9.1 Primer Coat (P-1)

All bridge structural steel members and appurtenances, cleaned as specified in paragraph SURFACE PREPARATION shall receive a coat of P-1 to be applied in two single half-lapped spray coats to an average dry film thickness of 4.0 mils, and a thickness at any point of not less than 3.0 mils or greater than 5.0 mils.

3.3.9.2 Stripe Coat

After the primer coat has dried in accordance with manufacturer's recommendations, difficult to reach corners shall receive a stripe coat of I-1 to be applied at an average dry film thickness of 5 mils, and a thickness at any point of not less than 4.0 mils or greater than 6.0 mils.

3.3.9.3 Intermediate Coat

After the primer and stripe coats have dried in accordance with manufacturer's recommendations, all surfaces shall receive an intermediate coat of I-1 to be applied at an average dry film thickness of 5 mils, and a thickness at any point of not less than 4.0 mils or greater than 6.0 mils.

3.3.9.4 Finish Coat

After the intermediate coat has dried in accordance with manufacturer's recommendations, all surfaces shall receive a finish coat of F-1 to be applied at an average dry film thickness of 4 mils, and a thickness at any point of not less than 3.0 mils or greater than 5.0 mils.

3.3.10 Protection of Non painted Items and Cleanup

Walls, equipment, fixtures and all other items in the vicinity of the surfaces being painted shall be maintained free from damage by paint or painting activities. Paint spillage and painting activity damage shall be promptly repaired.

3.4 INSPECTION

Inspect and document all work phases and operations on a daily basis. Submit daily Inspection Reports. As a minimum the daily report shall contain the following:

a. Inspections performed, including the area of the structure involved and the results of the inspection.

b. Surface preparation operations performed, including the area of the structure involved, the mode of preparation, the kinds of solvent, abrasive, or power tools employed, and whether contract requirements

Section 09 97 02 Page 19 IFB W912BU21B0004

were met.

c. Thinning operations performed, including thinners used, batch numbers, and thinner/paint volume ratios.

d. Application operations performed, including the area of the structure involved, mode of application employed, ambient temperature, substrate temperature, dew point, relative humidity, type of paint with batch numbers, elapsed time between surface preparation and application, elapsed time for recoat, condition of underlying coat, number of coats applied, and if specified, measured dry film thickness or spreading rate of each new coating.

3.5 MEASUREMENT AND PAYMENT

3.5.1 Steel Painting Main Span Floorbeams

The work specified in this section for painting of the main span floorbeams will be measured for payment by the square footage of surface area satisfactorily cleaned, prepared, painted, and accepted. All costs in connection therewith shall be included in the contract unit price for the Option Bid Item titled "Steel Painting Main Span Floorbeams".

3.5.2 Steel Painting Approach Piers

The work specified in this section for painting of the steel over the approach piers will be measured for payment by the square footage of surface area satisfactorily cleaned, prepared, painted, and accepted. All costs in connection therewith shall be included in the contract unit price for the Base Bid Items titled "Steel Painting South Approach Piers" and "Steel Painting North Approach Piers".

3.5.3 All Other Painting

The work specified in this section for all other painting required in this contract, will not be measured for payment and all costs in connection therewith shall be considered incidental to the bid items to which the work is most associated with.

-- End of Section --

Section 09 97 02 Page 20 IFB W912BU21B0004

SECTION 32 13 70

NEOPRENE DECK JOINT SEAL REPLACEMENT

PART 1 GENERAL

1.1 SCOPE OF SECTION

The work covered by this section consists of furnishing all labor, materials and equipment and performing all operations required for replacement of neoprene deck joint seals at the locations indicated. During replacement of the deck joint seals a full bridge closure shall be required.

1.2 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

ASTM INTERNATIONAL (ASTM)

ASTM D 1149 (2018) Standard Test Method for Rubber Deterioration - Surface Ozone Cracking in a Chamber

ASTM D 2240 (2005; R 2010) Standard Test Method for Rubber Property - Durometer Hardness

ASTM D 395 (2003; R 2008) Standard Test Methods for Rubber Property - Compression Set

ASTM D 4070 (2015) Standard Specification for Adhesive Lubricant for Installation of Preformed Elastomeric Bridge Compression Seals in Concrete Structures

ASTM D 412 (2006a; E 2008) Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers - Tension

ASTM D 471 (2010) Standard Test Method for Rubber Property - Effect of Liquids

ASTM D 573 (2004) Rubber - Deterioration in an Air Oven

ASTM D 638 (2008) Standard Test Method for Tensile Properties of Plastics

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. The following shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

Section 32 13 70 Page 1 IFB W912BU21B0004

SD-01 Preconstruction Submittals

Work Plan; G, DO.

Submit a plan showing and describing detailed procedure for the replacement of strip seal joints at locations indicated, including tools and equipment to be used. The plan shall include the proposed sequence of work, forming plan, design of any scaffolding or temporary supports and proposed method for protection of work area.

SD-03 Product Data

Equipment; G, DO.

List of proposed equipment to be used in the performance of construction work, including descriptive data, 14 days prior to use on the project.

Manufacturer's Instructions; G, DO.

Printed copies of method of installation and manufacturers' product information for Strip Seal Expansion Joint System.

SD-04 Samples

Neoprene Deck Joint Seals; G, DO

Regardless of testing responsibility, 1 foot long samples of the materials. Printed directions from the manufacturer on recommended installation criteria shall be furnished with the samples plus the manufacturer's certification that the selected seal is recommended for the installation on this project.

SD-07 Certificates

Neoprene Deck Joint Seals; G, DO

1.4 EQUIPMENT

Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and shall be maintained in satisfactory condition at all times.

1.4.1 Sealing Equipment

Equipment used to install the joint seals shall place the seal to the prescribed depths within the specified tolerances without cutting, nicking, twisting, or otherwise damaging the seal. The equipment shall be capable of placing the seal with not more than two percent longitudinal stretch or compression of the seal during installation. The equipment shall at all times be operated by an experienced operator.

1.5 DELIVERY AND STORAGE

Deliver materials in the original, intact manufacturer labeled containers. Materials delivered to the jobsite shall be inspected for defects, unloaded, and stored with a minimum of handling to avoid damage. Storage facilities shall protect materials from weather and shall maintain

Section 32 13 70 Page 2 IFB W912BU21B0004

materials at temperatures between 40 and 90 degrees F.

1.6 ENVIRONMENTAL CONDITIONS

The ambient temperature and the pavement temperature within the joint wall shall be at least 35 degrees F and rising at the time of installation of the materials. Sealant installation will not be allowed if moisture or foreign material is observed in the joint.

PART 2 PRODUCTS

2.1 NEOPRENE JOINT SEALS

Neoprene joint seals consists of strip seals and compression seals. The joint seal shall be part of a Joint Sealing System. The joint seal is a polychloroprene (neoprene) elastomer, preformed by extrusion and vulcanized into its definitive shape. The joint seals shall have the following properties:

PROPERTY: ASTM METHOD: REQUIREMENT: Tensile Strength, min ASTM D 412 2000 psi Elongation at Break ASTM D 412 250 percent Hardness, Shore A ASTM D 2240 55 plus or minus 5 Oven Aging, 70 hrs at 212 degrees F Tensile Strength, max loss ASTM D 573 20 percent Elongation at Break, max loss ASTM D 573 20 percent Change in Hardness ASTM D 573 0 to 10 points Oil Swell, 70 hrs at 212 degrees F Weight Change, max ASTM D 471 45 percent Ozone Resistance, 70 hrs at 104 degrees F ASTM D 1149 No Cracks Low Temperature Stiffening, 7 days at 14 degrees F Change in Hardness ASTM D 2240 0 to 15 points Compression Set, ASTM D 395, 40 percent 70 hrs @ 212 degrees F Method B Low Temperature Stiffening, 7 days at 14 degrees F Change in Hardness ASTM D 2240 0 to 15 points

2.2 ADHESIVE

Adhesive used for the Joint Seal System shall be one part moisture curing polyurethane and aromatic hydrocarbon solvent mixture which complies with ASTM D 4070.

PROPERTY: ASTM METHOD: REQUIREMENT: Tensile Strength ASTM D 638 4000 psi Axial Compression ASTM D 638 8000 psi Pot Life at 68 degrees F N/A 40 minutes Flash Point N/A Greater than 200 degrees F Initial Cure at 68 degrees F N/A 24 hours Full Cure at 68 degrees F N/A 7 days

NOTE: If the ambient air temperature is between 40 and 60 degrees F, an alternate cold weather epoxy shall be utilized.

Section 32 13 70 Page 3 IFB W912BU21B0004

PART 3 EXECUTION

3.1 INSTALLATION OF DECK JOINT SEALS

3.1.1 General

During all deck joint seal replacement work, a full bridge closure will be required. The following applies to all deck joint seal replacement locations.

3.1.2 Manufacturer's Representative

During installation of the first 2 joint seals, a manufacturer's representative shall be present to oversee and assist with the installation.

3.1.3 Time of Installation

The deck joint seal system shall be set to the proper width for the ambient temperature at the time of installation in accordance with manufacturer's recommendations. The environment shall be free of dust, oil, grease, wax, moisture, and frost. The gap wall surfaces must be thoroughly cleaned. Joints shall be sealed immediately following the final cleaning of the joint walls. No installation may be performed in rainy weather, or when rain is expected within one hour before installation. All surfaces must be completely dry prior to applying adhesive. Personnel shall read the Material Safety Data Sheet for all components before beginning the installation.

3.2 SEALING OF JOINTS

All deck joint seal systems are to be installed in strict accordance with the manufacturer's instructions, by manufacturer's approved installers, or under the supervision of manufacturer's technicians. The joint seals shall be cut to the correct length of the appropriate gap for installation, without pulling or exerting excess tension. The joint seals shall be installed in the longest practicable lengths.

The joint seals shall be gradually inserted into the gap, without stress or compression. The in-place joint seal shall be in an upright position and free from twisting, distortion, and cuts. Adjustments shall be made to the installation equipment and procedure, if the stretch exceeds 1 percent. Any seal exceeding 2 percent stretch shall be removed and replaced. The installer shall maintain the joint seal at the depth desired, by hand or by any convenient means. The joint seal shall be placed so that the top of seal is 1/2 inch, plus or minus 1/8 inch, below the pavement surface. No part of the seal shall be allowed to project above the surface of the pavement. Clean away excess adhesive. Clean all excess adhesive around the edges and top of the joint with a trowel or scraping tool.

3.3 CLEAN-UP

Upon completion of the work, all unused materials shall be removed from the site, any adhesive on the pavement surface shall be removed, and the pavement shall be left in clean condition. Damage to the seal or joint during cleaning shall be repaired by the Contractor, at no additional cost to the Government.

Section 32 13 70 Page 4 IFB W912BU21B0004

3.4 QUALITY CONTROL PROVISIONS

3.4.1 Application Equipment

The application equipment shall be inspected to assure uniform application of adhesive to the sides of the expansion joint seal or the walls of the joint. If any equipment causes cutting, twisting, nicking, excessive stretching or compressing of the seal, or improper application of the adhesive, the operation shall be suspended until causes of the deficiencies are determined and corrected.

3.4.2 Procedures

3.4.2.1 Quality Control Inspection

Quality control provisions shall be provided during the joint cleaning process to prevent or correct improper equipment and cleaning techniques that damage the concrete in any manner. Cleaned joints shall be approved by the Government prior to installation of the adhesive and expansion joint seal. In-place joint seal which fails to meet the specified requirements shall be removed and replaced with new joint seal at no cost to the Government.

3.4.2.2 Conformance to Stretching and Compression Limitations

Conformance to stretching and compression limitations shall be determined. The top surface of the joint seal shall be marked at 1 foot intervals in a manner clear and durable to enable length determinations of the seal. After installation, the distance between the marks shall be measured on the seal. If the stretching or compression exceeds 2 percent, the seal shall be removed and replaced with new joint at no additional cost to the Government. The seal shall be removed up to the last correct measurement. The seal shall be inspected at each location for compliance to the shrinkage or compression requirements. Measurements shall also be made at the same interval to determine conformance with depth and width of installation requirements. Joint seals that are not in conformance with specification requirements shall be removed and replaced with new joint seal, at no additional cost to the Government.

3.4.2.3 Pavement Temperature

The pavement temperature shall be determined by placing a thermometer in the joint adjacent to the pavement and the reading shall be recorded. The thermometer shall remain in the joint for an adequate time to provide a control reading.

3.4.3 Final Inspection

The joint seal and adhesive shall be inspected for proper rate of cure, bonding to the elastomeric concrete, cuts, twists, nicks and other deficiencies. Seals exhibiting any defects, at any time prior to final acceptance of the project, shall be removed from the joint, wasted, and replaced in a satisfactory manner, at no additional cost to the Government. Warranty on the joint seals will start after final acceptance of all the joint seals.

Section 32 13 70 Page 5 IFB W912BU21B0004

3.5 MEASUREMENT AND PAYMENT

The work specified in this section for deck joint seal replacement will be measured for payment by each deck joint seal satisfactorily replaced and accepted. All costs in connection therewith shall be included in the contract unit price for the Base Bid Item titled "Deck Joint Seal Replacement" This includes all costs associated with painting required.

-- End of Section --

Section 32 13 70 Page 6 IFB W912BU21B0004

SECTION 32 17 23

PAVEMENT MARKINGS

PART 1 GENERAL

1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only.

ASTM INTERNATIONAL (ASTM)

ASTM D4061 (2013) Standard Test Method for Retroreflectance of Horizontal Coatings

ASTM D6628 (2003; R 2015) Standard Specification for Color of Pavement Marking Materials

ASTM E1710 (2011) Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer

ASTM E2177 (2011) Standard Test Method for Measuring the Coefficient of Retroreflected Luminance (RL) of Pavement Markings in a Standard Condition of Wetness

ASTM E2302 (2003; R 2016) Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer

U.S. FEDERAL HIGHWAY ADMINISTRATION (FHWA)

MUTCD (2015) Manual on Uniform Traffic Control Devices

U.S. GENERAL SERVICES ADMINISTRATION (GSA)

FS TT-P-1952 (2015; Rev F) Paint, Traffic and Airfield Markings, Waterborne

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-03 Product Data

Surface Preparation Equipment List; G,DO

Section 32 17 23 Page 1 IFB W912BU21B0004

Application Equipment List; G,DO

Exterior Surface Preparation

Safety Data Sheets; G,DO

Waterborne Paint; G,DO

SD-06 Test Reports

Waterborne Paint; G,DO

Test Reports

SD-07 Certificates

Qualifications; G,DO

Volatile Organic Compound, (VOC); G,DO

SD-08 Manufacturer's Instructions

1.3 QUALITY ASSURANCE

1.3.1 Regulatory Requirements

Submit certificate stating that the proposed pavement marking paint meets the Volatile Organic Compound, (VOC) regulations of the local Air Pollution Control District having jurisdiction over the geographical area in which the project is located. Submit Safety Data Sheets for each product.

1.3.2 Qualifications

Submit documentation certifying that pertinent personnel are qualified for equipment operation and handling of applicable chemicals. The documentation should include experience on five projects of similar size and scope with references for all personnel.

1.4 DELIVERY AND STORAGE

Deliver paint materials, thermoplastic compound materials, and reflective media in original sealed containers that plainly show the designated name, specification number, batch number, color, date of manufacture, manufacturer's directions, and name of manufacturer.

Provide storage facilities at the job site for maintaining materials at temperatures recommended by the manufacturer. Make available paint stored at the project site or segregated at the source for sampling not less than 30 days prior to date of required approval for use to allow sufficient time for testing. Notify the Contracting Officer when paint is available for sampling.

Section 32 17 23 Page 2 IFB W912BU21B0004

1.5 PROJECT/SITE CONDITIONS

1.5.1 Environmental Requirements

1.5.1.1 Weather Limitations for Application

Apply pavement markings to clean, dry surfaces, and unless otherwise approved, only when the air and pavement surface temperature is at least 5 degrees F above the dew point and the air and pavement temperatures are within the limits recommended by the pavement marking manufacturer. Allow pavement surfaces to dry after water has been used for cleaning or rainfall has occurred prior to striping or marking. Test the pavement surface for moisture before beginning work each day and after cleaning. Do not commence marking until the pavement is sufficiently dry and the pavement condition has been approved by the Contracting Officer. Employ the "plastic wrap method" to test the pavement for moisture as specified in paragraph TESTING FOR MOISTURE.

1.5.1.2 Weather Limitations for Removal of Pavement Markings on Roads

Pavement surface must be free of snow, ice, or slush; with a surface temperature of at least 40 degrees F and rising at the beginning of operations, except those involving shot or sand blasting or grinding. Cease operation during thunderstorms, or during rainfall, except for waterblasting and removal of previously applied chemicals. Cease waterblasting where surface water accumulation alters the effectiveness of material removal.

1.5.2 Traffic Controls

Place warning signs conforming to MUTCD near the beginning of the worksite and well ahead of the worksite for alerting approaching traffic from both directions. Place small markers along newly painted lines to control traffic and prevent damage to newly painted surfaces. Mark painting equipment with large warning signs indicating slow-moving painting equipment in operation.

When traffic must be rerouted or controlled to accomplish the work, provide necessary warning signs, flag persons, and related equipment for the safe passage of vehicles.

PART 2 PRODUCTS

2.1 EQUIPMENT

2.1.1 Surface Preparation and Paint Removal

2.1.1.1 Surface Preparation Equipment for Roads

Submit a surface preparation equipment list by serial number, type, model, and manufacturer. Include descriptive data indicating area of coverage per pass, pressure adjustment range, tank and flow capacities, and safety precautions required for the equipment operation. Mobile equipment must allow for removal of markings without damaging the pavement surface or joint sealant. Maintain machines, tools, and equipment used in the performance of the work in satisfactory operating condition.

Section 32 17 23 Page 3 IFB W912BU21B0004

2.1.1.1.1 Waterblasting Equipment

Use mobile waterblasting equipment capable of producing a pressurized stream of water that effectively removes paint from the pavement surface without significantly damaging the pavement. Provide equipment, tools, and machinery which are safe and in good working order at all times.

2.1.1.1.2 Grinding or Scarifying Equipment

Use equipment capable of removing surface contaminates, paint build-up, or extraneous markings from the pavement surface without leaving any residue. Clean the surface by hydro blast to remove surface contaminates and ash after a weed torch is used to remove paint.

2.1.1.1.3 Chemical Removal Equipment

Use chemical equipment capable of applying and removing chemicals and paint from the pavement surface, leaving only non-toxic biodegradable residue without scarring or other damage to the pavement or joints and joint seals.

2.1.2 Application Equipment

Submit application equipment list appropriate for the material(s) to be used. Include manufacturer's descriptive data and certification for the planned use that indicates area of coverage per pass, pressure adjustment range, tank and flow capacities, and all safety precautions required for operating and maintaining the equipment. Provide and maintain machines, tools, and equipment used in the performance of the work in satisfactory operating condition, or remove them from the work site. Provide mobile and maneuverable application equipment to the extent that straight lines can be followed and normal curves can be made in a true arc.

2.1.2.1 Paint Application Equipment

2.1.2.1.1 Hand-Operated, Push-Type Machines

Provide hand-operated push-type applicator machine of a type commonly used for application of water based paint or two-component, chemically curing paint, thermoplastic, or preformed tape, to pavement surfaces for small marking projects, such as legends and cross-walks, automotive parking areas, or surface painted signs. Provide applicator machine equipped with the necessary tanks and spraying nozzles capable of applying paint uniformly at coverage specified. Hand operated spray guns may be used in areas where push-type machines cannot be used.

2.1.2.1.2 Self-Propelled or Mobile-Drawn Spraying Machines

Provide self-propelled or mobile-drawn spraying machine with suitable arrangements of atomizing nozzles and controls to obtain the specified results. Provide machine having a speed during application capable of applying the stripe widths indicated at the paint coverage rate specified herein and of even uniform thickness with clear-cut edges.

2.1.2.1.2.1 Road Marking

Provide equipment used for marking roads capable of placing the prescribed number of lines at a single pass as solid lines, intermittent lines, or a combination of solid and intermittent lines using a maximum of three

Section 32 17 23 Page 4 IFB W912BU21B0004

different colors of paint as specified.

2.1.2.1.2.2 Hand Application

Provide spray guns for hand application of paint in areas where the mobile paint applicator cannot be used.

2.2 MATERIALS

The maximum allowable VOC content of pavement markings is 150 grams per liter. Color of markings are indicated on the drawings and must conform to ASTM D6628 for roads and automotive parking areas. Provide materials conforming to the requirements specified herein.

2.2.1 Waterborne Paint

FS TT-P-1952, Type I.

PART 3 EXECUTION

3.1 EXAMINATION

3.1.1 Testing for Moisture

Test the pavement surface for moisture before beginning pavement marking after each period of rainfall, fog, high humidity, or cleaning, or when the ambient temperature has fallen below the dew point. Do not commence marking until the pavement is sufficiently dry and the pavement condition has been approved by the Contracting Officer or authorized representative.

Employ the "plastic wrap method" to test the pavement for moisture as follows: Cover the pavement with a 12 inch by 12 inch section of clear plastic wrap and seal the edges with tape. After 15 minutes, examine the plastic wrap for any visible moisture accumulation inside the plastic. Do not begin marking operations until the test can be performed with no visible moisture accumulation inside the plastic wrap. Re-test surfaces when work has been stopped due to rain.

3.1.2 Surface Preparation Demonstration

Prior to surface preparation, demonstrate the proposed procedures and equipment. Prepare areas large enough to determine cleanliness, adhesion of remaining coating and rate of cleaning. Perform a demonstration removal of pavement marking in an area designated by the Contracting Officer. Approved demonstration area establishes the standard for the remainder of the work.

3.1.3 Test Stripe Demonstration

Prior to paint application, demonstrate test stripe application within the work area using the proposed materials and equipment. Apply separate test stripes in each of the line widths and configurations required herein using the proposed equipment. Make the test stripes long enough to determine the proper speed and operating pressures for the vehicle(s) and machinery, but not less than 50 feet long.

3.1.4 Application Rate Demonstration

During the Test Stripe Demonstration, demonstrate compliance with the

Section 32 17 23 Page 5 IFB W912BU21B0004

application rates specified herein. Document the equipment speed and operating pressures required to meet the specified rates in each configuration of the equipment and provide a copy of the documentation to the Contracting Officer prior to proceeding with the work.

3.1.5 Retroreflective Value Demonstration

After the test stripes have cured to a "no-track" condition, demonstrate compliance with the average retroreflective values specified herein. Take a minimum of ten readings on each test stripe with a Retroreflectometer with a direct readout in millicandelas per square meter per lux (mcd/m2/lx). Perform testing in accordance with ASTM D4061, ASTM E1710, ASTM E2177, and ASTM E2302.

3.1.6 Level of Performance Demonstration

The Contracting Officer will be present at the application demonstrations to observe the results obtained and to validate the operating parameters of the vehicle(s) and equipment. If accepted by the Contracting Officer, the test stripe is the measure of performance required for this project. Do not proceed with the work until the demonstration results are satisfactory to the Contracting Officer.

3.2 EXTERIOR SURFACE PREPARATION

Allow new pavement surfaces to cure for a period of not less than 30 days before application of marking materials. Thoroughly clean surfaces to be marked before application of the paint. Remove dust, dirt, and other granular surface deposits by sweeping, blowing with compressed air, rinsing with water, or a combination of these methods as required. Remove rubber deposits, existing paint markings, residual curing compounds, and other coatings adhering to the pavement by water blasting.

3.2.1 Early Painting of Rigid Pavements

Pretreat rigid pavements that require early painting with an aqueous solution containing 3 percent phosphoric acid and 2 percent zinc chloride. Apply the solution to the areas to be marked.

3.3 APPLICATION

Apply pavement markings to dry pavements only.

3.3.1 Paint

Apply paint with approved equipment at rate of coverage specified herein. Provide guidelines and templates as necessary to control paint application. Sharply outline all edges of markings. The maximum drying time requirements of the paint specifications will be strictly enforced, to prevent undue softening of bitumen, and pickup, displacement, or discoloration by tires of traffic. If there is a deficiency in drying of the markings, painting operations must cease until the cause of the slow drying is determined and corrected.

3.3.1.1 Waterborne Paint

3.3.1.1.1 Roads

Apply paint at a rate of 105 plus or minus 5 square feet per gallon.

Section 32 17 23 Page 6 IFB W912BU21B0004

3.3.2 Cleanup and Waste Disposal

Keep the worksite clean and free of debris and waste from the removal and application operations.Dispose of debris at approved sites.

3.4 FIELD QUALITY CONTROL

3.4.1 Sampling and Testing

As soon as the paint and thermoplastic materials and reflective media are available for sampling, obtain by random selection from the sealed containers, four quart samples of each batch in the presence of the Contracting Officer. Two quarts will be for sampling and testing by the Contractor and two quarts will be for retention by the Government. Accomplish adequate mixing prior to sampling to ensure a uniform, representative sample. A batch is defined as that quantity of material processed by the manufacturer at one time and identified by number on the label. Clearly identify samples by designated name, specification number, batch number, project contract number, intended use, and quantity involved.

At the discretion of the Contracting Officer, samples provided may be tested by the Government for verification.

3.4.2 Material Inspection

Examine material at the job site to determine that it is the material referenced in the report of test results or certificate of compliance. Provide test results substantiating conformance to the specified requirements with each certificate of compliance.

3.4.3 Dimensional Tolerances

Apply all markings in the standard dimensions provide in the drawings. New markings may deviate a maximum of 10 percent larger than the standard dimension. The maximum deviation allowed when painting over an old marking is up to 20 percent larger than the standard dimensions.

3.4.4 Bond Failure Verification

Inspect newly applied markings for signs of bond failure based on visual inspection and comparison to results from Test Stripe Demonstration paragraph.

3.5 MEASUREMENT AND PAYMENT

All work specified in this section will not be measured for payment and all costs in connection therewith shall be included in the contract lump sum price for Base Bid Item titled "Overlay South Approach Slab".

-- End of Section --

Section 32 17 23 Page 7 This page was intentionally left blank for duplex printing.