<<

RFP No. W912EP-11-R-0042

US Army Corps of Engineers Jacksonville District

Trash Rake and Rack Replacements at S-362

Palm Beach County, Florida

Volume 1 of 2 - Construction Solicitation and Specifications

21 July 2011

TRASH RAKE AND RACK REPLACEMENT AT S-362, PALM BEACH COUNTY, FLORIDA

DESIGN AUTHENTICATION

This project was designed by the Jacksonville District, u.s. Army Corps of Engineers. The initials or signatures and registration designations of individuals appear on these project documents the scope of their employment as required by ER 1110-1-8152.

+~ STANLEY J. PILINS , P.E. CHIEF, MECHANI AND ELECTRICAL SECTION DESIGN BRANCH, GINEERING DIVISION

CHIEF, ENGINEERING DIVISION

W912EP-ll-R-0042

SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES AND AWARD SEALED BID (IFB) W912EP-11-R-0042 1 OF (Construction, Alteration, or Repair) X 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.

W32CS510142958

7. ISSUED BY CODE W912EP 8. ADDRESS OFFER TO (If Other Than Item 7) CODE

USA ENGINEER DISTRICT, JACKSONVILLE PRUDENTIAL OFFICE BLDG See Item 701 SAN MARCO BLVD JACKSONVILLE REGIONAL CONTRACTING CENTER JACKSONVILLE FL 32207-8175

TEL: FAX: TEL: FAX: 9. FOR INFORMATION A. NAME B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) CALL: BEAU J CORBETT 904-232-1388

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):

REPLACE TRASH RAKE/RACK SYSTEMS AT PUMPING STATION S-362

A PRE-PROPOSAL SITE VISIT WILL BE HELD. SEE 52.236-27 IN SECTION 00100 FOR DETAILS.

DRAWINGS: See DFARS clause 52.236-7001, CONTRACT DRAWINGS AND SPECIFICATIONS, in Section 00700. DESCRIPTION OF WORK: Refer to paragraph "WORK COVERED BY CONTRACT DOCUMENTS" in Section 01 11 00 for complete project description.

MAGNITUDE OF CONSTRUCTION IS BETWEEN $5,000,000.00 and $10,000,000.00.

THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE.

YOU MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) IN ORDER TO RECEIVE AN AWARD FROM THIS SOLICITATION (DFARS CLAUSE 252.204-7004 IN SECTION 00700). YOU MUST ALSO BE REGISTERED IN ORCA IN ORDER TO RECEIVE AN AWARD FOR THIS SOLICITATION (FAR CLAUSE 52.204-8 IN SECTION 00101).

THE NAICS CODE FOR THIS PROJECT IS 237990 AND THE SMALL BUSINESS SIZE STANDARD IS $33.5 MILLION.

*BLOCK 13A - SEE SECTION 00100A

11. The Contractor shall begin performance within ______30 _calendar days and complete it within ______270 _ calendar days after receiving

award, X notice to proceed. This performance period is X mandatory, negotiable. (See ______SECTION 00700 .) 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.) 10 X YES NO 13. ADDITIONAL SOLICITATION REQUIREMENTS: A. Sealed offers in original and ______* _ copies to perform the work required are due at the place specified in Item 8 by ______(hour) local time ______(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:

SEE SCHEDULE 22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO 26 (4 copies unless otherwise specified) 10 U.S.C. 2304(c)(5) 41 U.S.C. 253(c) 26. ADMINISTERED BY CODE K3M0j00 27. PAYMENT WILL BE MADE BY CODE t0b0200 SOUTH FLORIDA AREA OFFICE SUITE 203 USACE FINANCE CENTER 4400 PGA BOULEVARD 5722 INTEGRITY DRIVE PALM BEACH, FL 33410 ATTN: CEFC-AO-P PH: (561) 626-5299 MILLINGTON, TN 38054-5005

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. 31A. NAME OF CONTRACTING OFFICER 30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED (Type or print) TO SIGN (Type or print)

30B. SIGNATURE 30C. DATE 31B. UNITED STATES OF AMERICA 31C. AWARD DATE BY NSN 7540-01-155-3212 00010-2 STANDARD FORM 1442 BACK (REV. 4-85) SECTION 00010A

LINE ITEMS AND PRICING SCHEDULE TRASH RAKE AND RACK REPLACEMENTS AT S-362 PALM BEACH COUNTY, FLORIDA

LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL

0001 CONTRACTING OFFICER'S FIELD OFFICE 13 MONTH $______$______

0002 REPLACE THE TRASH RAKE SYSTEM AND LUMP SUM $______TRASH RACKS @ PUMP STATION S-362

TOTAL BID (LINE ITEMS 0001 THRU 0002) $______

NOTES: (1) OFFERORS MUST OFFER ON ALL LINE ITEMS. SEE PROVISION AT 52.236-28 (SECTION 00100).

(2) SEE SECTION 00100, "INSTRUCTIONS TO OFFERORS".

(3) FAILURE TO COMPLETE AND RETURN ALL REQUIRED SUBMISSIONS (SF 1442, SECTIONS 00010A AND 00101, AND BID GUARANTEE) COULD RENDER YOUR BID NON-RESPONSIVE SEE PARAGRAPH 999.214-4018 OF SECTION 00100).

W912EP-11-R-0042 00010A-1 SECTION 00100

INSTRUCTIONS TO OFFERORS

52.204-6 Data Universal Numbering System (DUNS) Number 52.211-2 Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST) 52.215-1 Instructions to Offerors--Competitive Acquisition 52.216-1 Type Of Contract 52.222-5 Davis-Bacon Act--Secondary Site of the Work 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction 52.225-12 (Alt II) NOTICE OF BUY AMERICAN ACT REQUIREMENT-- CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS (FEB 2009) ALTERNATE II (JUN 2009) 52.225-22 NOTICE OF REQUIRED USE OF AMERICAN IRON, STEEL, AND MANUFACTURED GOODS—BUY AMERICAN ACT— CONSTRUCTION MATERIALS (OCT 2010) 52.233-2 SERVICE OF PROTEST (SEP 2006) (CESAJ ADAPTATION) 52.236-27 (Alt I) SITE VISIT (CONSTRUCTION) (FEB 1995) (ALTERNATE I) (FEB 1995) (CESAJ ADAPTATION) 52.236-28 Preparation of Proposals--Construction 52.252-5 Authorized Deviations In Provisions 252.225-7031 Secondary Arab Boycott Of Israel 999.204-1 HAND-DELIVERING OFFERS TO THE PRUDENTIAL OFFICE BUILDING IN JACKSONVILLE 999.204-4003 DISTRIBUTING SOLICITATION AMENDMENTS VIA ASFI 999.215-1 NOTICE OF INTENT TO INCORPORATE UNIT PRICES 999.215-4000 OBTAINING INFORMATION REGARDING THIS SOLICITATION 999.215-4011 OFFEROR'S CHECKLIST 999.219-4003 SOURCES FOR ASSISTANCE IN LOCATING SMALL BUSINESS SUBCONTRACTORS

W912EP-11-R-0042 00100-i SECTION 00100

INSTRUCTIONS TO OFFERORS

52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 2008)

(a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by the DUNS number or “DUNS+4” that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same concern.

(b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.

(1) An offeror may obtain a DUNS number--

(i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or

(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office.

(2) The offeror should be prepared to provide the following information:

(i) Company legal business name.

(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.

(iii) Company physical street address, city, state and Zip Code.

(iv) Company mailing address, city, state and Zip Code (if separate from physical).

(v) Company telephone number.

(vi) Date the company was started.

(vii) Number of employees at your location.

(viii) Chief executive officer/key manager.

(ix) Line of business (industry).

(x) Company Headquarters name and address (reporting relationship within your entity).

(End of provision)

52.211-2 AVAILABILITY OF SPECIFICATIONS, STANDARDS, AND DATA ITEM DESCRIPTIONS LISTED IN THE ACQUISITION STREAMLINING AND STANDARDIZATION INFORMATION SYSTEM (ASSIST) (JAN 2006)

W912EP-11-R-0042 00100-1 (a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:

(1) ASSIST (http://assist.daps.dla.mil);

(2) Quick Search (http://assist.daps.dla.mil/quicksearch);

(3) ASSISTdocs.com (http://assistdocs.com).

(b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by--

(1) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard);

(2) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or

(3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.

(End of provision)

52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004)

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

“Discussions” are negotiations that occur after establishment of the competitive range that may, at the Contracting Officer's discretion, result in the offeror being allowed to revise its proposal.

“In writing or written” means any worded or numbered expression which can be read, reproduced, and later communicated, and includes electronically transmitted and stored information.

“Proposal modification” is a change made to a proposal before the solicitation's closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award.

“Proposal revision” is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer as the result of negotiations.

“Time”, if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day.

(b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s).

(c) Submission, modification, revision, and withdrawal of proposals. (1) Unless other methods (e.g., electronic commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages (i) addressed to the office specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision.

(2) The first page of the proposal must show--

W912EP-11-R-0042 00100-2 (i) The solicitation number;

(ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available);

(iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item;

(iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation; and

(v) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office.

(3) Submission, modification, or revision, of proposals.

(i) Offerors are responsible for submitting proposals, and any modifications, or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that proposal or revision is due.

(ii)(A) Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and--

(1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or

(2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or

(3) It is the only proposal received.

(B) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

(iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at 52.215-5, Facsimile Proposals. Proposals may be withdrawn in person by an

W912EP-11-R-0042 00100-3 offeror or an authorized representative, if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal before award.

(4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items.

(5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the solicitation, and in U.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is included in the solicitation.

(6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award.

(7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer.

(8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer.

(d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on the solicitation cover sheet (unless a different period is proposed by the offeror).

(e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall--

(1) Mark the title page with the following legend: This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed--in whole or in part--for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of--or in connection with-- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and

(2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.

(f) Contract award. (1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation.

(2) The Government may reject any or all proposals if such action is in the Government's interest.

(3) The Government may waive informalities and minor irregularities in proposals received.

(4) The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.

(5) The Government reserves the right to make an award on any item for a quantity less than the quantity

W912EP-11-R-0042 00100-4 offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal.

(6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so.

(7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the Government.

(8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government.

(9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk.

(10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party.

(11) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

(i) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.

(ii) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.

(iii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(iv) A summary of the rationale for award.

(v) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(vi) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source- selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

(End of provision)

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Firm-Fixed Price contract resulting from this solicitation.

(End of provision)

52.222-5 DAVIS-BACON ACT--SECONDARY SITE OF THE WORK (JUL 2005)

W912EP-11-R-0042 00100-5 (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, Davis-Bacon Act, 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

22.4% 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 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;

W912EP-11-R-0042 00100-6 (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 Palm Beach County, FL

(End of provision)

52.225-12 NOTICE OF BUY AMERICAN ACT REQUIREMENT-- CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS (FEB 2009) ALTERNATE II (JUN 2009)

(a) Definitions. “Commercially available off-the-shelf (COTS) item,” “construction material,” “designated country construction material,” “domestic construction material,” and “foreign construction material,” as used in this provision, are defined in the clause of this solicitation entitled “Buy American Act-- Construction Materials Under Trade Agreements” (Federal Acquisition Regulation (FAR) clause 52.225- 11).

(b) Requests for determination of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American Act should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of FAR clause 52.225-11 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American Act before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer.

(c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American Act, based on claimed unreasonable cost of domestic construction materials, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(4)(i) of FAR clause 52.225-11.

(2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost.

(d) Alternate offers.

(1) When an offer includes foreign construction material, except foreign construction material from a designated country other than Bahrain, Mexico, or Oman that is not listed by the Government in this solicitation in paragraph (b)(3) of FAR clause 52.225-11, the offeror also may submit an alternate offer based on use of equivalent domestic or designated country construction material other than Bahrainian, Mexican, or Omani construction material.

(2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of FAR clause 52.225-11 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies.

(3) If the Government determines that a particular exception requested in accordance with paragraph (c) of FAR clause 52.225-11 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic or designated country construction material other than Bahrainian, Mexican, or

W912EP-11-R-0042 00100-7 Omani construction material. An offer based on use of the foreign construction material for which an exception was requested--

(i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or

(ii) May be accepted if revised during negotiations.

(End of provision)

52.225-22 NOTICE OF REQUIRED USE OF AMERICAN IRON, STEEL, AND MANUFACTURED GOODS—BUY AMERICAN ACT—CONSTRUCTION MATERIALS (OCT 2010)

(a) Definitions. “Construction material,” “domestic construction material,” “foreign construction material,” “manufactured construction material,” “steel,” and “unmanufactured construction material,” as used in this provision, are defined in the clause of this solicitation entitled “Required Use of Iron, Steel, and Manufactured Goods—Buy American Act—Construction Materials” (Federal Acquisition Regulation (FAR) clause 52.225-21).

(b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of section 1605 of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5) (Recovery Act) or the Buy American Act should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-21 in the request. If an offeror has not requested a determination regarding the inapplicability of 1605 of the Recovery Act or the Buy American Act before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer.

(c) Evaluation of offers. (1) If the Government determines that an exception based on unreasonable cost of domestic construction material applies in accordance with FAR 25.604, the Government will evaluate an offer requesting exception to the requirements of section 1605 of the Recovery Act or the Buy American Act by adding to the offered price of the contract—

(i) 25 percent of the offered price of the contract, if foreign manufactured construction material is incorporated in the offer based on an exception for unreasonable cost of comparable manufactured domestic construction material; and

(ii) 6 percent of the cost of foreign unmanufactured construction material included in the offer based on an exception for the unreasonable cost of comparable domestic unmanufactured construction material.

(2) If the solicitation specifies award on the basis of factors in addition to cost or price, the Contracting Officer will apply the evaluation factors as specified in paragraph (c)(1) of this provision and use the evaluated price in determining the offer that represents the best value to the Government.

(3) Unless paragraph (c)(2) of this provision applies, if two or more offers are equal in price, the Contracting Officer will give preference to an offer that does not include foreign construction material excepted at the request of the offeror on the basis of unreasonable cost of comparable domestic construction material.

(d) Alternate offers. (1) When an offer includes foreign construction material not listed by the Government in this solicitation in paragraph (b)(3) of the clause at FAR 52.225-21, the offeror also may submit an alternate offer based on use of equivalent domestic construction material.

(2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer and a separate cost comparison table prepared in accordance with paragraphs (c) and (d)

W912EP-11-R-0042 00100-8 of the clause at FAR 52.225-21 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies.

(3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-21 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested—

(i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or

(ii) May be accepted if revised during negotiations.

(End of provision)

52.233-2 SERVICE OF PROTEST (SEP 2006) (CESAJ ADAPTATION)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the person identified in item 10 of the Standard Form 33 (if this solicitation is for non-commercial supplies or services), in item 9A of the Standard Form 1442 (if this solicitation is for construction or dredging), in item 7 of the Standard Form 1449 (if this solicitation is for commercial items), or in item 7 of the DA Form 4069-R (if this solicitation is for work funded by a non- appropriated funds instrumentality) at the address shown in item 7 of the SF 33, item 7 of the SF 1442, item 9 of the SF 1449, or item 5 of the DA Form 4069-R. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (ALTERNATE I) (FEB 1995) (CESAJ ADAPTATION)

(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed.

(b) An organized site visit has been scheduled for -- 4 August 2011 at 10:00AM

(c) Participants will meet at -- (Location will be provided by the contract administration office via telephone. See (d) below.)

(d) Participants should call Cecilia Muzi at 561-472-3500 on or before 3 August 2011 to make arrangements.

(e) Core borings are not available. (If available, follow the instructions in the Physical Data paragraph in Section (not applicable) to make arrangements to inspect the borings. Failure to follow the instructions may result in a delay ranging in duration from one hour to 4 days.)

(f) After the site visit, a memorandum summarizing the visit will be posted to Army Single Face to Industry (ASFI) website at http://acquisition.army.mil/asfi/ under the solicitation number. This posting will be strictly for informational purposes only. The memorandum will not become a part of the solicitation. If the solicitation needs to be changed as a result of information obtained during the site visit, a written

W912EP-11-R-0042 00100-9 amendment will be made available to all registered vendors. Questions regarding any information given in the memorandum must be directed to the person whose name appears in item 9 of the Standard Form 1442.

(End of provision)

52.236-28 PREPARATION OF PROPOSALS--CONSTRUCTION (OCT 1997)

(a) Proposals must be (1) submitted on the forms furnished by the Government or on copies of those forms, and (2) manually signed. The person signing a proposal must initial each erasure or change appearing on any proposal form.

(b) The proposal form may require offerors to submit proposed prices for one or more items on various bases, including--

(1) Lump sum price;

(2) Alternate prices;

(3) Units of construction; or

(4) Any combination of paragraphs (b)(1) through (b)(3) of this provision.

(c) If the solicitation requires submission of a proposal on all items, failure to do so may result in the proposal being rejected without further consideration. If a proposal on all items is not required, offerors should insert the words “no proposal” in the space provided for any item on which no price is submitted.

(d) Alternate proposals will not be considered unless this solicitation authorizes their submission.

(End of provision)

52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.

(b) The use in this solicitation of any Defense FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of provision)

252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005)

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

(1) Foreign person means any person (including any individual, partnership, corporation, or other form of association) other than a United States person.

(2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331.

(3) United States person is defined in 50 U.S.C. App. 2415(2) and means--

W912EP-11-R-0042 00100-10 (i) Any United States resident or national (other than an individual resident outside the United States who is employed by other than a United States person);

(ii) Any domestic concern (including any permanent domestic establishment of any foreign concern); and

(iii) Any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern that is controlled in fact by such domestic concern.

(b) Certification. If the offeror is a foreign person, the offeror certifies, by submission of an offer, that it--

(1) Does not comply with the Secondary Arab Boycott of Israel; and

(2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. 2407(a) prohibits a United States person from taking.

(End of provision)

HAND-DELIVERING OFFERS TO THE PRUDENTIAL OFFICE BUILDING IN JACKSONVILLE

If the offeror intends to hand-deliver the offer, it must be delivered to the Jacksonville District’s headquarters in the Prudential Office Building, 701 San Marco Blvd, Jacksonville, FL 32207. Access to this building is controlled by security personnel. Visitors requiring access must present a drivers license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, persons hand-delivering offers should call the contract specialist whose name appears in the solicitation and ask the specialist to send someone to the security desk to take possession of the offer. Persons hand-delivering offers should take care to arrive at the Prudential Building in sufficient time to permit completion of security requirements and delivery of the offer to the designated office prior to the time set for receipt of offers.

(End of paragraph 999.204-1)

DISTRIBUTING SOLICITATION AMENDMENTS VIA ASFI (16 Aug 2007)

Solicitation amendments will be distributed using the Army Single Face to Industry (ASFI) system at https://acquisition.army.mil.

There is an ASFI Users Guide available on the ASFI website. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation.

In addition, in order to generate a Plan Holders List, all interested bidders must also REGISTER AS INTERESTED VENDOR which is also located on the Federal Business Opportunities website at http://www.fedbizopps.gov.

(End of paragraph 999.204-4003)

NOTICE OF INTENT TO INCORPORATE UNIT PRICES

W912EP-11-R-0042 00100-11 The successful offeror’s unit price for individual contract line item numbers (CLINs) and sub-CLINs, if the pricing schedule includes sub-CLINs, will be incorporated into the contract; and therefore will not be exempt from public disclosure. See FAR 24.202(a).

(End of paragraph 999.215-1)

OBTAINING INFORMATION REGARDING THIS SOLICITATION

Verbal requests for information must be directed to the person whose name appears in item 9 of the SF 1442. Collect calls cannot be accepted. Written requests for explanations must be sent to the person identified in item 9 of the SF 1442 and may be sent via facsimile to 904-232-2748. Inquiries and requests that are directed to any other person may not be relayed to the proper person and, therefore, may not be answered.

(End of paragraph number 999.215-4000)

OFFEROR'S CHECKLIST

The following list should be used by offerors to avoid irregularities that have been noted in previous offers. (CAUTION: PROPOSALS THAT ARE QUALIFIED MAY BE CONSIDERED UNACCEPTABLE. BE CAREFUL!) 1. This list is not exhaustive. You must ensure that your proposal complies with all of the terms and conditions of the solicitation. 2. Have amendments to the solicitation been acknowledged in the space provided on the offer form, and on the envelope containing the offer? If not, acknowledgement must be made prior to the time set for receipt of proposals. 3. Have prices been inserted for all items? 4. Have all prices and computations been checked carefully? 5. Have all changes been made to the pricing schedule if required by an amendment? 6. Is the offer submitted on the latest pricing schedule? 7. Are decimal points in prices in proper places? 8. Have you checked for transposition of figures in prices inserted on the pricing schedule? 9. Is the offer signed by a person who is legally authorized to bind the offeror? Is the offeror's address and phone number included? 10. If the offer is signed by an agent, is legal evidence of his authority included with the proposal? 11. Have the appropriate boxes been checked in all paragraphs of the Representations and Certifications? Have they been submitted with the proposal? 12. Have the requirements of the Instructions to Offerors -- Competitive provision, if included in this solicitation, been met? 13. If a bid guarantee is required, does your bid guarantee comply with the Bid Guarantee clause of the solicitation? If the bid guarantee is in the form of a bid bond is it on Standard Form 24 (REV. 10-98)? If your bid guarantee does not firmly bind you (and your sureties, if applicable) to the United States of America, YOUR OFFER MAY BE REJECTED. 14. If the bid guarantee is in the form of a bid bond, is it completely and properly executed, dated not later than the bid opening date, signed by Principal and Surety, corporate certificates executed, and seals affixed, all as contained in "Instructions" on Standard Form 24 (REV. 10-98)? Power of Attorney is also required to accompany the bond. Is the penal sum marked in? If an individual surety (or sureties) is (are) guaranteeing the bid bond, have the requirements of the Pledges Of Assets clause of this solicitation been satisfied and are the supporting documents included with the bond?

(End of paragraph number 999.215-4011)

W912EP-11-R-0042 00100-12 SOURCES FOR ASSISTANCE IN LOCATING SMALL BUSINESS SUBCONTRACTORS

(a) The Offeror's attention is directed to the Utilization of Small Business Concerns clause of this solicitation. Assistance in identifying small, small disadvantaged and women-owned small business concerns may be obtained as follows: (1) Internet Web Site Sources for searches throughout the U.S., Puerto Rico and the USVI: (A) Small Business Administration PRO-Net Database http://www.sba.gov (B) Procurement Technical Assistance Center (PTAC) http://www.dla.mil/ddas (C) Veterans Business Outreach Center 800-542-7232 www.vboc.org (2) Sources of information within Florida: (A) Florida Atlantic University PTAC, Ft. Lauderdale 954-771-6520 (B) University of South Florida PTAC, Tampa 813-974-4371 (C) Chamber of Commerce PTAC, Jacksonville 904-928-1100 (D) University of West Florida PTAC, Pensacola 850-474-2919 (E) Florida A&M University PTAC, Tallahassee 850-599-3407 (F) Latin Builders Association, Miami-Dade Area 954-704-0345 (G) Broward County Minority Bldrs Coalition 305-792-1121 (3) Sources of information within the U.S. Virgin Islands: Dept of Public Works, DBE Coordinator, St. Thomas 340-773-1290 (4) Sources of information within Puerto Rico: (A) Puerto Rico General Contractors Association, San Juan 787-781-2200 (B) San Juan PTAC 787-753-6861 (b) Failure to comply with the requirements of the Utilization of Small Business Concerns clause can be grounds for imposition of sanctions.

(End of paragraph number 999.219-4003)

W912EP-11-R-0042 00100-13 SECTION 00100A

EVALUATION FACTORS AND PROPOSAL SUBMISSION

A. DESCRIPTION OF THE REQUIREMENT

The work consists of replacing the trash rake system and trash racks at S-362. The rake and racks have been problematic since they were installed as part of the new pumping station. The replacements described above are expected to solve the problems that SFWMD has had with the rake system and racks.

B. BASIS FOR AWARD

The award will be made based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the three evaluation factors: Technical Merit, Past Performance and Price. The Contracting Officer will use a trade-off process to determine which offer represents the best value to the Government. This process allows the Contracting Officer to consider making award to other than the lowest priced offeror or other than the highest technically rated offeror. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the Technical Merit factor. Offerors are cautioned that the award may not necessarily be made to the lowest cost offered. All evaluation factors other than price, when combined, are considered significantly more important than price.

C. EVALUATION APPROACH

All proposals shall be subject to evaluation by a team of Government evaluators. Proposals will be evaluated on the basis of the factors stated in the solicitation to select the responsible offeror whose proposal is most advantageous to the Government. All responsible offerors whose proposals are among the most highly rated may be included in the competitive range in accordance with FAR 15.306(c)(1) & (2). However, the Government reserves the right to limit the number of proposals in the competitive range for purposes of efficiency.

By submitting an offer in response to this solicitation, offerors are agreeing to comply with all terms and conditions contained in the solicitation. Unless the solicitation specifically invites the offeror to submit exceptions, the Source Selection Authority/Contracting Officer may reject any offer that contains exceptions. In this solicitation, the words “offer” and “proposal” are used interchangeably. (See definition of “offer” at FAR 2.101.) Except for any portions of the offeror’s proposal incorporated into the resulting contract by specific reference, the terms and conditions included in the solicitation, including any amendments, shall take precedence over the offeror’s proposal.

Proposal Evaluation

W912EP-11-R-0042 00100A-1 The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Source Selection Authority/Contracting Officer later determines them to be necessary. Further, if the Source Selection Authority/Contracting Officer determines that discussions are necessary and if the Source Selection Authority/Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Source Selection Authority/Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.

Source Selection Decision

The Source Selection Authority/Contracting Officer, independently exercising prudent business judgment, will make the source selection decision based on the proposal that represents the best value to the Government. The Source Selection Authority/Contracting Officer will not receive a recommendation from any individual or body as to which offeror should receive the award and additionally will not receive a rank order or order of merit list pertaining to the offers being evaluated.

D. OTHER GENERAL REVIEW

Debarred List

Offerors will be checked against the List of Parties Excluded From Federal Procurement and Nonprocurement Programs. Any offeror who is listed will be eliminated without further consideration.

Minor Informalities

Proposals will be checked for minor informalities or irregularities. The Source Selection Authority/Contracting Officer will follow guidance at FAR 14.405 when resolving minor informalities or irregularities. The Source Selection Authority/Contracting Officer either will give the offeror an opportunity to cure any defect resulting from a minor informality or irregularity or waive the defect, whichever is to the advantage of the Government.

E. FACTORS AND SUB-FACTORS TO BE EVALUATED

1. Factor 1 – Technical Merit

a. Sub-Factor 1 – Demonstrated Experience

W912EP-11-R-0042 00100A-2

b. Sub-Factor 2 – Implementation Plan and Construction Schedule

i. Sub Element 1 – Implementation Plan ii. Sub Element 2 – Construction Schedule

2. Factor 2 – Past Performance

3. Factor 3 – Price

F. FACTORS RELATIVE IMPORTANCE AND EXPLANATION

1. Factor 1 - Technical Merit: Technical Merit is slightly more important than Past Performance. For the following sub-factors, Sub- Factor 1 is considered slightly more important than Sub-Factor 2:

a. Sub-Factor 1 – Demonstrated Experience

b. Sub-Factor 2 – Implementation Plan and Construction Schedule (The Implementation Plan and Construction Plan will be evaluated as separate sub-elements; however, they will be evaluated overall as one sub-factor. The Implementation Plan sub element is considered slightly more important that the Construction Schedule sub element.)

2. Factor 2 - Past Performance: The Past Performance factor is slightly less important than the Technical Merit factor.

3. Factor 3 – Price is not rated. It is evaluated for reasonableness. All evaluation factors other than price, when combined, are significantly more important than price.

F. FACTOR SUBMISSION REQUIREMENTS AND EVALUATION METHODS

FACTOR 1 – TECHNICAL MERIT

In responding to this factor, the objective should be to instill confidence that the offeror thoroughly understands the requirements and complexities of this project, has the knowledge, expertise, equipment, and experience required to meet or exceed the terms and conditions of these specifications, and the ability to successfully accomplish and complete the project within the required time frame.

In accordance with the non-substitution clause in Section 00800 (999.215-4001), Limitations on Substitutions for Certain Positions and/or Subcontractors, a letter of commitment must be provided for any proposed major subcontractor.

W912EP-11-R-0042 00100A-3

A major subcontractor is defined as any subcontractor that is crucial for successfully completing the project.

A letter of commitment is defined as a letter from the subcontractor on official Company letterhead (1) addressed to the prime contractor, (2) identifying the work they intend to perform, and (3) stating that they are willing to be bound to perform the identified work if the prime receives this contract.

Failure to provide a letter of commitment from a proposed major subcontractor will be noted as a deficiency.

SUB-FACTOR 1 – DEMONSTRATED EXPERIENCE

Notes:

If any portion of the work provided as demonstrated experience is subcontracted, clearly identify that work as such and provide the required experience of that subcontractor as it relates to work the subcontractor is performing.

Any demonstrated experience (to include subcontractors) provided for consideration in this sub-factor shall also have a corresponding submission in the Past Performance Factor. If Past Performance information is not provided for a demonstrated experience, that demonstrated experience will not be evaluated.

Also, it is not necessary that all the elements required on this sub-factor be performed on the same project; however, experiences that include all the elements being accomplished on the same project will carry more weight when being evaluated. Specific to project conditions, demonstrated experiences that were completed in the wet will carry more weight than demonstrated experiences completed in the dry.

Demonstrated Experience submitted under this sub-factor that mirrors the specifications in relation to scope and complexity will earn a higher technical score than Demonstrated Experience that is only similar in some areas.

If the submission of demonstrated experience is based on one individual, the individual’s affiliation with the offer must be explained in detail (consultant, employee, partner, etc.). In addition, a letter of commitment from the individual as described in the requirements above.

Submission Requirements Provide at least two (2) but not more that five (5) examples of completed projects which demonstrate the offeror's and its team members' (i.e. major subcontractors) experience in performance of work similar to that described in the solicitation.

W912EP-11-R-0042 00100A-4 A Demonstrated Experience Information Collection Sheet must be completed for every demonstrated experience provided. (A copy of the sheet is attached to this section as Attachment 1.)

A narrative must be provided that explains in detail how each provided demonstrated experience is similar to the work described in the solicitation. Failure to provide sufficient detail explaining how each provided demonstrated experience is similar to the work described in the solicitation may be noted as a deficiency. This narrative should demonstrate that the offeror clearly has the capability to successfully complete the project. Please note, in all likelihood, the technical evaluators are unfamiliar with the demonstrated experiences that offerors provide; this is why a lack of detail explaining the work and how it is similar to the work described in the solicitation may be considered a deficiency.

Demonstrated experiences provided should include the location/conditions, duration, any unusual coordination requirements as well as any innovative ideas that were required during construction. Each project identified must include a contract number, a reference contact name, address and telephone number, as well as email address if available.

The projects must have been completed within the last ten (10) years. A completed project is defined as work performed under a “project” that is physically complete and has been accepted by the customer. Applicable demonstrated experiences should include the following elements:

• Installation of trash rake systems similar to this project o with a telescopic arm o that convey on trolleys or rail cars o that can be operated remotely • Installation of remote control systems similar to this project

Evaluation Method In responding to this sub-factor, the objective is to demonstrate to the technical evaluators that the offeror clearly has the capability to successfully complete the project by explaining in detail how the provided demonstrated experiences are similar to the work described in the solicitation.

See “Technical Merit Rating Definitions” below. SUB-FACTOR 2 – IMPLEMENTATION PLAN AND CONSTRUCTION SCHEDULE Submission Requirements Sub-Element 1 – Implementation Plan

In a narrative format, the offeror shall describe the proposed Implementation Plan regarding how the work will be executed from start to completion. The Plan shall

W912EP-11-R-0042 00100A-5 include a description of related activities and items of work, to include coordination with major subcontractors and the type of equipment that would be utilized, if appropriate. Also, identify potential risks and plans for mitigating those risks. In addition to the items shown in the Construction Schedule, at a minimum, the plan shall discuss the following:

• Existing trash rake/rack system removal • Trash rake/rack fabrication • Coordination of trash rake/rack fabrication (all system components must compatible) • New trash rake/rack system installation • Control system installation • Underwater construction plan including divers (if applicable) • Dewatering plan (if applicable) • Maintenance of uninterrupted flow to pumping stations during construction

Sub-Element 2 – Construction Schedule

Provide a schedule of construction in the format of a Gantt, Pert, or similar graphical timeline, showing the start and completion dates, concurrent work, interdependence of activities and other relative scheduling factors or items of work described in the Implementation Plan. At a minimum the schedule should show all of the following:

• Mobilization & preparatory work • Fabrication of trash rake/rack system including time for fabrication shop inspections by the Contracting Officer’s Representative • Detailed sequence of activities at both pumping stations including trash rake/rack removal and installation • Demobilization

Evaluation Method The Implementation Plan and Construction Schedule will be evaluated as separate sub- elements; however, they will be evaluated overall as one sub-factor. The overall evaluation of this sub-factor will take into consideration the ratings given to the Implementation Plan and the Construction Schedule, as well as how the two complement each other. Any conflicts between the two may be noted as a deficiency.

See “Technical Merit Rating Definitions” below. TECHNICAL MERIT RATING DEFINITIONS

Note: Demonstrated Experience Ratings will be based on the level of detail and the number of projects provided that fulfill the objectives described in the previous section.

W912EP-11-R-0042 00100A-6 Excellent - The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes numerous advantageous characteristics of substance, and essentially no disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low

Good - The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low

Acceptable - The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions are further considered to reflect moderate risk in that they are somewhat clear and precise, partially supported, and demonstrate a general understanding of the requirements. Risk Level: Moderate

Marginal - The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages are not likely to result in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions are further considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and do not demonstrate a complete understanding of the requirements. Risk Level: High

Susceptible to Being Made Acceptable - The proposal demonstrates an approach which, as initially proposed, cannot be rated Marginal because of error(s), omission(s) or deficiency(ies) which are capable of being corrected without a major rewrite or revision of the proposal. These solutions are further considered to reflect high to very high risk in that they lack clarity and precision, are generally unsupported, and do not demonstrate a complete understanding of the requirements. NOTE: A Susceptible rating cannot be a

W912EP-11-R-0042 00100A-7 final rating. The final rating will either increase to a rating of Marginal or better or decrease to Unacceptable. Risk Level: High to Very High

Unacceptable - The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous disadvantages of substance, and advantages which, if they exist, are far outweighed by disadvantages. Collectively, the advantages and disadvantages will not result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack any clarity or precision, are unsupported, and do not demonstrate an understanding of the requirement. Risk Level: Very High

FACTOR 2 – PAST PERFORMANCE

Submission Requirements Submit Past Performance information on each of the Demonstrated Experiences provided in the Demonstrated Experience Sub-Factor. If Past Performance information is not provided for a demonstrated experience, that demonstrated experience will not be evaluated and a deficiency will be noted.

A Past Performance Information Collection Sheet must be completed for every Past Performance provided. Failure to utilize a Past Performance Information Collection Sheet will be noted as a deficiency. (A copy of the sheet is attached to this section as Attachment 2.)

For each past performance submitted, explain why it is relevant to this project, this discussion should include a summary of the project description provided in the respective demonstrated experience submitted for Factor 1. (Relevancy is defined in the DOD guide for collection and use of past performance as “information that has a logical connection with the matter under consideration and applicable time span.). Offeror’s should be as specific as possible when explaining how a past performance is relevant to this project. The following are examples of topics that should be discussed at a minimum: timeliness, environmental issues, responsiveness to customer needs, quality control, cost control, change order work and compliance with safety requirements. Emphasis should be made on quality, customer satisfaction and the resolution of problems encountered during performance.

Provide a third party point of contact (POC) who can independently verify the past performance information provided. The POC should be aware that the offeror is submitting a proposal for this project, familiar with the performance they are intended to verify, cooperative and available.

Ensure that information is current for all POC’s. At a minimum, provide the POC’s name and phone number. Any past performance that can not be verified through the

W912EP-11-R-0042 00100A-8 given POC may not be evaluated which may result in the respective demonstrated experience to not be evaluated.

Providing third party performance evaluation documentation is encouraged. For example, a Performance Evaluation from a Federal, State or Local government agency.

The government reserves the right to obtain copies of all Construction Contract Administration Support System (CCASS) records contained in the US Army Corps of Engineers CCASS database for the Prime Contractor (Offeror) and all Major Sub- Contractors.

Evaluation Method

See “Past Performance Rating Definitions” below.

Note: The Demonstrated Experience evaluation will examine how similar submitted experiences are to the work described in the solicitation. The Past Performance evaluation will examine how well the offeror performed during those experiences.

A relevancy rating of Slightly, Moderately or Highly will first be assigned for a past performance based on the discussion provided.

A past performance rating is then assigned based on the offeror’s commitment to quality, customer satisfaction and the resolution of problems encountered. This is also determined based on the discussion provided and the testimony of the provided third party POC.

Once the Relevancy Ratings and Past Performance Risk Ratings are assigned, an overall Past Performance Risk Rating is assigned based on the definitions given below. This overall rating is the level of risk associated with the offeror as it relates to the probability that the offeror will successfully complete the project.

PAST PERFORMANCE RATINGS

Relevance Rating Definitions

Highly Relevant - Past projects bear a strong correlation to this project in size, scope, and type of work.

Moderately Relevant - Past projects correlate to this project in most but not all respects.

Slightly Relevant - Past projects correlate to this project in a few respects.

W912EP-11-R-0042 00100A-9 Past Performance Rating Definitions

Outstanding - Offeror’s past performance record reflects a consistent commitment to quality work and customer satisfaction with few problems, all of which were immediately corrected.

Above Average - Offeror’s past performance record reflects a consistent commitment to quality work and customer satisfaction with few problems, most of which were immediately corrected.

Satisfactory - Offeror’s past performance record is inconsistent—mostly good but some bad. Several problems were encountered. Most were satisfactorily resolved. Some required extra effort on the part of QA/inspection personnel to obtain resolution.

Neutral - The offeror has no relevant performance record. A thorough search was unable to identify any past performance information.

Marginal - Offeror’s past performance record is inconsistent—some good but mostly bad. Several problems were encountered. Some were satisfactorily resolved. Too many required extra effort on the part of QA/inspection personnel to obtain resolution.

Unsatisfactory - Offeror’s past performance record reflects a consistent lack of commitment to quality work and customer satisfaction.

Overall Past Performance Risk Rating Definitions

Very Low Risk - Offeror received Outstanding rating for Highly Relevant past performance

Low Risk - Offeror received either: (1) Outstanding rating for Moderately Relevant past performance, or (2) Above Average rating for Highly Relevant past performance.

Moderate Risk - Offeror received: (1) Outstanding rating for Slightly Relevant past performance, (2) Above Average rating for Moderately Relevant past performance, (3) Above Average rating for Slightly Relevant past performance, or (4) Satisfactory rating for Highly Relevant past performance .

Unknown Risk - The offeror has no relevant performance record; therefore, offeror received no rating. A thorough search was unable to identify any past performance information.

High Risk - Offeror received: (1) Satisfactory rating for Moderately Relevant past performance, (2) Satisfactory rating for Slightly Relevant past performance, or (3) Marginal rating for Highly Relevant past performance.

Very High Risk - Offeror received: (1) Marginal rating for Moderately Relevant past

W912EP-11-R-0042 00100A-10 performance, (2) Marginal rating for Slightly Relevant past performance, (3) Unsatisfactory rating for Highly Relevant past performance, (4) Unsatisfactory rating for Moderately Relevant past performance, or (5) Unsatisfactory rating for Slightly Relevant past performance.

FACTOR 3 – PRICE

Price/Cost is not rated. It is evaluated for reasonableness. In order to ensure reasonableness of the offered price, the Source Selection Authority/Contracting Officer may use different analytical techniques in accordance with FAR 15.404-1.

Submission Requirements

The offeror shall submit the following price and price related information:

a. Standard Form 1442 (Solicitation, Offer and Award) and Section 00010A (Line Items and Pricing Schedule)

Include the completed Standard Form 1442 for the RFP, along with the completed Pricing Schedule. The total cost for the construction will be considered for evaluation, including all options and alternates (if applicable).

b. Section 00101, Representations, Certifications and Other Statements of Offerors. c. In accordance with FAR Clause 52.228-1, Bid Guarantee, an original bid guarantee should be submitted with each offer.

Evaluation Method

After resolution of minor or clerical errors and/or mistakes, the Government will perform a price analysis on all proposals received. Price analysis will be performed in accordance with FAR 15.404-1, to determine the adequacy of the offer in fulfilling the requirements of the proposal. Completeness addresses the extent to which the elements of the price proposal are consistent with the requirements of the RFP. Reasonableness will be established using historical price information, price competition information, the Independent Government Estimate (IGE) and any other pricing tools necessary.

Submittal of Section 00101 is not considered for evaluation, but is required as part of the offeror’s proposal of this solicitation. The information requested in this Section needs to be fully completed along with completion of Online Representations and Certifications Application (ORCA) per FAR 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS. The submitted information will be reviewed for completeness by Contracting Personnel.

Bid bonds will be reviewed for acceptability. Any offeror whose bid bond is

W912EP-11-R-0042 00100A-11 unacceptable, will be eliminated without further consideration unless the Source Selection Authority/Contracting Officer later determines that discussions are necessary and decides that the offeror’s proposal should be included in the competitive range.

G. PROPOSAL REQUIREMENTS AND SUBMISSION FORMAT

The proposal shall be divided into volumes as indicated below. Each volume shall be submitted sealed separately. Each volume shall be marked with the offeror’s name, the solicitation number, the volume number and stamped with “Original” or “Copy”. Each respective original or copy shall be separately bound or placed in a 3-ring binder.

All proposals shall contain the evaluation requirements stated herein and every binder shall also contain: Table of Contents, List of Tables (if required), List of Figures (if required), List of Appendixes, and Name/Address/Telephone Number/e-mail address of the Offeror. Proposal clarity, organization (See Attachment 3 – Proposal Format) and cross referencing is mandatory. No material (information not part of proposal) shall be incorporated by reference. The offeror shall submit in the proposal the requested information specified herein.

FACTOR 1 (VOLUME ONE) - Technical Merit Package (1 Original, 4 Copies)

DO NOT INCLUDE PRICING INFORMATION IN THE TECHNICAL MERIT PROPOSAL

FACTOR 2 (VOLUME TWO) - Past Performance Package (1 Original, 1 Copy)

FACTOR 3 (VOLUME THREE) - Price (1 Original, 1 Copy)

This package will include the Standard Form 1442 (Solicitation, Offer and Award), Section 00010A (Line Items and Pricing Schedule), Representations, Certifications and Other Statements of Offerors (Section 000101) and Bid Bond Guarantee.

H. ATTACHMENTS - The space provided in the attachments most likely will not be sufficient. Offerors are encouraged to provide information on supplemental pages attached to the sheets provided.

Attachment 1 – Demonstrated Experience Information Collection Sheet

Attachment 2 – Past Performance Information Collection Sheet

Attachment 3 – Proposal Format

W912EP-11-R-0042 00100A-12 Attachment 1 – Demonstrated Experience Information Collection Sheet (Volume 1)

1. Type of Project:

2. Firm that completed the work:

3. Project Name and Contract Number:

4. Location of Project and Conditions:

5. Owner:

6. General Scope of Construction Project:

7. Describe how this project is relevant to the elements of the solicited project:

8. Role (Prime, Joint Venture, or Subcontractor, etc.) and Work Self-Performed:

9. Construction Cost:

10. Dates Construction: Began______Completed______

11. Unusual Coordination Requirements:

12. Innovative ideas required during construction to overcome unforeseen issues:

W912EP-11-R-0042 00100A-13 Attachment 2 –Past Performance Information Collection Sheet PAST PERFORMANCE INFORMATION COLLECTION SHEET

(TO BE COMPLETED BY THE OFFEROR. SUBMIT A SEPARATE SHEET FOR EACH REFERENCE.) 1. Contractor’s Name: (Identify if Prime Contractor or Major Sub-Contractor)

2. Contract Number: 3. Summary of Project Description provided for Demonstrated Experience:

4. Relevancy of Work: (Note: Relevancy is defined as something that has a logical connection with the matter under consideration, e.g., similar project size and type of work. It is the offeror’s responsibility to establish relevancy.)

5. Third Party Point of Contact (name phone number, address, e-mail, etc.): (NOTE: IT IS YOUR RESPONSIBILITY TO ENSURE POINTS OF CONTACT CAN BE CONTACTED BY THE GOVERNMENT’S EVALUATORS AND THAT THEY WILL COOPERATE.)

9. Contract price:

10. Date started ______and date completed______.

11. Did you receive a written performance evaluation for this project? (Yes / No) If yes, what rating did you receive?

12. Was your contract/subcontract terminated for default? If so, attach an explanation of the circumstances. (Yes / No) 13. Were liquidated damages assessed? If so, attach an explanation of the circumstances.

W912EP-11-R-0042 00100A-14

Attachment 3 - Proposal Format

Source Selection Information -- See FAR 2.101 and 3.104

PROPOSAL IN RESPONSE TO SOLICITATION NO:

W912EP-11-R-0042

OFFEROR’S NAME: [Offeror enter] OFFEROR’S ADDRESS: [Offeror enter] OFFEROR’S POINT OF CONTACT (POC): [Offeror enter] POC’s TELEPHONE: [Offeror enter] POC’s FAX: [Offeror enter] POC’s EMAIL: [Offeror enter]

THIS OFFER IS SUBMITTED IN SEPARATE VOLUMES AS FOLLOWS:

[Offeror check each applicable item and enter NA for non-applicable items.]

____ Volume One (Technical Merit) is submitted in 1 Original and 4 Copies and contains our technical proposal. There is no pricing information in this package.

____ Volume Two (Past Performance) is submitted in 1 Original and 1 Copy and contains our past performance information.

____ Volume Three (Price) is submitted in 1 Original and 1 Copy and contains our price proposal, original bid bond or offer guarantee (if required by the solicitation), and representations & certifications.

W912EP-11-R-0042 00100A-15 Source Selection Information -- See FAR 2.101 and 3.104

SOLICITATION NO: W912EP-11-R-0042

OFFEROR: [Offeror enter] COVER SHEET VOLUME ONE (FACTOR 1 – Technical Merit)

[Offeror check applicable items]

____1. Technical merit is not an evaluation factor in this solicitation; or,

____2. This package contains a full and complete response to each technical sub- factor.

In responding to this factor, the objective should be to instill confidence that the offeror thoroughly understands the requirements and complexities of this project, has the knowledge, expertise, equipment, and experience required to meet or exceed the terms and conditions of these specifications, and the ability to successfully accomplish and complete the project within the required time frame.

In accordance with the non-substitution clause in Section 00800 (999.215-4001), Limitations on Substitutions for Certain Positions and/or Subcontractors, a letter of commitment must be provided for any proposed major subcontractor.

A major subcontractor is defined as any subcontractor that is crucial for successfully completing the project.

A letter of commitment is defined as a letter from the subcontractor on official Company letterhead (1) addressed to the prime contractor, (2) identifying the work they intend to perform, and (3) stating that they are willing to be bound to perform the identified work if the prime receives this contract.

Failure to provide a letter of commitment from a proposed major subcontractor will be noted as a deficiency.

W912EP-11-R-0042 00100A-16 Source Selection Information -- See FAR 2.101 and 3.104

SOLICITATION NO: W912EP-11-R-0042

OFFEROR: [Offeror enter] VOLUME ONE (FACTOR 1 – Technical Merit) SUB-FACTOR 1 – DEMONSTRATED EXPERIENCE

(SEE IMPORTANT NOTES IN SECTION 00100A FOR DEMONSTRATED EXPERIENCE)

Provide at least two (2) but not more that five (5) examples of completed projects which demonstrate the offeror's and its team members' (i.e. major subcontractors) experience in performance of work similar to that described in the solicitation.

A Demonstrated Experience Information Collection Sheet must be completed for every demonstrated experience provided. (A copy of the sheet is attached to this section as Attachment 1.)

A narrative must be provided that explains in detail how each provided demonstrated experience is similar to the work described in the solicitation. Failure to provide sufficient detail explaining how each provided demonstrated experience is similar to the work described in the solicitation may be noted as a deficiency. This narrative should demonstrate that the offeror clearly has the capability to successfully complete the project. Please note, in all likelihood, the technical evaluators are unfamiliar with the demonstrated experiences that offerors provide; this is why a lack of detail explaining the work and how it is similar to the work described in the solicitation may be considered a deficiency.

Demonstrated experiences provided should include the location/conditions, duration, any unusual coordination requirements as well as any innovative ideas that were required during construction. Each project identified must include a contract number, a reference contact name, address and telephone number, as well as email address if available.

The projects must have been completed within the last ten (10) years. A completed project is defined as work performed under a “project” that is physically complete and has been accepted by the customer. Applicable demonstrated experiences should include the following elements:

• Installation of trash rake systems similar to this project o with a telescopic arm o that convey on trolleys or rail cars o that can be operated remotely • Installation of remote control systems similar to this project

OUR PROPOSAL: [Offeror enter complete, detailed response.]

W912EP-11-R-0042 00100A-17 Source Selection Information -- See FAR 2.101 and 3.104

SOLICITATION NO: W912EP-11-R-0042

OFFEROR: [Offeror enter] VOLUME ONE (FACTOR 1 – Technical Merit) SUB-FACTOR 2 – IMPLEMENTATION PLAN AND CONSTRUCTION SCHEDULE

Sub-Element 1. Implementation Plan

In a narrative format, the offeror shall describe the proposed Implementation Plan regarding how the work will be executed from start to completion. The Plan shall include a description of related activities and items of work, to include coordination with major subcontractors and the type of equipment that would be utilized, if appropriate. Also, identify potential risks and plans for mitigating those risks. In addition to the items shown in the Construction Schedule, at a minimum, the plan shall discuss the following:

• Existing trash rake/rack system removal • Trash rake/rack fabrication • Coordination of trash rake/rack fabrication (all system components must compatible) • New trash rake/rack system installation • Control system installation • Underwater construction plan including divers (if applicable) • Dewatering plan (if applicable) • Maintenance of uninterrupted flow to pumping stations during construction

OUR PROPOSAL: [Offeror enter complete, detailed response.]

W912EP-11-R-0042 00100A-18 Source Selection Information -- See FAR 2.101 and 3.104

SOLICITATION NO: W912EP-11-R-0042

OFFEROR: [Offeror enter] VOLUME ONE (FACTOR 1 – Technical Merit) SUB-FACTOR 2 – IMPLEMENTATION PLAN AND CONSTRUCTION SCHEDULE

Sub-Element 2. Construction Schedule

Provide a schedule of construction in the format of a Gantt, Pert, or similar graphical timeline, showing the start and completion dates, concurrent work, interdependence of activities and other relative scheduling factors or items of work described in the Implementation Plan. At a minimum the schedule should show all of the following:

• Mobilization & preparatory work • Fabrication of trash rake/rack system including time for fabrication shop inspections by the Contracting Officer’s Representative • Detailed sequence of activities at both pumping stations including trash rake/rack removal and installation • Demobilization

OUR PROPOSAL: [Offeror enter complete, detailed response.]

W912EP-11-R-0042 00100A-19

Source Selection Information -- See FAR 2.101 and 3.104

SOLICITATION NO: W912EP-11-R-0042

OFFEROR: [Offeror enter] COVER SHEET VOLUME ONE (FACTOR 2 – Past Performance)

This volume contains the following documents: [Offeror check applicable items and mark others NA.]

Submit Past Performance information on each of the Demonstrated Experiences provided in the Demonstrated Experience Sub-Factor. If Past Performance information is not provided for a demonstrated experience, that demonstrated experience will not be evaluated and a deficiency will be noted.

A Past Performance Information Collection Sheet must be completed for every Past Performance provided. Failure to utilize a Past Performance Information Collection Sheet will be noted as a deficiency. (A copy of the sheet is attached to this section as Attachment 2.)

For each past performance submitted, explain why it is relevant to this project, this discussion should include a summary of the project description provided in the respective demonstrated experience submitted for Factor 1. (Relevancy is defined in the DOD guide for collection and use of past performance as “information that has a logical connection with the matter under consideration and applicable time span.). Offeror’s should be as specific as possible when explaining how a past performance is relevant to this project. The following are examples of topics that should be discussed at a minimum: timeliness, environmental issues, responsiveness to customer needs, quality control, cost control, change order work and compliance with safety requirements. Emphasis should be made on quality, customer satisfaction and the resolution of problems encountered during performance.

Provide a third party point of contact (POC) who can independently verify the past performance information provided. The POC should be aware that the offeror is submitting a proposal for this project, familiar with the performance they are intended to verify, cooperative and available.

Ensure that information is current for all POC’s. At a minimum, provide the POC’s name and phone number. Any past performance that can not be verified through the given POC may not be evaluated which may result in the respective demonstrated experience to not be evaluated.

Providing third party performance evaluation documentation is encouraged. For example, a Performance Evaluation from a Federal, State or Local government agency.

The government reserves the right to obtain copies of all Construction Contract Administration Support System (CCASS) records contained in the US Army Corps of Engineers CCASS database for the Prime Contractor (Offeror) and all Major Sub-Contractors.

OUR PROPOSAL: [Offeror enter complete, detailed response.]

W912EP-11-R-0042 00100A-20 Source Selection Information -- See FAR 2.101 and 3.104

SOLICITATION NO: W912EP-11-R-0042

OFFEROR: [Offeror enter] COVER SHEET VOLUME THREE (FACTOR 3 - Price)

[Offeror check applicable items]

____1. Signed price proposal (Standard Form 1442) with Line Item and Pricing Schedule (Section 00010A).

____2. Representations and Certifications and other statements of Offerors (Section 000101).

____3. Original Bid Bond Guarantee.

W912EP-11-R-0042 00100A-21 SECTION 00101

REPRESENTATIONS & CERTIFICATIONS

52.204-8 Annual Representations and Certifications (JAN 2006) (CESAJ ADAPTATION AUG 2006) 52.209-7 Information Regarding Responsibility Matters 52.222-38 Compliance With Veterans' Employment Reporting Requirements 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-- Certification 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea 999.204-4002 ESTABLISHING AUTHORITY OF PERSON(S) WHO SIGN(S) THE OFFER

W912EP-11-R-0042 00101-i SECTION 00101

REPRESENTATIONS & CERTIFICATIONS

52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2006) (CESAJ ADAPTATION AUG 2006)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 237990.

(2) The small business size standard is $33,500,000.00.

(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 clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (c) of this provision applies.

(2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (b) 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 (c) applies.

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

(c) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically 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 ------52.219-1 Small Business Program Representations (May 2004) Para (b) (1)

(b) Representations. (1) The offeror represents as part of its offer that it is _____, is not _____ a small business concern. ------

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 ORCA.

(End of provision)

W912EP-11-R-0042 00101-1

52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011)

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

Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables.

Federal contracts and grants with total value greater than $10,000,000 means--

(1) The total value of all current, active contracts and grants, including all priced options; and

(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).

Principal 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 ( ) has ( ) does not have current active Federal contracts and grants with total value greater than $10,000,000.

(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:

(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:

(i) In a criminal proceeding, a conviction.

(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.

(iii) In an administrative proceeding, a finding of fault and liability that results in--

(A) The payment of a monetary fine or penalty of $5,000 or more; or

(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.

(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.

W912EP-11-R-0042 00101-2 (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.

(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see 52.204-7).

(End of provision)

52.222-38 COMPLIANCE WITH VETERANS' EMPLOYMENT REPORTING REQUIREMENTS (SEP 2010)

By submission of its offer, the offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., if it has any contract containing Federal Acquisition Regulation clause 52.222-37, Employment Reports on Veterans), it has submitted the most recent VETS-100A Report required by that clause.

(End of provision)

52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDAN-- CERTIFICATION (AUG 2009)

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

Business operations means engaging in commerce in any form, including by acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce.

Marginalized populations of Sudan means--

(1) Adversely affected groups in regions authorized to receive assistance under section 8(c) of the Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note); and

(2) Marginalized areas in Northern Sudan described in section 4(9) of such Act.

Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate--

(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;

(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization;

W912EP-11-R-0042 00101-3 (3) Consist of providing goods or services to marginalized populations of Sudan;

(4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization;

(5) Consist of providing goods or services that are used only to promote health or education; or

(6) Have been voluntarily suspended.

(b) Certification. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan.

(End of provision)

252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009)

(a) "Definitions."

As used in this provision --

(a) "Government of a terrorist country" includes the state and the government of a terrorist country, as well as any political subdivision, agency, or instrumentality thereof.

(2) "Terrorist country" means a country determined by the Secretary of State, under section 6(j)(1)(A) of the Export Administration Act of 1979 (50 U.S.C. App. 2405(j)(i)(A)), to be a country the government of which has repeatedly provided support for such acts of international terrorism. As of the date of this provision, terrorist countries subject to this provision include: Cuba, Iran, Sudan, and Syria.

(3) "Significant interest" means --

(i) Ownership of or beneficial interest in 5 percent or more of the firm's or subsidiary's securities. Beneficial interest includes holding 5 percent or more of any class of the firm's securities in "nominee shares," "street names," or some other method of holding securities that does not disclose the beneficial owner;

(ii) Holding a management position in the firm, such as a director or officer;

(iii) Ability to control or influence the election, appointment, or tenure of directors or officers in the firm;

(iv) Ownership of 10 percent or more of the assets of a firm such as equipment, buildings, real estate, or other tangible assets of the firm; or

(v) Holding 50 percent or more of the indebtness of a firm.

(b) "Prohibition on award."

In accordance with 10 U.S.C. 2327, no contract may be awarded to a firm or a subsidiary of a firm if the government of a terrorist country has a significant interest in the firm or subsidiary or, in the case of a subsidiary, the firm that owns the subsidiary, unless a waiver is granted by the Secretary of Defense.

(c) "Disclosure."

W912EP-11-R-0042 00101-4 If the government of a terrorist country has a significant interest in the Offeror or a subsidiary of the Offeror, the Offeror shall disclosure such interest in an attachment to its offer. If the Offeror is a subsidiary, it shall also disclose any significant interest the government of a terrorist country has in any firm that owns or controls the subsidiary. The disclosure shall include --

(1) Identification of each government holding a significant interest; and

(2) A description of the significant interest held by each government.

(End of provision)

252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992)

(a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supplies is defined in the Transportation of Supplies by Sea clause of this solicitation.

(b) Representation. The Offeror represents that it:

____ (1) Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation.

____ (2) Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation.

(c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea.

(End of provision)

ESTABLISHING AUTHORITY OF PERSON(S) WHO SIGN(S) THE OFFER

The Offeror shall check the paragraph below that corresponds with the Offeror’s status and shall submit appropriate documentation with the offer to confirm authority of person(s) who sign the offer.

___(a) Individual. A contract with an individual shall be signed by that individual. A contract with an individual doing business as a firm shall be signed by that individual, and the signature shall be followed by the individual’s typed, stamped, or printed name and the words, “an individual doing business as ______” [insert name of firm]. ___(b) Partnership. A contract with a partnership shall be signed in the partnership name. Before signing for the Government, the contracting officer shall obtain a list of all partners and ensure that the individual(s) signing for the partnership have authority to bind the partnership. ___(c) Corporation. A contract with a corporation shall be signed in the corporate name, followed by the word “by” and the signature and title of the person authorized to sign. The contracting officer shall ensure that the person signing for the corporation has authority to bind the corporation. ___(d) Joint venture. A contract with a joint venture may involve any combination of individuals, partnerships, or corporations. The contract shall be signed by each participant in the joint venture in the manner prescribed in paragraphs (a) through (c) above for each type of participant. When a corporation is participating, the contracting officer shall verify that the corporation is authorized to participate in the joint venture.

W912EP-11-R-0042 00101-5 ___(e) Agent. When an agent is to sign the contract, other than as stated in paragraphs (a) through (d) above, the agent’s authorization to bind the principal must be established by evidence satisfactory to the contracting officer. (End of paragraph number 999.204-4002)

W912EP-11-R-0042 00101-6 SECTION 00700

CONTRACT CLAUSES

52.202-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees 52.203-6 Restrictions On Subcontractor Sales To The Government 52.203-7 Anti-Kickback Procedures 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.203-13 Contractor Code of Business Ethics and Conduct 52.203-14 DISPLAY OF HOTLINE POSTER(S) (DEC 2007) (CESAJ ADAPTATION) 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.211-10 Commencement, Prosecution, and Completion of Work 52.211-12 Liquidated Damages--Construction 52.211-13 Time Extensions 52.211-18 Variation in Estimated Quantity 52.215-2 Audit and Records--Negotiation 52.215-11 Price Reduction for Defective Certified Cost or Pricing Data-- Modifications 52.215-13 Subcontractor Certified Cost or Pricing Data--Modifications 52.215-21 Requirements for Certified Cost or Pricing Data or Information Other Than Certified Cost or Pricing Data--Modifications 52.219-6 Notice Of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting (CESAJ ADAPTATION) 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-4 Contract Work Hours and Safety Standards Act - Overtime Compensation 52.222-6 Davis Bacon Act 52.222-7 Withholding of Funds 52.222-8 Payrolls and Basic Records 52.222-9 Apprentices and Trainees 52.222-10 Compliance with Copeland Act Requirements 52.222-11 Subcontracts (Labor Standards) 52.222-12 Contract Termination-Debarment 52.222-13 Compliance with Davis-Bacon and Related Act Regulations. 52.222-14 Disputes Concerning Labor Standards 52.222-15 Certification of Eligibility 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-27 Affirmative Action Compliance Requirements for Construction 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans

W912EP-11-R-0042 00700-i 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.223-6 Drug-Free Workplace 52.223-14 Toxic Chemical Release Reporting 52.225-11 (Alt I) BUY AMERICAN ACT --CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS (AUG 2009) ALTERNATE I (JUN 2009) 52.225-13 Restrictions on Certain Foreign Purchases 52.227-1 Authorization and Consent 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement 52.227-4 Patent Indemnity-Construction Contracts 52.228-1 Bid Guarantee 52.228-2 Additional Bond Security 52.228-11 Pledges Of Assets 52.228-12 Prospective Subcontractor Requests for Bonds 52.228-14 Irrevocable Letter of Credit 52.228-15 Performance and Payment Bonds--Construction 52.229-3 Federal, State And Local Taxes 52.232-5 Payments under Fixed-Price Construction Contracts 52.232-17 INTEREST (OCT 2010) 52.232-18 Availability Of Funds 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I 52.232-27 Prompt Payment for Construction Contracts 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.236-2 Differing Site Conditions 52.236-3 Site Investigation and Conditions Affecting the Work 52.236-4 PHYSICAL DATA (APR 1984) (CESAJ ADAPTATION) 52.236-5 Material and Workmanship 52.236-6 Superintendence by the Contractor 52.236-7 Permits and Responsibilities 52.236-8 Other Contracts 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements 52.236-10 Operations and Storage Areas 52.236-11 Use and Possession Prior to Completion 52.236-12 Cleaning Up 52.236-13 Alt I Accident Prevention (Nov 1991) - Alternate I 52.236-15 Schedules for Construction Contracts 52.236-17 Layout of Work 52.236-21 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (FEB 1997) 52.236-26 Preconstruction Conference 52.242-13 Bankruptcy 52.242-14 Suspension of Work 52.243-4 Changes 52.244-2 Subcontracts 52.244-6 Subcontracts for Commercial Items 52.246-12 Inspection of Construction 52.246-21 Warranty of Construction 52.248-3 Value Engineering-Construction 52.249-2 Alt I Termination for Convenience of the Government (Fixed-Price) (May 2004) - Alternate I

W912EP-11-R-0042 00700-ii 52.249-10 Default (Fixed-Price Construction) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (CESAJ ADAPTATION) 52.252-6 Authorized Deviations In Clauses 52.253-1 Computer Generated Forms 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.205-7000 Provision Of Information To Cooperative Agreement Holders 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.215-7000 Pricing Adjustments 252.219-7003 Small Business Subcontracting Plan (DOD Contracts) 252.223-7001 Hazard Warning Labels 252.223-7004 Drug Free Work Force 252.225-7012 Preference For Certain Domestic Commodities 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS AND INDIAN- OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (SEP 2004) 252.231-7000 Supplemental Cost Principles 252.232-7010 Levies on Contract Payments 252.236-7000 Modification Proposals-Price Breakdown 252.236-7001 Contract Drawings, and Specifications 252.236-7002 Obstruction of Navigable Waterways 252.236-7008 Contract Prices-Bidding Schedules 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification Of Transportation Of Supplies By Sea

W912EP-11-R-0042 00700-iii SECTION 00700

CONTRACT CLAUSES

52.202-1 DEFINITIONS (JUL 2004)

(a) When a solicitation provision or contract clause uses a word or term that is defined in the Federal Acquisition Regulation (FAR), the word or term has the same meaning as the definition in FAR 2.101 in effect at the time the solicitation was issued, unless--

(1) The solicitation, or amended solicitation, provides a different definition;

(2) The contracting parties agree to a different definition;

(3) The part, subpart, or section of the FAR where the provision or clause is prescribed provides a different meaning; or

(4) The word or term is defined in FAR Part 31, for use in the cost principles and procedures.

(b) The FAR Index is a guide to words and terms the FAR defines and shows where each definition is located. The FAR Index is available via the Internet at http://www.acqnet.gov at the end of the FAR, after the FAR Appendix.

(End of clause)

52.203-3 GRATUITIES (APR 1984)

(a) The right of the Contractor to proceed may be terminated by written notice if, after notice and hearing, the agency head or a designee determines that the Contractor, its agent, or another representative--

(1) Offered or gave a gratuity (e.g., an entertainment or gift) to an officer, official, or employee of the Government; and

(2) Intended, by the gratuity, to obtain a contract or favorable treatment under a contract.

(b) The facts supporting this determination may be reviewed by any court having lawful jurisdiction.

(c) If this contract is terminated under paragraph (a) of this clause, the Government is entitled--

(1) To pursue the same remedies as in a breach of the contract; and

(2) In addition to any other damages provided by law, to exemplary damages of not less than 3 nor more than 10 times the cost incurred by the Contractor in giving gratuities to the person concerned, as determined by the agency head or a designee. (This subparagraph (c)(2) is applicable only if this contract uses money appropriated to the Department of Defense.)

(d) The rights and remedies of the Government provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract.

(End of clause)

52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984)

W912EP-11-R-0042 00700-1

(a) The Contractor warrants that no person or agency has been employed or retained to solicit or obtain this contract upon an agreement or understanding for a contingent fee, except a bona fide employee or agency. For breach or violation of this warranty, the Government shall have the right to annul this contract without liability or, in its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of the contingent fee.

(b) "Bona fide agency," as used in this clause, means an established commercial or selling agency, maintained by a contractor for the purpose of securing business, that neither exerts nor proposes to exert improper influence to solicit or obtain Government contracts nor holds itself out as being able to obtain any Government contract or contracts through improper influence.

"Bona fide employee," as used in this clause, means a person, employed by a contractor and subject to the contractor's supervision and control as to time, place, and manner of performance, who neither exerts nor proposes to exert improper influence to solicit or obtain Government contracts nor holds out as being able to obtain any Government contract or contracts through improper influence.

"Contingent fee," as used in this clause, means any commission, percentage, brokerage, or other fee that is contingent upon the success that a person or concern has in securing a Government contract.

"Improper influence," as used in this clause, means any influence that induces or tends to induce a Government employee or officer to give consideration or to act regarding a Government contract on any basis other than the merits of the matter.

(End of clause)

52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006)

(a) Except as provided in (b) of this clause, the Contractor shall not enter into any agreement with an actual or prospective subcontractor, nor otherwise act in any manner, which has or may have the effect of restricting sales by such subcontractors directly to the Government of any item or process (including computer ) made or furnished by the subcontractor under this contract or under any follow-on production contract.

(b) The prohibition in (a) of this clause does not preclude the Contractor from asserting rights that are otherwise authorized by law or regulation.

(c) The Contractor agrees to incorporate the substance of this clause, including this paragraph (c), in all subcontracts under this contract which exceed the simplified acquisition threshold.

(End of clause)

52.203-7 ANTI-KICKBACK PROCEDURES. (OCT 2010)

(a) Definitions.

"Kickback," as used in this clause, means any money, fee, commission, credit, gift, gratuity, thing of value, or compensation of any kind which is provided, directly or indirectly, to any prime Contractor, prime Contractor employee, subcontractor, or subcontractor employee for the purpose of improperly obtaining or rewarding favorable treatment in connection with a prime contract or in connection with a subcontract relating to a prime contract.

"Person," as used in this clause, means a corporation, partnership, business association of any kind, trust, joint-stock company, or individual.

W912EP-11-R-0042 00700-2

"Prime contract," as used in this clause, means a contract or contractual action entered into by the United States for the purpose of obtaining supplies, materials, equipment, or services of any kind.

"Prime Contractor," as used in this clause, means a person who has entered into a prime contract with the United States.

"Prime Contractor employee," as used in this clause, means any officer, partner, employee, or agent of a prime Contractor.

"Subcontract," as used in this clause, means a contract or contractual action entered into by a prime Contractor or subcontractor for the purpose of obtaining supplies, materials, equipment, or services of any kind under a prime contract.

"Subcontractor," as used in this clause, (1) means any person, other than the prime Contractor, who offers to furnish or furnishes any supplies, materials, equipment, or services of any kind under a prime contract or a subcontract entered into in connection with such prime contract, and (2) includes any person who offers to furnish or furnishes general supplies to the prime Contractor or a higher tier subcontractor.

"Subcontractor employee," as used in this clause, means any officer, partner, employee, or agent of a subcontractor.

(b) The Anti-Kickback Act of 1986 (41 U.S.C. 51-58) (the Act), prohibits any person from -

(1) Providing or attempting to provide or offering to provide any kickback;

(2) Soliciting, accepting, or attempting to accept any kickback; or

(3) Including, directly or indirectly, the amount of any kickback in the contract price charged by a prime Contractor to the United States or in the contract price charged by a subcontractor to a prime Contractor or higher tier subcontractor.

(c)(1) The Contractor shall have in place and follow reasonable procedures designed to prevent and detect possible violations described in paragraph (b) of this clause in its own operations and direct business relationships.

(2) When the Contractor has reasonable grounds to believe that a violation described in paragraph (b) of this clause may have occurred, the Contractor shall promptly report in writing the possible violation. Such reports shall be made to the inspector general of the contracting agency, the head of the contracting agency if the agency does not have an inspector general, or the Department of Justice.

(3) The Contractor shall cooperate fully with any Federal agency investigating a possible violation described in paragraph (b) of this clause.

(4) The Contracting Officer may (i) offset the amount of the kickback against any monies owed by the United States under the prime contract and/or (ii) direct that the Prime Contractor withhold, from sums owed a subcontractor under the prime contract, the amount of any kickback. The Contracting Officer may order the monies withheld under subdivision (c)(4)(ii) of this clause be paid over to the Government unless the Government has already offset those monies under subdivision (c)(4)(i) of this clause. In either case, the Prime Contractor shall notify the Contracting Officer when the monies are withheld.

(5) The Contractor agrees to incorporate the substance of this clause, including this subparagraph (c)(5) but excepting subparagraph (c)(1), in all subcontracts under this contract which exceed $150,000.

(End of clause)

W912EP-11-R-0042 00700-3

52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997)

(a) If the Government receives information that a contractor or a person has engaged in conduct constituting a violation of subsection (a), (b), (c), or (d) of Section 27 of the Office of Federal Procurement Policy Act (41 U.S.C. 423) (the Act), as amended by section 4304 of the 1996 National Defense Authorization Act for Fiscal Year 1996 (Pub. L. 104-106), the Government may--

(1) Cancel the solicitation, if the contract has not yet been awarded or issued; or

(2) Rescind the contract with respect to which--

(i) The Contractor or someone acting for the Contractor has been convicted for an offense where the conduct constitutes a violation of subsection 27(a) or (b) of the Act for the purpose of either--

(A) Exchanging the information covered by such subsections for anything of value; or

(B) Obtaining or giving anyone a competitive advantage in the award of a Federal agency procurement contract; or

(ii) The head of the contracting activity has determined, based upon a preponderance of the evidence, that the Contractor or someone acting for the Contractor has engaged in conduct constituting an offense punishable under subsections 27(e)(1) of the Act.

(b) If the Government rescinds the contract under paragraph (a) of this clause, the Government is entitled to recover, in addition to any penalty prescribed by law, the amount expended under the contract.

(c) The rights and remedies of the Government specified herein are not exclusive, and are in addition to any other rights and remedies provided by law, regulation, or under this contract.

(End of clause)

52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997)

(a) The Government, at its election, may reduce the price of a fixed-price type contract and the total cost and fee under a cost-type contract by the amount of profit or fee determined as set forth in paragraph (b) of this clause if the head of the contracting activity or designee determines that there was a violation of subsection 27 (a), (b), or (c) of the Office of Federal Procurement Policy Act, as amended (41 U.S.C. 423), as implemented in section 3.104 of the Federal Acquisition Regulation.

(b) The price or fee reduction referred to in paragraph (a) of this clause shall be--

(1) For cost-plus-fixed-fee contracts, the amount of the fee specified in the contract at the time of award;

(2) For cost-plus-incentive-fee contracts, the target fee specified in the contract at the time of award, notwithstanding any minimum fee or "fee floor" specified in the contract;

(3) For cost-plus-award-fee contracts--

(i) The base fee established in the contract at the time of contract award;

(ii) If no base fee is specified in the contract, 30 percent of the amount of each award fee otherwise payable to the Contractor for each award fee evaluation period or at each award fee determination point.

W912EP-11-R-0042 00700-4

(4) For fixed-price-incentive contracts, the Government may--

(i) Reduce the contract target price and contract target profit both by an amount equal to the initial target profit specified in the contract at the time of contract award; or

(ii) If an immediate adjustment to the contract target price and contract target profit would have a significant adverse impact on the incentive price revision relationship under the contract, or adversely affect the contract financing provisions, the Contracting Officer may defer such adjustment until establishment of the total final price of the contract. The total final price established in accordance with the incentive price revision provisions of the contract shall be reduced by an amount equal to the initial target profit specified in the contract at the time of contract award and such reduced price shall be the total final contract price.

(5) For firm-fixed-price contracts, by 10 percent of the initial contract price or a profit amount determined by the Contracting Officer from records or documents in existence prior to the date of the contract award.

(c) The Government may, at its election, reduce a prime contractor's price or fee in accordance with the procedures of paragraph (b) of this clause for violations of the Act by its subcontractors by an amount not to exceed the amount of profit or fee reflected in the subcontract at the time the subcontract was first definitively priced.

(d) In addition to the remedies in paragraphs (a) and (c) of this clause, the Government may terminate this contract for default. The rights and remedies of the Government specified herein are not exclusive, and are in addition to any other rights and remedies provided by law or under this contract.

(End of clause)

52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010)

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

Agency means executive agency as defined in Federal Acquisition Regulation (FAR) 2.101.

Covered Federal action means any of the following actions:

(1) Awarding any Federal contract.

(2) Making any Federal grant.

(3) Making any Federal loan.

(4) Entering into any cooperative agreement.

(5) Extending, continuing, renewing, amending, or modifying any Federal contract, grant, loan, or cooperative agreement.

Indian tribe and tribal organization have the meaning provided in section 4 of the Indian Self- Determination and Education Assistance Act (25 U.S.C. 450b) and include Alaskan Natives.

Influencing or attempting to influence means making, with the intent to influence, any communication to or appearance before an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any covered Federal action.

W912EP-11-R-0042 00700-5 Local government means a unit of government in a State and, if chartered, established, or otherwise recognized by a State for the performance of a governmental duty, including a local public authority, a special district, an intrastate district, a council of governments, a sponsor group representative organization, and any other instrumentality of a local government.

Officer or employee of an agency includes the following individuals who are employed by an agency:

(1) An individual who is appointed to a position in the Government under Title 5, United States Code, including a position under a temporary appointment.

(2) A member of the uniformed services, as defined in subsection 101(3), Title 37, United States Code.

(3) A special Government employee, as defined in section 202, Title 18, United States Code.

(4) An individual who is a member of a Federal advisory committee, as defined by the Federal Advisory Committee Act, Title 5, United States Code, appendix 2.

Person means an individual, corporation, company, association, authority, firm, partnership, society, State, and local government, regardless of whether such entity is operated for profit, or not for profit. This term excludes an Indian tribe, tribal organization, or any other Indian organization eligible to receive Federal contracts, grants, cooperative agreements, or loans from an agency, but only with respect to expenditures by such tribe or organization that are made for purposes specified in paragraph (b) of this clause and are permitted by other Federal law.

Reasonable compensation means, with respect to a regularly employed officer or employee of any person, compensation that is consistent with the normal compensation for such officer or employee for work that is not furnished to, not funded by, or not furnished in cooperation with the Federal Government.

Reasonable payment means, with respect to professional and other technical services, a payment in an amount that is consistent with the amount normally paid for such services in the private sector.

Recipient includes the Contractor and all subcontractors. This term excludes an Indian tribe, tribal organization, or any other Indian organization eligible to receive Federal contracts, grants, cooperative agreements, or loans from an agency, but only with respect to expenditures by such tribe or organization that are made for purposes specified in paragraph (b) of this clause and are permitted by other Federal law.

Regularly employed means, with respect to an officer or employee of a person requesting or receiving a Federal contract, an officer or employee who is employed by such person for at least 130 working days within 1 year immediately preceding the date of the submission that initiates agency consideration of such person for receipt of such contract. An officer or employee who is employed by such person for less than 130 working days within 1 year immediately preceding the date of the submission that initiates agency consideration of such person shall be considered to be regularly employed as soon as he or she is employed by such person for 130 working days.

State means a State of the United States, the District of Columbia, or an outlying area of the United States, an agency or instrumentality of a State, and multi-State, regional, or interstate entity having governmental duties and powers.

(b) Prohibition. 31 U.S.C. 1352 prohibits a recipient of a Federal contract, grant, loan, or cooperative agreement from using appropriated funds to pay any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any covered Federal actions. In accordance with 31 U.S.C. 1352, the Contractor shall not use appropriated funds to pay any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or

W912EP-11-R-0042 00700-6 employee of Congress, or an employee of a Member of Congress in connection with the award of this contractor the extension, continuation, renewal, amendment, or modification of this contract.

(1) The term appropriated funds does not include profit or fee from a covered Federal action.

(2) To the extent the Contractor can demonstrate that the Contractor has sufficient monies, other than Federal appropriated funds, the Government will assume that these other monies were spent for any influencing activities that would be unallowable if paid for with Federal appropriated funds.

(c) Exceptions. The prohibition in paragraph (b) of this clause does not apply under the following conditions:

(1) Agency and legislative liaison by Contractor employees.

(i) Payment of reasonable compensation made to an officer or employee of the Contractor if the payment is for agency and legislative liaison activities not directly related to this contract. For purposes of this paragraph, providing any information specifically requested by an agency or Congress is permitted at any time.

(ii) Participating with an agency in discussions that are not related to a specific solicitation for any covered Federal action, but that concern--

(A) The qualities and characteristics (including individual demonstrations) of the person's products or services, conditions or terms of sale, and service capabilities; or

(B) The application or adaptation of the person's products or services for an agency's use.

(iii) Providing prior to formal solicitation of any covered Federal action any information not specifically requested but necessary for an agency to make an informed decision about initiation of a covered Federal action;

(iv) Participating in technical discussions regarding the preparation of an unsolicited proposal prior to its official submission; and

(v) Making capability presentations prior to formal solicitation of any covered Federal action by persons seeking awards from an agency pursuant to the provisions of the Small Business Act, as amended by Pub.L. 95-507, and subsequent amendments.

(2) Professional and technical services. (i) A payment of reasonable compensation made to an officer or employee of a person requesting or receiving a covered Federal action or an extension, continuation, renewal, amendment, or modification of a covered Federal action, if payment is for professional or technical services rendered directly in the preparation, submission, or negotiation of any bid, proposal, or application for that Federal action or for meeting requirements imposed by or pursuant to law as a condition for receiving that Federal action.

(ii) Any reasonable payment to a person, other than an officer or employee of a person requesting or receiving a covered Federal action or an extension, continuation, renewal, amendment, or modification of a covered Federal action if the payment is for professional or technical services rendered directly in the preparation, submission, or negotiation of any bid, proposal, or application for that Federal action or for meeting requirements imposed by or pursuant to law as a condition for receiving that Federal action. Persons other than officers or employees of a person requesting or receiving a covered Federal action include consultants and trade associations.

(iii) As used in paragraph (c)(2) of this clause, ``professional and technical services'' are limited to advice and analysis directly applying any professional or technical discipline (for examples, see FAR 3.803(a)(2)(iii)).

W912EP-11-R-0042 00700-7

(iv) Requirements imposed by or pursuant to law as a condition for receiving a covered Federal award include those required by law or regulation and any other requirements in the actual award documents.

(3) Only those communications and services expressly authorized by paragraphs (c)(1) and (2) of this clause are permitted.

(d) Disclosure. (1) If the Contractor did not submit OMB Standard Form LLL, Disclosure of Lobbying Activities, with its offer, but registrants under the Lobbying Disclosure Act of 1995 have subsequently made a lobbying contact on behalf of the Contractor with respect to this contract, the Contractor shall complete and submit OMB Standard Form LLL to provide the name of the lobbying registrants, including the individuals performing the services.

(2) If the Contractor did submit OMB Standard Form LLL disclosure pursuant to paragraph (d) of the provision at FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, and a change occurs that affects Block 10 of the OMB Standard Form LLL (name and address of lobbying registrant or individuals performing services), the Contractor shall, at the end of the calendar quarter in which the change occurs, submit to the Contracting Officer within 30 days an updated disclosure using OMB Standard Form LLL.

(e) Penalties. (1) Any person who makes an expenditure prohibited under paragraph (b) of this clause or who fails to file or amend the disclosure to be filed or amended by paragraph (d) of this clause shall be subject to civil penalties as provided for by 31 U.S.C.1352. An imposition of a civil penalty does not prevent the Government from seeking any other remedy that may be applicable.

(2) Contractors may rely without liability on the representation made by their subcontractors in the certification and disclosure form.

(f) Cost allowability. Nothing in this clause makes allowable or reasonable any costs which would otherwise be unallowable or unreasonable. Conversely, costs made specifically unallowable by the requirements in this clause will not be made allowable under any other provision.

(g) Subcontracts. (1) The Contractor shall obtain a declaration, including the certification and disclosure in paragraphs (c) and (d) of the provision at FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, from each person requesting or receiving a subcontract exceeding $150,000 under this contract. The Contractor or subcontractor that awards the subcontract shall retain the declaration.

(2) A copy of each subcontractor disclosure form (but not certifications) shall be forwarded from tier to tier until received by the prime Contractor. The prime Contractor shall, at the end of the calendar quarter in which the disclosure form is submitted by the subcontractor, submit to the Contracting Officer within 30 days a copy of all disclosures. Each subcontractor certification shall be retained in the subcontract file of the awarding Contractor.

(3) The Contractor shall include the substance of this clause, including this paragraph (g), in any subcontract exceeding $150,000.

(End of clause)

52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (APR 2010)

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

Agent means any individual, including a director, an officer, an employee, or an independent Contractor, authorized to act on behalf of the organization.

W912EP-11-R-0042 00700-8

Full cooperation—

(1) Means disclosure to the Government of the information sufficient for law enforcement to identify the nature and extent of the offense and the individuals responsible for the conduct. It includes providing timely and complete response to Government auditors' and investigators' request for documents and access to employees with information;

(2) Does not foreclose any Contractor rights arising in law, the FAR, or the terms of the contract. It does not require--

(i) A Contractor to waive its attorney-client privilege or the protections afforded by the attorney work product doctrine; or

(ii) Any officer, director, owner, or employee of the Contractor, including a sole proprietor, to waive his or her attorney client privilege or Fifth Amendment rights; and

(3) Does not restrict a Contractor from--

(i) Conducting an internal investigation; or

(ii) Defending a proceeding or dispute arising under the contract or related to a potential or disclosed violation.

Principal 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).

Subcontract means any contract entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract.

Subcontractor means any supplier, distributor, vendor, or firm that furnished supplies or services to or for a prime contractor or another subcontractor.

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

(b) Code of business ethics and conduct. (1) Within 30 days after contract award, unless the Contracting Officer establishes a longer time period, the Contractor shall--

(i) Have a written code of business ethics and conduct;

(ii) Make a copy of the code available to each employee engaged in performance of the contract.

(2) The Contractor shall--

(i) Exercise due diligence to prevent and detect criminal conduct; and

(ii) Otherwise promote an organizational culture that encourages ethical conduct and a commitment to compliance with the law.

(3)(i) The Contractor shall timely disclose, in writing, to the agency Office of the Inspector General (OIG), with a copy to the Contracting Officer, whenever, in connection with the award, performance, or closeout of this contract or any subcontract thereunder, the Contractor has credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed--

W912EP-11-R-0042 00700-9 (A) A violation of Federal criminal law involving fraud, conflict of interest, bribery, or gratuity violations found in Title 18 of the United States Code; or

(B) A violation of the civil False Claims Act (31 U.S.C. 3729-3733).

(ii) The Government, to the extent permitted by law and regulation, will safeguard and treat information obtained pursuant to the Contractor's disclosure as confidential where the information has been marked “confidential” or “proprietary” by the company. To the extent permitted by law and regulation, such information will not be released by the Government to the public pursuant to a Freedom of Information Act request, 5 U.S.C. Section 552, without prior notification to the Contractor. The Government may transfer documents provided by the Contractor to any department or agency within the Executive Branch if the information relates to matters within the organization's jurisdiction.

(iii) If the violation relates to an order against a Governmentwide acquisition contract, a multi-agency contract, a multiple-award schedule contract such as the Federal Supply Schedule, or any other procurement instrument intended for use by multiple agencies, the Contractor shall notify the OIG of the ordering agency and the IG of the agency responsible for the basic contract.

(c) Business ethics awareness and compliance program and internal control system. This paragraph (c) does not apply if the Contractor has represented itself as a small business concern pursuant to the award of this contract or if this contract is for the acquisition of a commercial item as defined at FAR 2.101. The Contractor shall establish the following within 90 days after contract award, unless the Contracting Officer establishes a longer time period:

(1) An ongoing business ethics awareness and compliance program.

(i) This program shall include reasonable steps to communicate periodically and in a practical manner the Contractor's standards and procedures and other aspects of the Contractor's business ethics awareness and compliance program and internal control system, by conducting effective training programs and otherwise disseminating information appropriate to an individual's respective roles and responsibilities.

(ii) The training conducted under this program shall be provided to the Contractor's principals and employees, and as appropriate, the Contractor's agents and subcontractors.

(2) An internal control system.

(i) The Contractor's internal control system shall--

(A) Establish standards and procedures to facilitate timely discovery of improper conduct in connection with Government contracts; and

(B) Ensure corrective measures are promptly instituted and carried out.

(ii) At a minimum, the Contractor's internal control system shall provide for the following:

(A) Assignment of responsibility at a sufficiently high level and adequate resources to ensure effectiveness of the business ethics awareness and compliance program and internal control system.

(B) Reasonable efforts not to include an individual as a principal, whom due diligence would have exposed as having engaged in conduct that is in conflict with the Contractor's code of business ethics and conduct.

(C) Periodic reviews of company business practices, procedures, policies, and internal controls for compliance with the Contractor's code of business ethics and conduct and the special requirements of Government contracting, including--

W912EP-11-R-0042 00700-10 (1) Monitoring and auditing to detect criminal conduct;

(2) Periodic evaluation of the effectiveness of the business ethics awareness and compliance program and internal control system, especially if criminal conduct has been detected; and

(3) Periodic assessment of the risk of criminal conduct, with appropriate steps to design, implement, or modify the business ethics awareness and compliance program and the internal control system as necessary to reduce the risk of criminal conduct identified through this process.

(D) An internal reporting mechanism, such as a hotline, which allows for anonymity or confidentiality, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports.

(E) Disciplinary action for improper conduct or for failing to take reasonable steps to prevent or detect improper conduct.

(F) Timely disclosure, in writing, to the agency OIG, with a copy to the Contracting Officer, whenever, in connection with the award, performance, or closeout of any Government contract performed by the Contractor or a subcontractor thereunder, the Contractor has credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed a violation of Federal criminal law involving fraud, conflict of interest, bribery, or gratuity violations found in Title 18 U.S.C. or a violation of the civil False Claims Act (31 U.S.C. 3729-3733).

(1) If a violation relates to more than one Government contract, the Contractor may make the disclosure to the agency OIG and Contracting Officer responsible for the largest dollar value contract impacted by the violation.

(2) If the violation relates to an order against a Governmentwide acquisition contract, a multi-agency contract, a multiple-award schedule contract such as the Federal Supply Schedule, or any other procurement instrument intended for use by multiple agencies, the contractor shall notify the OIG of the ordering agency and the IG of the agency responsible for the basic contract, and the respective agencies' contracting officers.

(3) The disclosure requirement for an individual contract continues until at least 3 years after final payment on the contract.

(4) The Government will safeguard such disclosures in accordance with paragraph (b)(3)(ii) of this clause.

(G) Full cooperation with any Government agencies responsible for audits, investigations, or corrective actions.

(d) Subcontracts.

(1) The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts that have a value in excess of $5,000,000 and a performance period of more than 120 days.

(2) 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.

(End of clause)

52.203-14 DISPLAY OF HOTLINE POSTER(S) (DEC 2007) (CESAJ ADAPTATION)

W912EP-11-R-0042 00700-11 (a) Definition.

United States, as used in this clause, means the 50 States, the District of Columbia, and outlying areas.

(b) Display of fraud hotline poster(s). Except as provided in paragraph (c)--

(1) During contract performance in the United States, the Contractor shall prominently display in common work areas within business segments performing work under this contract and at contract work sites--

(i) Any agency fraud hotline poster or Department of Homeland Security (DHS) fraud hotline poster identified in paragraph (b)(3) of this clause; and

(ii) Any DHS fraud hotline poster subsequently identified by the Contracting Officer.

(2) 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 poster(s) at the website.

(3) Any required posters may be obtained as follows:

Poster(s) Obtain from

DoD Inspector General, ATTN: Defense Hotline, 400 Army Navy Drive, Washington, DC 22202-2884.

(Contracting Officer shall insert—

(i) Appropriate agency name(s) and/or title of applicable Department of Homeland Security fraud hotline poster); and

(ii) The website(s) or other contact information for obtaining the poster(s).)

(c) If the Contractor has implemented a business ethics and conduct awareness program, including a reporting mechanism, such as a hotline poster, then the Contractor need not display any agency fraud hotline posters as required in paragraph (b) of this clause, other than any required DHS posters.

(d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in all subcontracts that exceed $5,000,000, except when the subcontract--

(1) Is for the acquisition of a commercial item; or

(2) Is performed entirely outside the United States.

(End of clause)

52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000)

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

“Postconsumer material” means a material or finished product that has served its intended use and has been discarded for disposal or recovery, having completed its life as a consumer item. Postconsumer material is a part of the broader category of “recovered material.” For paper and paper products, postconsumer material means “postconsumer fiber” defined by the U.S. Environmental Protection Agency (EPA) as--

W912EP-11-R-0042 00700-12 (1) Paper, paperboard, and fibrous materials from retail stores, office buildings, homes, and so forth, after they have passed through their end-usage as a consumer item, including: used corrugated boxes; old newspapers; old magazines; mixed waste paper; tabulating cards; and used cordage; or

(2) All paper, paperboard, and fibrous materials that enter and are collected from municipal solid waste; but not

(3) Fiber derived from printers' over-runs, converters' scrap, and over-issue publications.

“Printed or copied double-sided” means printing or reproducing a document so that information is on both sides of a sheet of paper.

“Recovered material,” for paper and paper products, is defined by EPA in its Comprehensive Procurement Guideline as “recovered fiber” and means the following materials:

(1) Postconsumer fiber; and

(2) Manufacturing wastes such as--

(i) Dry paper and paperboard waste generated after completion of the papermaking process (that is, those manufacturing operations up to and including the cutting and trimming of the paper machine reel into smaller rolls or rough sheets) including: envelope cuttings, bindery trimmings, and other paper and paperboard waste resulting from printing, cutting, forming, and other converting operations; bag, box, and carton manufacturing wastes; and butt rolls, mill wrappers, and rejected unused stock; and

(ii) Repulped finished paper and paperboard from obsolete inventories of paper and paperboard manufacturers, merchants, wholesalers, dealers, printers, converters, or others.

(b) In accordance with Section 101 of Executive Order 13101 of September 14, 1998, Greening the Government through Waste Prevention, Recycling, and Federal Acquisition, the Contractor is encouraged to submit paper documents, such as offers, letters, or reports, that are printed or copied double-sided on recycled paper that meet minimum content standards specified in Section 505 of Executive Order 13101, when not using electronic commerce methods to submit information or data to the Government.

(c) If the Contractor cannot purchase high-speed copier paper, offset paper, forms bond, computer printout paper, carbonless paper, file folders, white wove envelopes, writing and office paper, book paper, cotton fiber paper, and cover stock meeting the 30 percent postconsumer material standard for use in submitting paper documents to the Government, it should use paper containing no less than 20 percent postconsumer material. This lesser standard should be used only when paper meeting the 30 percent postconsumer material standard is not obtainable at a reasonable price or does not meet reasonable performance standards.

(End of clause)

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2010)

(a) Definitions. As used in this clause:

Executive means officers, managing partners, or any other employees in management positions.

First-tier subcontract means a subcontract awarded directly by a Contractor to furnish supplies or services (including construction) for performance of a prime contract, but excludes supplier agreements with vendors, such as long-term arrangements for materials or supplies that would normally be applied to a Contractor's general and administrative expenses or indirect cost.

W912EP-11-R-0042 00700-13

Total compensation means the cash and noncash dollar value earned by the executive during the Contractor's preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)):

(1) Salary and bonus.

(2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments.

(3) Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees.

(4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans.

(5) Above-market earnings on deferred compensation which is not tax-qualified.

(6) Other compensation, if the aggregate value of all such other compensation (e.g., severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000.

(b) Section 2(d)(2) of the Federal Funding Accountability and Transparency Act of 2006 (Pub. L. 109- 282), as amended by section 6202 of the Government Funding Transparency Act of 2008 (Pub. L. 110- 252), requires the Contractor to report information on subcontract awards. The law requires all reported information be made public, therefore, the Contractor is responsible for notifying its subcontractors that the required information will be made public.

(c)(1) Unless otherwise directed by the contracting officer, by the end of the month following the month of award of a first-tier subcontract with a value of $25,000 or more, (and any modifications to these subcontracts that change previously reported data), the Contractor shall report the following information at http://www.fsrs.gov for each first-tier subcontract. (The Contractor shall follow the instructions at http://www.fsrs.gov to report the data.)

(i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor's parent company, if the subcontractor has a parent company.

(ii) Name of the subcontractor.

(iii) Amount of the subcontract award.

(iv) Date of the subcontract award.

(v) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract.

(vi) Subcontract number (the subcontract number assigned by the Contractor).

(vii) Subcontractor's physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district.

(viii) Subcontractor's primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district.

W912EP-11-R-0042 00700-14 (ix) The prime contract number, and order number if applicable.

(x) Awarding agency name and code.

(xi) Funding agency name and code.

(xii) Government contracting office code.

(xiii) Treasury account symbol (TAS) as reported in FPDS.

(xiv) The applicable North American Industry Classification System code (NAICS).

(2) By the end of the month following the month of a contract award, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for the Contractor's preceding completed fiscal year at http://www.ccr.gov, if--

(i) In the Contractor's preceding fiscal year, the Contractor received--

(A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and

(B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and

(ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.)

(3) Unless otherwise directed by the contracting officer, by the end of the month following the month of a first-tier subcontract with a value of $25,000 or more, and annually thereafter, the Contractor shall report the names and total compensation of each of the five most highly compensated executives for each first- tier subcontractor for the subcontractor's preceding completed fiscal year at http://www.fsrs.gov, if--

(i) In the subcontractor's preceding fiscal year, the subcontractor received--

(A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and

(B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and

(ii) The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.)

(d)(1) If the Contractor in the previous tax year had gross income, from all sources, under $300,000, the Contractor is exempt from the requirement to report subcontractor awards.

(2) If a subcontractor in the previous tax year had gross income from all sources under $300,000, the Contractor does not need to report awards to that subcontractor.

(e) Phase-in of reporting of subcontracts of $25,000 or more.

W912EP-11-R-0042 00700-15

(1) Until September 30, 2010, any newly awarded subcontract must be reported if the prime contract award amount was $20,000,000 or more.

(2) From October 1, 2010, until February 28, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $550,000 or more.

(3) Starting March 1, 2011, any newly awarded subcontract must be reported if the prime contract award amount was $25,000 or more.

(End of clause)

52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010)

(a) Definition. Commercially available off-the-shelf (COTS) item, as used in this clause--

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

(i) A commercial item (as defined in paragraph (1) of the definition in 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 section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products.

(b) The Government suspends or debars Contractors to protect the Government's interests. Other than a subcontract for a commercially available off-the-shelf item, the Contractor shall not enter into any subcontract, in excess of $30,000 with a Contractor that is debarred, suspended, or proposed for debarment by any executive agency unless there is a compelling reason to do so.

(c) The Contractor shall require each proposed subcontractor whose subcontract will exceed $30,000, other than a subcontractor providing a commercially available off-the-shelf item, to disclose to the Contractor, in writing, whether as of the time of award of the subcontract, the subcontractor, or its principals, is or is not debarred, suspended, or proposed for debarment by the Federal Government.

(d) A corporate officer or a designee of the Contractor shall notify the Contracting Officer, in writing, before entering into a subcontract with a party (other than a subcontractor providing a commercially available off-the-shelf item) that is debarred, suspended, or proposed for debarment (see FAR 9.404 for information on the Excluded Parties List System). The notice must include the following:

(e) Subcontracts. Unless this is a contract for the acquisition of commercial items, the Contractor shall include the requirements of this clause, including this paragraph (e) (appropriately modified for the identification of the parties), in each subcontract that--

(1) Exceeds $30,000 in value; and

(2) Is not a subcontract for commercially available off-the- shelf items.

(End of clause)

W912EP-11-R-0042 00700-16

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

The Contractor shall be required to (a) commence work under this contract within 30 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 270 calendar days (includes 30 days mobilization) after notice to proceed. The time stated for completion shall include final cleanup of the premises.

(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 $2,372.00 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)

52.211-13 TIME EXTENSIONS (SEP 2000)

Time extensions for contract changes will depend upon the extent, if any, by which the changes cause delay in the completion of the various elements of construction. The change order granting the time extension may provide that the contract completion date will be extended only for those specific elements related to the changed work and that the remaining contract completion dates for all other portions of the work will not be altered. The change order also may provide an equitable readjustment of liquidated damages under the new completion schedule.

(End of clause)

52.211-18 VARIATION IN ESTIMATED QUANTITY (APR 1984)

If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 15 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 115 percent or below 85 percent of the estimated quantity. If the quantity variation is such as to cause an increase in the time necessary for completion, the Contractor may request, in writing, an extension of time, to be received by the Contracting Officer within 10 days from the beginning of the delay, or within such further period as may be granted by the Contracting Officer before the date of final settlement of the contract. Upon the receipt of a written request for an extension, the Contracting Officer shall ascertain the facts and make an adjustment for extending the completion date as, in the judgment of the Contracting Officer, is justified.

(End of clause)

W912EP-11-R-0042 00700-17 52.215-2 AUDIT AND RECORDS--NEGOTIATION (OCT 2010)

(a) As used in this clause, "records" includes books, documents, accounting procedures and practices, and other data, regardless of type and regardless of whether such items are in written form, in the form of computer data, or in any other form.

(b) Examination of costs. If this is a cost-reimbursement, incentive, time-and-materials, labor-hour, or price redeterminable contract, or any combination of these, the Contractor shall maintain and the Contracting Officer, or an authorized representative of the Contracting Officer, shall have the right to examine and audit all records and other evidence sufficient to reflect properly all costs claimed to have been incurred or anticipated to be incurred directly or indirectly in performance of this contract. This right of examination shall include inspection at all reasonable times of the Contractor's plants, or parts of them, engaged in performing the contract.

(c) Certified cost or pricing data. If the Contractor has been required to submit certified cost or pricing data in connection with any pricing action relating to this contract, the Contracting Officer, or an authorized representative of the Contracting Officer, in order to evaluate the accuracy, completeness, and currency of the certified cost or pricing data, shall have the right to examine and audit all of the Contractor's records, including computations and projections, related to--

(1) The proposal for the contract, subcontract, or modification;

(2) The discussions conducted on the proposal(s), including those related to negotiating;

(3) Pricing of the contract, subcontract, or modification; or

(4) Performance of the contract, subcontract or modification.

(d) Comptroller General. (1) The Comptroller General of the United States, or an authorized representative, shall have access to and the right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract or a subcontract hereunder and to interview any current employee regarding such transactions.

(2) This paragraph may not be construed to require the Contractor or subcontractor to create or maintain any record that the Contractor or subcontractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e) Reports. If the Contractor is required to furnish cost, funding, or performance reports, the Contracting Officer or an authorized representative of the Contracting Officer shall have the right to examine and audit the supporting records and materials, for the purpose of evaluating (1) the effectiveness of the Contractor's policies and procedures to produce data compatible with the objectives of these reports and (2) the data reported.

(f) Availability. The Contractor shall make available at its office at all reasonable times the records, materials, and other evidence described in paragraphs (a), (b), (c), (d), and (e) of this clause, for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in Subpart 4.7, Contractor Records Retention, of the Federal Acquisition Regulation (FAR), or for any longer period required by statute or by other clauses of this contract. In addition--

(1) If this contract is completely or partially terminated, the Contractor shall make available the records relating to the work terminated until 3 years after any resulting final termination settlement; and

(2) The Contractor shall make available records relating to appeals under the Disputes clause or to litigation or the settlement of claims arising under or relating to this contract until such appeals, litigation, or claims are finally resolved.

W912EP-11-R-0042 00700-18

(g) The Contractor shall insert a clause containing all the terms of this clause, including this paragraph (g), in all subcontracts under this contract that exceed the simplified acquisition threshold, and--

(1) That are cost-reimbursement, incentive, time-and-materials, labor-hour, or price-redeterminable type or any combination of these;

(2) For which certified cost or pricing data are required; or

(3) That requires the subcontractor to furnish reports as discussed in paragraph (e) of this clause.

The clause may be altered only as necessary to identify properly the contracting parties and the Contracting Officer under the Government prime contract.

(End of clause)

52.215-11 PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA-- MODIFICATIONS (OCT 2010)

(a) This clause shall become operative only for any modification to this contract involving a pricing adjustment expected to exceed the threshold for submission of certified cost or pricing data at FAR 15.403-4, except that this clause does not apply to any modification if an exception under FAR 15.403-1 applies.

(b) If any price, including profit or fee, negotiated in connection with any modification under this clause, or any cost reimbursable under this contract, was increased by any significant amount because (1) the Contractor or a subcontractor furnished certified cost or pricing data that were not complete, accurate, and current as certified in its Certificate of Current Cost or Pricing Data, (2) a subcontractor or prospective subcontractor furnished the Contractor certified cost or pricing data that were not complete, accurate, and current as certified in the Contractor's Certificate of Current Cost or Pricing Data, or (3) any of these parties furnished data of any description that were not accurate, the price or cost shall be reduced accordingly and the contract shall be modified to reflect the reduction. This right to a price reduction is limited to that resulting from defects in data relating to modifications for which this clause becomes operative under paragraph (a) of this clause.

(c) Any reduction in the contract price under paragraph (b) of this clause due to defective data from a prospective subcontractor that was not subsequently awarded the subcontract shall be limited to the amount, plus applicable overhead and profit markup, by which (1) the actual subcontract or (2) the actual cost to the Contractor, if there was no subcontract, was less than the prospective subcontract cost estimate submitted by the Contractor; provided, that the actual subcontract price was not itself affected by defective certified cost or pricing data.

(1) The actual subcontract; or

(2) The actual cost to the Contractor, if there was no subcontract, was less than the prospective subcontract cost estimate submitted by the Contractor; provided, that the actual subcontract price was not itself affected by defective cost or pricing data.

(d)(1) If the Contracting Officer determines under paragraph (b) of this clause that a price or cost reduction should be made, the Contractor agrees not to raise the following matters as a defense:

(i) The Contractor or subcontractor was a sole source supplier or otherwise was in a superior bargaining position and thus the price of the contract would not have been modified even if accurate, complete, and current certified cost or pricing data had been submitted.

W912EP-11-R-0042 00700-19 (ii) The Contracting Officer should have known that the certified cost or pricing data in issue were defective even though the Contractor or subcontractor took no affirmative action to bring the character of the data to the attention of the Contracting Officer.

(iii) The contract was based on an agreement about the total cost of the contract and there was no agreement about the cost of each item procured under the contract.

(iv) The Contractor or subcontractor did not submit a Certificate of Current Cost or Pricing Data.

(2)(i) Except as prohibited by subdivision (d)(2)(ii) of this clause, an offset in an amount determined appropriate by the Contracting Officer based upon the facts shall be allowed against the amount of a contract price reduction if--

(A) The Contractor certifies to the Contracting Officer that, to the best of the Contractor's knowledge and belief, the Contractor is entitled to the offset in the amount requested; and

(B) The Contractor proves that the certified cost or pricing data were available before the “as of” date specified on its Certificate of Current Cost or Pricing Data, and that the data were not submitted before such date.

(ii) An offset shall not be allowed if--

(A) The understated data were known by the Contractor to be understated before the “as of” date specified on its Certificate of Current Cost or Pricing Data; or

(B) The Government proves that the facts demonstrate that the contract price would not have increased in the amount to be offset even if the available data had been submitted before the “as of” date specified on its Certificate of Current Cost or Pricing Data.

(e) If any reduction in the contract price under this clause reduces the price of items for which payment was made prior to the date of the modification reflecting the price reduction, the Contractor shall be liable to and shall pay the United States at the time such overpayment is repaid--

(1) Simple interest on the amount of such overpayment to be computed from the date(s) of overpayment to the Contractor to the date the Government is repaid by the Contractor at the applicable underpayment rate effective for each quarter prescribed by the Secretary of the Treasury under 26 U.S.C. 6621(a)(2); and

(2) A penalty equal to the amount of the overpayment, if the Contractor or subcontractor knowingly submitted certified cost or pricing data that were incomplete, inaccurate, or noncurrent.

(End of clause)

52.215-13 SUBCONTRACTOR CERTIFIED COST OR PRICING DATA--MODIFICATIONS (OCT 2010)

(a) The requirements of paragraphs (b) and (c) of this clause shall--

(1) Become operative only for any modification to this contract involving a pricing adjustment expected to exceed the threshold for submission of certified cost or pricing data at FAR 15.403-4; and

(2) Be limited to such modifications.

(b) Before awarding any subcontract expected to exceed the threshold for submission of certified cost or pricing data at FAR 15.403-4, on the date of agreement on price or the date of award, whichever is later;

W912EP-11-R-0042 00700-20 or before pricing any subcontract modification involving a pricing adjustment expected to exceed the threshold for submission of certified cost or pricing data at FAR 15.403-4, the Contractor shall require the subcontractor to submit certified cost or pricing data (actually or by specific identification in writing), in accordance with FAR 15.408, Table 15-2 (to include any information reasonably required to explain the subcontractor's estimating process such as the judgmental factors applied and the mathematical or other methods used in the estimate, including those used in projecting from known data, and the nature and amount of any contingencies included in the price), unless an exception under FAR 15.403-1 applies.

(c) The Contractor shall require the subcontractor to certify in substantially the form prescribed in FAR 15.406-2 that, to the best of its knowledge and belief, the data submitted under paragraph (b) of this clause were accurate, complete, and current as of the date of agreement on the negotiated price of the subcontract or subcontract modification.

(d) The Contractor shall insert the substance of this clause, including this paragraph (d), in each subcontract that exceeds the threshold for submission of certified cost or pricing data at FAR 15.403-4 on the date of agreement on price or the date of award, whichever is later.

(End of clause)

52.215-21 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA OR INFORMATION OTHER THAN CERTIFIED COST OR PRICING DATA--MODIFICATIONS (OCT 2010)

(a) Exceptions from certified cost or pricing data.

(1) In lieu of submitting certified cost or pricing data for modifications under this contract, for price adjustments expected to exceed the threshold set forth at FAR 15.403-4 on the date of the agreement on price or the date of the award, whichever is later, the Contractor may submit a written request for exception by submitting the information described in the following subparagraphs. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted, and whether the price is fair and reasonable--

(i) Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a governmental body, attach a copy of the controlling document, unless it was previously submitted to the contracting office.

(ii) Information on modifications of contracts or subcontracts for commercial items.

(A) If--

(1) The original contract or subcontract was granted an exception from certified cost or pricing data requirements because the price agreed upon was based on adequate price competition or prices set by law or regulation, or was a contract or subcontract for the acquisition of a commercial item; and

(2) The modification (to the contract or subcontract) is not exempted based on one of these exceptions, then the Contractor may provide information to establish that the modification would not change the contract or subcontract from a contract or subcontract for the acquisition of a commercial item to a contract or subcontract for the acquisition of an item other than a commercial item.

(B) For a commercial item exception, the Contractor shall provide, at a minimum, information on prices at which the same item or similar items have previously been sold that is adequate for evaluating the reasonableness of the price of the modification. Such information may include--

(1) For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is

W912EP-11-R-0042 00700-21 being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities.

(2) For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market.

(3) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item.

(2) The Contractor grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this clause, and the reasonableness of price. For items priced using catalog or market prices, or law or regulation , access does not extend to cost or profit information or other data relevant solely to the Contractor's determination of the prices to be offered in the catalog or marketplace.

(b) Requirements for certified cost or pricing data. If the Contractor is not granted an exception from the requirement to submit certified cost or pricing data, the following applies:

(1) The Contractor shall submit certified cost or pricing data, data other than certified cost or pricing data, and supporting attachments in accordance with the instructions contained in Table 15-2 of FAR 15.408, which is incorporated by reference with the same force and effect as though it were inserted here in full text. The instructions in Table 15-2 are incorporated as a mandatory format to be used in this contract, unless the Contracting Officer and the Contractor agree to a different format and change this clause to use Alternate I.

As soon as practicable after agreement on price, but before award (except for unpriced actions), the Contractor shall submit a Certificate of Current Cost or Pricing Data, as prescribed by FAR 15.406-2.

(End of clause)

52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003)

(a) Definition.

"Small business concern," as used in this clause, 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 size standards in this solicitation.

(b) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.

(2) Any award resulting from this solicitation will be made to a small business concern.

(c) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.

(End of clause)

W912EP-11-R-0042 00700-22

52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (JAN 2011)

(a) It is the policy of the United States that small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns shall have the maximum practicable opportunity to participate in performing contracts let by any Federal agency, including contracts and subcontracts for subsystems, assemblies, components, and related services for major systems. It is further the policy of the United States that its prime contractors establish procedures to ensure the timely payment of amounts due pursuant to the terms of their subcontracts with small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns.

(b) The Contractor hereby agrees to carry out this policy in the awarding of subcontracts to the fullest extent consistent with efficient contract performance. The Contractor further agrees to cooperate in any studies or surveys as may be conducted by the United States Small Business Administration or the awarding agency of the United States as may be necessary to determine the extent of the Contractor's compliance with this clause.

(c) Definitions. As used in this contract--

HUBZone small business concern means a small business concern that appears on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration.

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 means a small business as defined pursuant to Section 3 of the Small Business Act and relevant regulations promulgated pursuant thereto.

Small disadvantaged business concern means a small business concern that represents, as part of its offer that--

(1)(i) It has received certification as a small disadvantaged business concern consistent with 13 CFR part 124, subpart B;

(ii) No material change in disadvantaged ownership and control has occurred since its certification;

(iii) Where the concern is owned by one or more individuals, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and

W912EP-11-R-0042 00700-23 (iv) It is identified, on the date of its representation, as a certified small disadvantaged business in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, or

(2) It represents in writing that it qualifies as a small disadvantaged business (SDB) for any Federal subcontracting program, and believes in good faith that it is owned and controlled by one or more socially and economically disadvantaged individuals and meets the SDB eligibility criteria of 13 CFR 124.1002.

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.

(d)(1) Contractors acting in good faith may rely on written representations by their subcontractors regarding their status as a small business concern, a veteran-owned small business concern, a service- disabled veteran-owned small business concern, a small disadvantaged business concern, or a women- owned small business concern.

(2) The Contractor shall confirm that a subcontractor representing itself as a HUBZone small business concern is certified by SBA as a HUBZone small business concern by accessing the Central Contractor Registration (CCR) database or by contacting the SBA. Options for contacting the SBA include--

(i) HUBZone small business database search application Web page at http://dsbs.sba.gov/dsbs/search/dsp_searchhubzone.cfm; or http://www.sba.gov/hubzone;

(ii) In writing to the Director/HUB, U.S. Small Business Administration, 409 3rd Street, SW., Washington DC 20416; or

(iii) The SBA HUBZone Help Desk at [email protected].

(End of clause)

52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996) (CESAJ ADAPTATION)

(a) This clause does not apply to the unrestricted portion of a partial set-aside.

(b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for--

(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.

(2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.

W912EP-11-R-0042 00700-24

(3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.

(4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.

Note concerning dredging: To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.

(End of clause)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009)

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

Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.

Small business concern 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 (c) of this clause. Such a concern is ``not dominant in its field of operation'' when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.

(3) For long-term contracts--

(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/.

W912EP-11-R-0042 00700-25 (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:

The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 237990 - assigned to contract number W912EP-11-C-00XX.

(Contractor to sign and date and insert authorized signer's name and title).

(End of clause)

52.222-3 CONVICT LABOR (JUN 2003)

(a) Except as provided in paragraph (b) of this clause, the Contractor shall not employ in the performance of this contract any person undergoing a sentence of imprisonment imposed by any court of a State, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, or the U.S. Virgin Islands.

(b) The Contractor is not prohibited from employing persons--

(1) On parole or probation to work at paid employment during the term of their sentence;

(2) Who have been pardoned or who have served their terms; or

(3) Confined for violation of the laws of any of the States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, or the U.S. Virgin Islands who are authorized to work at paid employment in the community under the laws of such jurisdiction, if--

(i) The worker is paid or is in an approved work training program on a voluntary basis;

(ii) Representatives of local union central bodies or similar labor union organizations have been consulted;

(iii) Such paid employment will not result in the displacement of employed workers, or be applied in skills, crafts, or trades in which there is a surplus of available gainful labor in the locality, or impair existing contracts for services;

(iv) The rates of pay and other conditions of employment will not be less than those paid or provided for work of a similar nature in the locality in which the work is being performed; and

W912EP-11-R-0042 00700-26 (v) The Attorney General of the United States has certified that the work-release laws or regulations of the jurisdiction involved are in conformity with the requirements of Executive Order 11755, as amended by Executive Orders 12608 and 12943.

(End of clause)

52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT - OVERTIME COMPENSATION. (JUL 2005)

(a) Overtime requirements. No Contractor or subcontractor employing laborers or mechanics (see Federal Acquisition Regulation 22.300) shall require or permit them to work over 40 hours in any workweek unless they are paid at least 1 and 1/2 times the basic rate of pay for each hour worked over 40 hours.

(b) Violation; liability for unpaid wages; liquidated damages. The responsible Contractor and subcontractor are liable for unpaid wages if they violate the terms in paragraph (a) of this clause. In addition, the Contractor and subcontractor are liable for liquidated damages payable to the Government. The Contracting Officer will assess liquidated damages at the rate of $10 per affected employee for each calendar day on which the employer required or permitted the employee to work in excess of the standard workweek of 40 hours without paying overtime wages required by the Contract Work Hours and Safety Standards Act.

(c) Withholding for unpaid wages and liquidated damages. The Contracting Officer will withhold from payments due under the contract sufficient funds required to satisfy any Contractor or subcontractor liabilities for unpaid wages and liquidated damages. If amounts withheld under the contract are insufficient to satisfy Contractor or subcontractor liabilities, the Contracting Officer will withhold payments from other Federal or Federally assisted contracts held by the same Contractor that are subject to the Contract Work Hours and Safety Standards Act.

(d) Payrolls and basic records.

(1) The Contractor and its subcontractors shall maintain payrolls and basic payroll records for all laborers and mechanics working on the contract during the contract and shall make them available to the Government until 3 years after contract completion. The records shall contain the name and address of each employee, social security number, labor classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. The records need not duplicate those required for construction work by Department of Labor regulations at 29 CFR 5.5(a)(3) implementing the Davis-Bacon Act.

(2) The Contractor and its subcontractors shall allow authorized representatives of the Contracting Officer or the Department of Labor to inspect, copy, or transcribe records maintained under paragraph (d)(1) of this clause. The Contractor or subcontractor also shall allow authorized representatives of the Contracting Officer or Department of Labor to interview employees in the workplace during working hours.

(e) Subcontracts. The Contractor shall insert the provisions set forth in paragraphs (a) through (d) of this clause in subcontracts that may require or involve the employment of laborers and mechanics and require subcontractors to include these provisions in any such lower tier subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower-tier subcontractor with the provisions set forth in paragraphs (a) through (d) of this clause.

(End of clause)

52.222-6 DAVIS-BACON ACT (JUL 2005)

W912EP-11-R-0042 00700-27

(a) Definition.--Site of the work –

(1) Means--

(i) The primary site of the work. The physical place or places where the construction called for in the contract will remain when work on it is completed; and

(ii) The secondary site of the work, if any. Any other site where a significant portion of the building or work is constructed, provided that such site is--

(A) Located in the United States; and

(B) Established specifically for the performance of the contract or project;

(2) Except as provided in paragraph (3) of this definition, includes any fabrication plants, mobile factories, batch plants, borrow pits, job headquarters, tool yards, etc., provided--

(i) They are dedicated exclusively, or nearly so, to performance of the contract or project; and

(ii) They are adjacent or virtually adjacent to the ``primary site of the work'' as defined in paragraph (a)(1)(i), or the ``secondary site of the work'' as defined in paragraph (a)(1)(ii) of this definition;

(3) Does not include permanent home offices, branch plant establishments, fabrication plants, or tool yards of a Contractor or subcontractor whose locations and continuance in operation are determined wholly without regard to a particular Federal contract or project. In addition, fabrication plants, batch plants, borrow pits, job headquarters, yards, etc., of a commercial or material supplier which are established by a supplier of materials for the project before opening of bids and not on the Project site, are not included in the ``site of the work.'' Such permanent, previously established facilities are not a part of the ``site of the work'' even if the operations for a period of time may be dedicated exclusively or nearly so, to the performance of a contract.

(b)(1) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, or as may be incorporated for a secondary site of the work, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Any wage determination incorporated for a secondary site of the work shall be effective from the first day on which work under the contract was performed at that site and shall be incorporated without any adjustment in contract price or estimated cost. Laborers employed by the construction Contractor or construction subcontractor that are transporting portions of the building or work between the secondary site of the work and the primary site of the work shall be paid in accordance with the wage determination applicable to the primary site of the work.

(2) Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (e) of this clause; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such period. (3) Such laborers and mechanics shall be paid not less than the appropriate wage rate and fringe benefits in the wage determination for the classification of work actually performed, without regard to skill,

W912EP-11-R-0042 00700-28 except as provided in the clause entitled Apprentices and Trainees. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed.

(4) The wage determination (including any additional classifications and wage rates conformed under paragraph (c) of this clause) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the primary site of the work and the secondary site of the work, if any, in a prominent and accessible place where it can be easily seen by the workers.

(c)(1) The Contracting Officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The Contracting Officer shall approve an additional classification and wage rate and fringe benefits therefor only when all the following criteria have been met:

(i) The work to be performed by the classification requested is not performed by a classification in the wage determination.

(ii) The classification is utilized in the area by the construction industry.

(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(iv) With respect to helpers, such a classification prevails in the area in which the work is performed

(2) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Contracting Officer agree on the classification and wage rate (including the amount designated for fringe benefits, where appropriate), a report of the action taken shall be sent by the Contracting Officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator or an authorized representative will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the Contracting Officer or will notify the Contracting Officer within the 30-day period that additional time is necessary.

(3) In the event the Contractor, the laborers or mechanics to be employed in the classification, or their representatives, and the Contracting Officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the Contracting Officer shall refer the questions, including the views of all interested parties and the recommendation of the Contracting Officer, to the Administrator of the Wage and Hour Division for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advice the Contracting Officer or will notify the Contracting Officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits, where appropriate) determined pursuant to subparagraphs (c)(2) and (c)(3) of this clause shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

(d) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

(e) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program; provided, That the Secretary of Labor has

W912EP-11-R-0042 00700-29 found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

(End of clause)

52.222-7 WITHHOLDING OF FUNDS (FEB 1988)

The Contracting Officer shall, upon his or her own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same Prime Contractor, or any other Federally assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same Prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the Contracting Officer may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

(End of clause)

52.222-8 PAYROLLS AND BASIC RECORDS (JUN 2010)

(a) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of 3 years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid. Whenever the Secretary of Labor has found, under paragraph (d) of the clause entitled Davis-Bacon Act, that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

(b)(1) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Contracting Officer. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph(a) of this clause, except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be obtained from the U.S. Department of Labor Wage and Hour Division website at http://www.dol.gov/whd/forms/wh347.pdf. The Prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Contracting Officer, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a Prime Contractor to require a

W912EP-11-R-0042 00700-30 subcontractor to provide addresses and social security numbers to the Prime Contractor for its own records, without weekly submission to the Contracting Officer.

(2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify--

(i) That the payroll for the payroll period contains the information required to be maintained under paragraph (a) of this clause and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR Part 3; and

(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph (b)(2) of this clause.

(4) The falsification of any of the certifications in this clause may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 3729 of Title 31 of the United States Code.

(c) The Contractor or subcontractor shall make the records required under paragraph (a) of this clause available for inspection, copying, or transcription by the Contracting Officer or authorized representatives of the Contracting Officer or the Department of Labor. The Contractor or subcontractor shall permit the Contracting Officer or representatives of the Contracting Officer or the Department of Labor to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit required records or to make them available, the Contracting Officer may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

(End of clause)

52.222-9 APPRENTICES AND TRAINEES (JUL 2005)

(a) Apprentices. (1) An apprentice will be permitted to work at less than the predetermined rate for the work performed when employed--

(i) Pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer, and Labor Services (OATELS) or with a State Apprenticeship Agency recognized by the OATELS; or

(ii) In the first 90 days of probationary employment as an apprentice in such an apprenticeship program, even though not individually registered in the program, if certified by the OATELS or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

W912EP-11-R-0042 00700-31 (2) The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program.

(3) Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated in paragraph (a)(1) of this clause, shall be paid not less than the applicable wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

(4) Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination.

(5) Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

(6) In the event OATELS, or a State Apprenticeship Agency recognized by OATELS, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(b) Trainees.

(1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer, and Labor Services (OATELS). The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by OATELS.

(2) Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed in the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate in the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the OATELS shall be paid not less than the applicable wage rate in the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate in the wage determination for the work actually performed.

(3) In the event OATELS withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

(c) Equal employment opportunity. The utilization of apprentices, trainees, and journeymen under this clause shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30.

W912EP-11-R-0042 00700-32

(End of clause)

52.222-10 COMPLIANCE WITH COPELAND ACT REQUIREMENTS (FEB 1988)

The Contractor shall comply with the requirements of 29 CFR Part 3, which are hereby incorporated by reference in this contract.

(End of clause)

52.222-11 SUBCONTRACTS (LABOR STANDARDS) (JUL 2005)

(a) Definition. Construction, alteration or repair, as used in this clause, means all types of work done by laborers and mechanics employed by the construction Contractor or construction subcontractor on a particular building or work at the site thereof, including without limitation--

(1) Altering, remodeling, installation (if appropriate) on the site of the work of items fabricated off-site;

(2) Painting and decorating;

(3) Manufacturing or furnishing of materials, articles, supplies, or equipment on the site of the building or work;

(4) Transportation of materials and supplies between the site of the work within the meaning of paragraphs (a)(1)(i) and (ii) of the ``site of the work'' as defined in the FAR clause at 52.222-6, Davis- Bacon Act of this contract, and a facility which is dedicated to the construction of the building or work and is deemed part of the site of the work within the meaning of paragraph (2) of the ``site of work'' definition; and

(5) Transportation of portions of the building or work between a secondary site where a significant portion of the building or work is constructed, which is part of the ``site of the work'' definition in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Davis-Bacon Act, and the physical place or places where the building or work will remain (paragraph (a)(1)(i) of the FAR clause at 52.222-6, in the ``site of the work'' definition).

(b) The Contractor shall insert in any subcontracts for construction, alterations and repairs within the United States the clauses entitled--

(1) Davis-Bacon Act;

(2) Contract Work Hours and Safety Standards Act--Overtime Compensation (if the clause is included in this contract);

(3) Apprentices and Trainees;

(4) Payrolls and Basic Records;

(5) Compliance with Copeland Act Requirements;

(6) Withholding of Funds;

(7) Subcontracts (Labor Standards);

(8) Contract Termination--Debarment;

W912EP-11-R-0042 00700-33

(9) Disputes Concerning Labor Standards;

(10) Compliance with Davis-Bacon and Related Act Regulations; and

(11) Certification of Eligibility.

(c) The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor performing construction within the United States with all the contract clauses cited in paragraph (b).

(d)(1) Within 14 days after award of the contract, the Contractor shall deliver to the Contracting Officer a completed Standard Form (SF) 1413, Statement and Acknowledgment, for each subcontract for construction within the United States, including the subcontractor's signed and dated acknowledgment that the clauses set forth in paragraph (b) of this clause have been included in the subcontract.

(2) Within 14 days after the award of any subsequently awarded subcontract the Contractor shall deliver to the Contracting Officer an updated completed SF 1413 for such additional subcontract.

(e) The Contractor shall insert the substance of this clause, including this paragraph (e) in all subcontracts for construction within the United States.

(End of clause)

52.222-12 CONTRACT TERMINATION--DEBARMENT (FEB 1988)

A breach of the contract clauses entitled Davis-Bacon Act, Contract Work Hours and Safety Standards Act--Overtime Compensation, Apprentices and Trainees, Payrolls and Basic Records, Compliance with Copeland Act Requirements, Subcontracts (Labor Standards), Compliance with Davis-Bacon and Related Act Regulations, or Certification of Eligibility may be grounds for termination of the contract, and for debarment as a Contractor and subcontractor as provided in 29 CFR 5.12.

(End of clause)

52.222-13 COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REGULATIONS (FEB 1988)

All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are hereby incorporated by reference in this contract.

(End of clause)

52.222-14 DISPUTES CONCERNING LABOR STANDARDS (FEB 1988)

The United States Department of Labor has set forth in 29 CFR Parts 5, 6, and 7 procedures for resolving disputes concerning labor standards requirements. Such disputes shall be resolved in accordance with those procedures and not the Disputes clause of this contract. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

(End of clause)

52.222-15 CERTIFICATION OF ELIGIBILITY (FEB 1988)

W912EP-11-R-0042 00700-34

(a) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(b) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(c) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

(End of clause)

52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999)

(a) Segregated facilities, as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national because of written or oral policies or employee custom. The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes.

(b) The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract.

(c) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this contract.

(End of clause)

52.222-26 EQUAL OPPORTUNITY (MAR 2007)

(a) Definition. United States, as used in this clause, 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, 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.

W912EP-11-R-0042 00700-35 (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, 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, or national origin.

(5) 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.

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

(7) 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.

(8) 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.

(9) 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.

(10) 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.

(11) The Contractor shall take such action with respect to any subcontract or purchase order as the contracting officer 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.

(c) Notwithstanding any other clause in this contract, disputes relative to this clause will be governed by

W912EP-11-R-0042 00700-36 the procedures in 41 CFR 60-1.1.

(End of clause)

52.222-27 AFFIRMATIVE ACTION COMPLIANCE REQUIREMENTS FOR CONSTRUCTION (FEB 1999)

(a) Definitions. "Covered area," as used in this clause, means the geographical area described in the solicitation for this contract.

"Deputy Assistant Secretary," as used in this clause, means Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, or a designee.

"Employer's identification number," as used in this clause, means the Federal Social Security number used on the employer's quarterly federal tax return, U.S. Treasury Department Form 941.

"Minority," as used in this clause, means--

(1) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

(2) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands);

(3) Black (all persons having origins in any of the black African racial groups not of Hispanic origin); and

(4) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin, regardless of race).

(b) If the Contractor, or a subcontractor at any tier, subcontracts a portion of the work involving any construction trade, each such subcontract in excess of $10,000 shall include this clause and the Notice containing the goals for minority and female participation stated in the solicitation for this contract.

(c) If the Contractor is participating in a Hometown Plan (41 CFR 60-4) approved by the U.S. Department of Labor in a covered area, either individually or through an association, its affirmative action obligations on all work in the plan area (including goals) shall comply with the plan for those trades that have unions participating in the plan. Contractors must be able to demonstrate participation in, and compliance with, the provisions of the plan. Each Contractor or subcontractor participating in an approved plan is also required to comply with its obligations under the Equal Opportunity clause, and to make a good faith effort to achieve each goal under the plan in each trade in which it has employees. The overall good-faith performance by other Contractors or subcontractors toward a goal in an approved plan does not excuse any Contractor's or subcontractor's failure to make good-faith efforts to achieve the plan's goals.

(d) The Contractor shall implement the affirmative action procedures in subparagraphs (g)(1) through (16) of this clause. The goals stated in the solicitation for this contract are expressed as percentages of the total hours of employment and training of minority and female utilization that the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for the geographical area where that work is actually performed. The Contractor is expected to make substantially uniform progress toward its goals in each craft.

(e) Neither the terms and conditions of any collective bargaining agreement, nor the failure by a union with which the Contractor has a collective bargaining agreement, to refer minorities or women shall excuse the Contractor's obligations under this clause, Executive Order 11246, as amended, or the

W912EP-11-R-0042 00700-37 regulations thereunder.

(f) In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor.

(g) The Contractor shall take affirmative action to ensure equal employment opportunity. The evaluation of the Contractor's compliance with this clause shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and implement affirmative action steps at least as extensive as the following:

(1) Ensure a working environment free of harassment, intimidation, and coercion at all sites and in all facilities where the Contractor's employees are assigned to work. The Contractor, if possible, will assign two or more women to each construction project. The Contractor shall ensure that foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at these sites or facilities.

(2) Establish and maintain a current list of sources for minority and female recruitment. Provide written notification to minority and female recruitment sources and community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses.

(3) Establish and maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant, referrals of minorities or females from unions, recruitment sources, or community organizations, and the action taken with respect to each individual. If an individual was sent to the union hiring hall for referral and not referred back to the Contractor by the union or, if referred back, not employed by the Contractor, this shall be documented in the file, along with whatever additional actions the Contractor may have taken.

(4) Immediately notify the Deputy Assistant Secretary when the union or unions with which the Contractor has a collective bargaining agreement has not referred back to the Contractor a minority or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations.

(5) Develop on-the-job training opportunities and/or participate in training programs for the area that expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under subparagraph (g)(2) of this clause.

(6) Disseminate the Contractor's equal employment policy by--

(i) Providing notice of the policy to unions and to training, recruitment, and outreach programs, and requesting their cooperation in assisting the Contractor in meeting its contract obligations;

(ii) Including the policy in any policy manual and in collective bargaining agreements;

(iii) Publicizing the policy in the company newspaper, annual report, etc.;

(iv) Reviewing the policy with all management personnel and with all minority and female employees at least once a year; and

W912EP-11-R-0042 00700-38 (v) Posting the policy on bulletin boards accessible to employees at each location where construction work is performed.

(7) Review, at least annually, the Contractor's equal employment policy and affirmative action obligations with all employees having responsibility for hiring, assignment, layoff, termination, or other employment decisions. Conduct review of this policy with all on-site supervisory personnel before initiating construction work at a job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

(8) Disseminate the Contractor's equal employment policy externally by including it in any advertising in the news media, specifically including minority and female news media. Provide written notification to, and discuss this policy with, other Contractors and subcontractors with which the Contractor does or anticipates doing business.

(9) Direct recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students, and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than 1 month before the date for acceptance of applications for apprenticeship or training by any recruitment source, send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

(10) Encourage present minority and female employees to recruit minority persons and women. Where reasonable, provide after-school, summer, and vacation employment to minority and female youth both on the site and in other areas of the Contractor's workforce.

(11) Validate all tests and other selection requirements where required under 41 CFR 60-3.

(12) Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities. Encourage these employees to seek or to prepare for, through appropriate training, etc., opportunities for promotion.

(13) Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the Contractor's obligations under this contract are being carried out.

(14) Ensure that all facilities and company activities are nonsegregated except that separate or single- user rest rooms and necessary dressing or sleeping areas shall be provided to assure privacy between the sexes.

(15) Maintain a record of solicitations for subcontracts for minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

(16) Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's equal employment policy and affirmative action obligations.

(h) The Contractor is encouraged to participate in voluntary associations that may assist in fulfilling one or more of the affirmative action obligations contained in subparagraphs (g)(1) through (16) of this clause. The efforts of a contractor association, joint contractor-union, contractor-community, or similar group of which the contractor is a member and participant may be asserted as fulfilling one or more of its obligations under subparagraphs (g)(1) through (16) of this clause, provided the Contractor--

(1) Actively participates in the group;

(2) Makes every effort to ensure that the group has a positive impact on the employment of minorities and

W912EP-11-R-0042 00700-39 women in the industry;

(3) Ensures that concrete benefits of the program are reflected in the Contractor's minority and female workforce participation;

(4) Makes a good-faith effort to meet its individual goals and timetables; and

(5) Can provide access to documentation that demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply is the Contractor's, and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance.

(i) A single goal for minorities and a separate single goal for women shall be established. The Contractor is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, the Contractor may be in violation of Executive Order 11246, as amended, if a particular group is employed in a substantially disparate manner.

(j) The Contractor shall not use goals or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin.

(k) The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts under Executive Order 11246, as amended.

(l) The Contractor shall carry out such sanctions and penalties for violation of this clause and of the Equal Opportunity clause, including suspension, termination, and cancellation of existing subcontracts, as may be imposed or ordered under Executive Order 11246, as amended, and its implementing regulations, by the OFCCP. Any failure to carry out these sanctions and penalties as ordered shall be a violation of this clause and Executive Order 11246, as amended.

(m) The Contractor in fulfilling its obligations under this clause shall implement affirmative action procedures at least as extensive as those prescribed in paragraph (g) of this clause, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of Executive Order 11246, as amended, the implementing regulations, or this clause, the Deputy Assistant Secretary shall take action as prescribed in 41 CFR 60-4.8.

(n) The Contractor shall designate a responsible official to--

(1) Monitor all employment-related activity to ensure that the Contractor's equal employment policy is being carried out;

(2) Submit reports as may be required by the Government; and

(3) Keep records that shall at least include for each employee the name, address, telephone number, construction trade, union affiliation (if any), employee identification number, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, separate records are not required to be maintained.

Nothing contained herein shall be construed as a limitation upon the application of other laws that establish different standards of compliance or upon the requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

(End of clause)

W912EP-11-R-0042 00700-40

52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2010)

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

All employment openings means all positions except executive and senior management, those positions that will be filled from within the Contractor's organization, and positions lasting 3 days or less. This term includes full-time employment, temporary employment of more than 3 days duration, and part-time employment.

Armed Forces service medal veteran means any veteran who, while serving on active duty in the U.S. military, ground, naval, or air service, participated in a United States military operation for which an Armed Forces service medal was awarded pursuant to Executive Order 12985 (61 FR 1209).

Disabled veteran means--

(1) A veteran of the U.S. military, ground, naval, or air service, who is entitled to compensation (or who but for the receipt of military retired pay would be entitled to compensation) under laws administered by the Secretary of Veterans Affairs; or

(2) A person who was discharged or released from active duty because of a service-connected disability.

Executive and senior management means—

(1) Any employee--

(i) Compensated on a salary basis at a rate of not less than $455 per week (or $380 per week, if employed in American Samoa by employers other than the Federal Government), exclusive of board, lodging or other facilities;

(ii) Whose primary duty consists of the management of the enterprise in which the individual is employed or of a customarily recognized department or subdivision thereof;

(iii) Who customarily and regularly directs the work of two or more other employees; and

(iv) Who has the authority to hire or fire other employees or whose suggestions and recommendations as to the hiring or firing and as to the advancement and promotion or any other change of status of other employees will be given particular weight; or

(2) Any employee who owns at least a bona fide 20-percent equity interest in the enterprise in which the employee is employed, regardless of whether the business is a corporate or other type of organization, and who is actively engaged in its management.

Other protected veteran means a veteran who served on active duty in the U.S. military, ground, naval, or air service, during a war or in a campaign or expedition for which a campaign badge has been authorized under the laws administered by the Department of Defense.

Positions that will be filled from within the Contractor's organization means employment openings for which the Contractor will give no consideration to persons outside the Contractor's organization (including any affiliates, subsidiaries, and parent companies) and includes any openings the Contractor proposes to fill from regularly established ``recall'' lists. The exception does not apply to a particular opening once an employer decides to consider applicants outside of its organization.

Qualified disabled veteran means a disabled veteran who has the ability to perform the essential functions of the employment positions with or without reasonable accommodation.

W912EP-11-R-0042 00700-41 Recently separated veteran means any veteran during the three-year period beginning on the date of such veteran's discharge or release from active duty in the U.S. military, ground, naval or air service.

(b) General.

(1) The Contractor shall not discriminate against any employee or applicant for employment because the individual is a disabled veteran, recently separated veteran, other protected veterans, or Armed Forces service medal veteran, regarding any position for which the employee or applicant for employment is qualified. The Contractor shall take affirmative action to employ, advance in employment, and otherwise treat qualified individuals, including qualified disabled veterans, without discrimination based upon their status as a disabled veteran, recently separated veteran, Armed Forces service medal veteran, and other protected veteran in all employment practices including the following:

(i) Recruitment, advertising, and job application procedures.

(ii) Hiring, upgrading, promotion, award of tenure, demotion, transfer, layoff, termination, right of return from layoff and rehiring.

(iii) Rate of pay or any other form of compensation and changes in compensation.

(iv) Job assignments, job classifications, organizational structures, position descriptions, lines of progression, and seniority lists.

(v) Leaves of absence, sick leave, or any other leave.

(vi) Fringe benefits available by virtue of employment, whether or not administered by the Contractor.

(vii) Selection and financial support for training, including apprenticeship, and on-the-job training under 38 U.S.C. 3687, professional meetings, conferences, and other related activities, and selection for leaves of absence to pursue training.

(viii) Activities sponsored by the Contractor including social or recreational programs.

(ix) Any other term, condition, or privilege of employment.

(2) The Contractor shall comply with the rules, regulations, and relevant orders of the Secretary of Labor issued under the Vietnam Era Veterans' Readjustment Assistance Act of 1972 (the Act), as amended (38 U.S.C. 4211 and 4212).

(3) The Department of Labor's regulations require contractors with 50 or more employees and a contract of $100,000 or more to have an affirmative action program for veterans. See 41 CFR part 60-300, subpart C.

(c) Listing openings.

(1) The Contractor shall immediately list all employment openings that exist at the time of the execution of this contract and those which occur during the performance of this contract, including those not generated by this contract, and including those occurring at an establishment of the Contractor other than the one where the contract is being performed, but excluding those of independently operated corporate affiliates, at an appropriate employment service delivery system where the opening occurs. Listing employment openings with the State workforce agency job bank or with the local employment service delivery system where the opening occurs shall satisfy the requirement to list jobs with the appropriate employment service delivery system.

W912EP-11-R-0042 00700-42 (2) The Contractor shall make the listing of employment openings with the appropriate employment service delivery system at least concurrently with using any other recruitment source or effort and shall involve the normal obligations of placing a bona fide job order, including accepting referrals of veterans and nonveterans. This listing of employment openings does not require hiring any particular job applicant or hiring from any particular group of job applicants and is not intended to relieve the Contractor from any requirements of Executive orders or regulations concerning nondiscrimination in employment.

(3) Whenever the Contractor becomes contractually bound to the listing terms of this clause, it shall advise the State workforce agency in each State where it has establishments of the name and location of each hiring location in the State. As long as the Contractor is contractually bound to these terms and has so advised the State agency, it need not advise the State agency of subsequent contracts. The Contractor may advise the State agency when it is no longer bound by this contract clause.

(d) Applicability. This clause does not apply to the listing of employment openings that occur and are filled outside the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.

(e) Postings.

(1) The Contractor shall post employment notices in conspicuous places that are available to employees and applicants for employment.

(2) The employment notices shall--

(i) State the rights of applicants and employees as well as the Contractor's obligation under the law to take affirmative action to employ and advance in employment qualified employees and applicants who are disabled veterans, recently separated veterans, Armed Forces service medal veterans, and other protected veterans; and

(ii) Be in a form prescribed by the Director, Office of Federal Contract Compliance Programs, and provided by or through the Contracting Officer.

(3) The Contractor shall ensure that applicants or employees who are disabled veterans are informed of the contents of the notice (e.g., the Contractor may have the notice read to a visually disabled veteran, or may lower the posted notice so that it can be read by a person in a wheelchair).

(4) The Contractor shall notify each labor union or representative of workers with which it has a collective bargaining agreement, or other contract understanding, that the Contractor is bound by the terms of the Act and is committed to take affirmative action to employ, and advance in employment, qualified disabled veterans, recently separated veterans, other protected veterans, and Armed Forces service medal veterans.

(f) Noncompliance. If the Contractor does not comply with the requirements of this clause, the Government may take appropriate actions under the rules, regulations, and relevant orders of the Secretary of Labor. This includes implementing any sanctions imposed on a contractor by the Department of Labor for violations of this clause (52.222-35, Equal Opportunity for Veterans). These sanctions (see 41 CFR 60-300.66) may include--

(1) Withholding progress payments;

(2) Termination or suspension of the contract; or

(3) Debarment of the contractor.

W912EP-11-R-0042 00700-43 (g) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $100,000 or more 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.

(End of clause)

52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010)

(a) General. (1) Regarding any position for which the employee or applicant for employment is qualified, the Contractor shall not discriminate against any employee or applicant because of physical or mental disability. The Contractor agrees to take affirmative action to employ, advance in employment, and otherwise treat qualified individuals with disabilities without discrimination based upon their physical or mental disability in all employment practices such as--

(i) Recruitment, advertising, and job application procedures;

(ii) Hiring, upgrading, promotion, award of tenure, demotion, transfer, layoff, termination, right of return from layoff, and rehiring;

(iii) Rates of pay or any other form of compensation and changes in compensation;

(iv) Job assignments, job classifications, organizational structures, position descriptions, lines of progression, and seniority lists;

(v) Leaves of absence, sick leave, or any other leave;

(vi) Fringe benefits available by virtue of employment, whether or not administered by the Contractor;

(vii) Selection and financial support for training, including apprenticeships, professional meetings, conferences, and other related activities, and selection for leaves of absence to pursue training;

(viii) Activities sponsored by the Contractor, including social or recreational programs; and

(ix) Any other term, condition, or privilege of employment.

(2) The Contractor agrees to comply with the rules, regulations, and relevant orders of the Secretary of Labor (Secretary) issued under the Rehabilitation Act of 1973 (29 U.S.C. 793) (the Act), as amended.

(b) Postings. (1) The Contractor agrees to post employment notices stating--

(i) The Contractor's obligation under the law to take affirmative action to employ and advance in employment qualified individuals with disabilities; and

(ii) The rights of applicants and employees.

(2) These notices shall be posted in conspicuous places that are available to employees and applicants for employment. The Contractor shall ensure that applicants and employees with disabilities are informed of the contents of the notice (e.g., the Contractor may have the notice read to a visually disabled individual, or may lower the posted notice so that it might be read by a person in a wheelchair). The notices shall be in a form prescribed by the Deputy Assistant Secretary for Federal Contract Compliance of the U.S. Department of Labor (Deputy Assistant Secretary) and shall be provided by or through the Contracting Officer.

W912EP-11-R-0042 00700-44

(3) The Contractor shall notify each labor union or representative of workers with which it has a collective bargaining agreement or other contract understanding, that the Contractor is bound by the terms of Section 503 of the Act and is committed to take affirmative action to employ, and advance in employment, qualified individuals with physical or mental disabilities.

(c) Noncompliance. If the Contractor does not comply with the requirements of this clause, appropriate actions may be taken under the rules, regulations, and relevant orders of the Secretary issued pursuant to the Act.

(d) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary. The Contractor shall act as specified by the Deputy Assistant Secretary to enforce the terms, including action for noncompliance.

(End of clause)

52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEP 2010)

(a) Definitions. As used in this clause, ``Armed Forces service medal veteran,'' ``disabled veteran,'' ``other protected veteran,'' and ``recently separated veteran,'' have the meanings given in the Equal Opportunity for Veterans clause 52.222-35.

(b) Unless the Contractor is a State or local government agency, the Contractor shall report at least annually, as required by the Secretary of Labor, on--

(1) The total number of employees in the contractor's workforce, by job category and hiring location, who are disabled veterans, other protected veterans, Armed Forces service medal veterans, and recently separated veterans.

(2) The total number of new employees hired during the period covered by the report, and of the total, the number of disabled veterans, other protected veterans, Armed Forces service medal veterans, and recently separated veterans; and

(3) The maximum number and minimum number of employees of the Contractor or subcontractor at each hiring location during the period covered by the report.

(c) The Contractor shall report the above items by completing the Form VETS-100A,entitled ``Federal Contractor Veterans' Employment Report (VETS-100A Report).''

(d) The Contractor shall submit VETS-100A Reports no later than September 30 of each year.

(e) The employment activity report required by paragraphs (b)(2) and (b)(3) of this clause shall reflect total new hires, and maximum and minimum number of employees, during the most recent 12-month period preceding the ending date selected for the report. Contractors may select an ending date--

(1) As of the end of any pay period between July 1 and August 31 of the year the report is due; or

(2) As of December 31, if the Contractor has prior written approval from the Equal Employment Opportunity Commission to do so for purposes of submitting the Employer Information Report EEO-1 (Standard Form 100).

(f) The number of veterans reported must be based on data known to the contractor when completing the VETS-100A. The contractor's knowledge of veterans status may be obtained in a variety of ways, including an invitation to applicants to self-identify (in accordance with 41 CFR 60-300.42), voluntary self-

W912EP-11-R-0042 00700-45 disclosure by employees, or actual knowledge of veteran status by the contractor. This paragraph does not relieve an employer of liability for discrimination under 38 U.S.C. 4212.

(g) The Contractor shall insert the terms of this clause in subcontracts of $100,000 or more unless exempted by rules, regulations, or orders of the Secretary of Labor.

(End of clause)

52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009)

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

Coercion means--

(1) Threats of serious harm to or physical restraint against any person;

(2) Any scheme, plan, or pattern intended to cause a person to believe that failure to perform an act would result in serious harm to or physical restraint against any person; or

(3) The abuse or threatened abuse of the legal process.

Commercial sex act means any sex act on account of which anything of value is given to or received by any person.

Debt bondage means the status or condition of a debtor arising from a pledge by the debtor of his or her personal services or of those of a person under his or her control as a security for debt, if the value of those services as reasonably assessed is not applied toward the liquidation of the debt or the length and nature of those services are not respectively limited and defined.

Employee means an employee of the Contractor directly engaged in the performance of work under the contract who has other than a minimal impact or involvement in contract performance.

Forced Labor means knowingly providing or obtaining the labor or services of a person--

(1) By threats of serious harm to, or physical restraint against, that person or another person;

(2) By means of any scheme, plan, or pattern intended to cause the person to believe that, if the person did not perform such labor or services, that person or another person would suffer serious harm or physical restraint; or

(3) By means of the abuse or threatened abuse of law or the legal process.

Involuntary servitude includes a condition of servitude induced by means of--

(1) Any scheme, plan, or pattern intended to cause a person to believe that, if the person did not enter into or continue in such conditions, that person or another person would suffer serious harm or physical restraint; or

(2) The abuse or threatened abuse of the legal process.

Severe forms of trafficking in persons means--

(1) Sex trafficking in which a commercial sex act is induced by force, fraud, or coercion, or in which the person induced to perform such act has not attained 18 years of age; or

W912EP-11-R-0042 00700-46

(2) The recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery.

Sex trafficking means the recruitment, harboring, transportation, provision, or obtaining of a person for the purpose of a commercial sex act.

(b) Policy. The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not--

(1) Engage in severe forms of trafficking in persons during the period of performance of the contract;

(2) Procure commercial sex acts during the period of performance of the contract; or

(3) Use labor in the performance of the contract.

(c) Contractor requirements. The Contractor shall--

(1) Notify its employees of--

(i) The United States Government's zero tolerance policy described in paragraph (b) of this clause; and

(ii) The actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment; and

(2) Take appropriate action, up to and including termination, against employees or subcontractors that violate the policy in paragraph (b) of this clause.

(d) Notification. The Contractor shall inform the Contracting Officer immediately of--

(1) Any information it receives from any source (including host country law enforcement) that alleges a Contractor employee, subcontractor, or subcontractor employee has engaged in conduct that violates this policy; and

(2) Any actions taken against Contractor employees, subcontractors, or subcontractor employees pursuant to this clause.

(e) Remedies. In addition to other remedies available to the Government, the Contractor's failure to comply with the requirements of paragraphs (c), (d), or (f) of this clause may result in --

(1) Requiring the Contractor to remove a Contractor employee or employees from the performance of the contract;

(2) Requiring the Contractor to terminate a subcontract;

(3) Suspension of contract payments;

(4) Loss of award fee, consistent with the award fee plan, for the performance period in which the Government determined Contractor non-compliance;

(5) Termination of the contract for default or cause, in accordance with the termination clause of this contract; or

(6) Suspension or debarment.

W912EP-11-R-0042 00700-47

(f) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (f), in all subcontracts.

(g) Mitigating Factor. The Contracting Officer may consider whether the Contractor had a Trafficking in Persons awareness program at the time of the violation as a mitigating factor when determining remedies. Additional information about Trafficking in Persons and examples of awareness programs can be found at the website for the Department of State's Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/g/tip.

(End of clause)

52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009)

(a) Definitions. As used in this clause--Commercially available off-the-shelf (COTS) item—

(1) Means any item of supply that is--

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

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

(iii) Offered to the Government, 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 section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products. Per 46 CFR 525.1(c)(2), ``bulk cargo'' means cargo that is loaded and carried in bulk onboard ship without mark or count, in a loose unpackaged form, having homogenous characteristics. Bulk cargo loaded into intermodal equipment, except LASH or Seabee barges, is subject to mark and count and, therefore, ceases to be bulk cargo.

Employee assigned to the contract means an employee who was hired after November 6, 1986, who is directly performing work, in the United States, under a contract that is required to include the clause prescribed at 22.1803. An employee is not considered to be directly performing work under a contract if the employee--

(1) Normally performs support work, such as indirect or overhead functions; and

(2) Does not perform any substantial duties applicable to the contract.

Subcontract means any contract, as defined in 2.101, entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract. It includes but is not limited to purchase orders, and changes and modifications to purchase orders.

Subcontractor means any supplier, distributor, vendor, or firm that furnishes supplies or services to or for a prime Contractor or another subcontractor.

United States, as defined in 8 U.S.C. 1101(a)(38), means the 50 States, the District of Columbia, Puerto Rico, Guam, and the U.S. Virgin Islands.

(b) Enrollment and verification requirements.

(1) If the Contractor is not enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall--

W912EP-11-R-0042 00700-48 (i) Enroll. Enroll as a Federal Contractor in the E-Verify program within 30 calendar days of contract award;

(ii) Verify all new employees. Within 90 calendar days of enrollment in the E-Verify program, begin to use E-Verify to initiate verification of employment eligibility of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section); and

(iii) Verify employees assigned to the contract. For each employee assigned to the contract, initiate verification within 90 calendar days after date of enrollment or within 30 calendar days of the employee's assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section).

(2) If the Contractor is enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall use E-Verify to initiate verification of employment eligibility of--

(i) All new employees. (A) Enrolled 90 calendar days or more. The Contractor shall initiate verification of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section); or

(B) Enrolled less than 90 calendar days. Within 90 calendar days after enrollment as a Federal Contractor in E-Verify, the Contractor shall initiate verification of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section); or

(ii) Employees assigned to the contract. For each employee assigned to the contract, the Contractor shall initiate verification within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section).

(3) If the Contractor is an institution of higher education (as defined at 20 U.S.C. 1001(a)); a State or local government or the government of a Federally recognized Indian tribe; or a surety performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond, the Contractor may choose to verify only employees assigned to the contract, whether existing employees or new hires. The Contractor shall follow the applicable verification requirements at (b)(1) or (b)(2), respectively, except that any requirement for verification of new employees applies only to new employees assigned to the contract.

(4) Option to verify employment eligibility of all employees. The Contractor may elect to verify all existing employees hired after November 6, 1986, rather than just those employees assigned to the contract. The Contractor shall initiate verification for each existing employee working in the United States who was hired after November 6, 1986, within 180 calendar days of--

(i) Enrollment in the E-Verify program; or

(ii) Notification to E-Verify Operations of the Contractor's decision to exercise this option, using the contact information provided in the E-Verify program Memorandum of Understanding (MOU).

(5) The Contractor shall comply, for the period of performance of this contract, with the requirements of the E-Verify program MOU.

(i) The Department of Homeland Security (DHS) or the Social Security Administration (SSA) may terminate the Contractor's MOU and deny access to the E-Verify system in accordance with the terms of the MOU. In such case, the Contractor will be referred to a suspension or debarment official.

(ii) During the period between termination of the MOU and a decision by the suspension or debarment official whether to suspend or debar, the Contractor is excused from its obligations under paragraph (b) of

W912EP-11-R-0042 00700-49 this clause. If the suspension or debarment official determines not to suspend or debar the Contractor, then the Contractor must reenroll in E-Verify.

(c) Web site. Information on registration for and use of the E-Verify program can be obtained via the Internet at the Department of Homeland Security Web site: http://www.dhs.gov/E-Verify.

(d) Individuals previously verified. The Contractor is not required by this clause to perform additional employment verification using E-Verify for any employee--

(1) Whose employment eligibility was previously verified by the Contractor through the E-Verify program;

(2) Who has been granted and holds an active U.S. Government security clearance for access to confidential, secret, or top secret information in accordance with the National Industrial Security Program Operating Manual; or

(3) Who has undergone a completed background investigation and been issued credentials pursuant to Homeland Security Presidential Directive (HSPD)-12, Policy for a Common Identification Standard for Federal Employees and Contractors.

(e) Subcontracts. The Contractor shall include the requirements of this clause, including this paragraph (e) (appropriately modified for identification of the parties), in each subcontract that--

(1) Is for--(i) Commercial or noncommercial services (except for commercial services that are part of the purchase of a COTS item (or an item that would be a COTS item, but for minor modifications), performed by the COTS provider, and are normally provided for that COTS item); or

(ii) Construction;

(2) Has a value of more than $3,000; and

(3) Includes work performed in the United States.

(End of clause)

52.223-6 DRUG-FREE WORKPLACE (MAY 2001)

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

"Controlled substance" means a controlled substance in schedules I through V of section 202 of the Controlled Substances Act (21 U.S.C. 812) and as further defined in regulation at 21 CFR 1308.11 - 1308.15.

"Conviction" means a finding of guilt (including a plea of nolo contendere) or imposition of sentence, or both, by any judicial body charged with the responsibility to deter- mine violations of the Federal or State criminal drug statutes.

"Criminal drug statute" means a Federal or non-Federal criminal statute involving the manufacture, distribution, dispensing, possession, or use of any controlled substance.

"Drug-free workplace" means the site(s) for the performance of work done by the Contractor in connection with a specific contract at which employees of the Contractor are prohibited from engaging in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance.

"Employee" means an employee of a Contractor directly engaged in the performance of work under a Government contract. "Directly engaged" is defined to include all direct cost employees and any other

W912EP-11-R-0042 00700-50 Contractor employee who has other than a minimal impact or involvement in contract performance.

"Individual" means an offeror/contractor that has no more than one employee including the offeror/contractor.

(b) The Contractor, if other than an individual, shall-- within 30 days after award (unless a longer period is agreed to in writing for contracts of 30 days or more performance duration), or as soon as possible for contracts of less than 30 days performance duration--

(1) Publish a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition;

(2) Establish an ongoing drug-free awareness program to inform such employees about--

(i) The dangers of drug abuse in the workplace;

(ii) The Contractor's policy of maintaining a drug-free workplace;

(iii) Any available drug counseling, rehabilitation, and employee assistance programs; and

(iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

(3) Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph (b)(1) of this clause;

(4) Notify such employees in writing in the statement required by subparagraph (b)(1) of this clause that, as a condition of continued employment on this contract, the employee will--

(i) Abide by the terms of the statement; and

(ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 days after such conviction.

(5) Notify the Contracting Officer in writing within 10 days after receiving notice under subdivision (b)(4)(ii) of this clause, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

(6) Within 30 days after receiving notice under subdivision (b)(4)(ii) of this clause of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the workplace:

(i) Taking appropriate personnel action against such employee, up to and including termination; or

(ii) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; and

(7) Make a good faith effort to maintain a drug-free workplace through implementation of subparagraphs (b)(1) though (b)(6) of this clause.

(c) The Contractor, if an individual, agrees by award of the contract or acceptance of a purchase order, not to engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance while performing this contract.

W912EP-11-R-0042 00700-51 (d) In addition to other remedies available to the Government, the Contractor's failure to comply with the requirements of paragraph (b) or (c) of this clause may, pursuant to FAR 23.506, render the Contractor subject to suspension of contract payments, termination of the contract for default, and suspension or debarment.

(End of clause)

52.223-14 TOXIC CHEMICAL RELEASE REPORTING (AUG 2003)

(a) Unless otherwise exempt, the Contractor, as owner or operator of a facility used in the performance of this contract, shall file by July 1 for the prior calendar year an annual Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of the Emergency Planning and Community Right- to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023(a) and (g)), and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106). The Contractor shall file, for each facility subject to the Form R filing and reporting requirements, the annual Form R throughout the life of the contract.

(b) A Contractor-owned or -operated facility used in the performance of this contract is exempt from the requirement to file an annual Form R if--

(1) The facility does not manufacture, process, or otherwise use any toxic chemicals listed in 40 CFR 372.65;

(2) The facility does not have 10 or more full-time employees as specified in section 313(b)(1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A);

(3) The facility does not meet the reporting thresholds of toxic chemicals established under of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA);

(4) The facility does not fall within the following Standard Industrial Classification (SIC) codes or their corresponding North American Industry Classification System sectors:

(i) Major group code 10 (except 1011, 1081, and 1094.

(ii) Major group code 12 (except 1241).

(iii) Major group codes 20 through 39.

(iv) Industry code 4911, 4931, or 4939 (limited to facilities that combust coal and/or oil for the purpose of generating power for distribution in commerce).

(v) Industry code 4953 (limited to facilities regulated under the Resource Conservation and Recovery Act, Subtitle C (42 U.S.C. 6921, et seq.)), 5169, 5171, or 7389 (limited to facilities primarily engaged in solvent recovery services on a contract or fee basis); or

(5) The facility is not located in the United States or its outlying areas.

(c) If the Contractor has certified to an exemption in accordance with one or more of the criteria in paragraph (b) of this clause, and after award of the contract circumstances change so that any of its owned or operated facilities used in the performance of this contract is no longer exempt--

(1) The Contractor shall notify the Contracting Officer; and

(2) The Contractor, as owner or operator of a facility used in the performance of this contract that is no longer exempt, shall (i) submit a Toxic Chemical Release Inventory Form (Form R) on or before July 1 for

W912EP-11-R-0042 00700-52 the prior calendar year during which the facility becomes eligible; and (ii) continue to file the annual Form R for the life of the contract for such facility.

(d) The Contracting Officer may terminate this contract or take other action as appropriate, if the Contractor fails to comply accurately and fully with the EPCRA and PPA toxic chemical release filing and reporting requirements.

(e) Except for acquisitions of commercial items, as defined in FAR Part 2, the Contractor shall--

(1) For competitive subcontracts expected to exceed $100,000 (including all options), include a solicitation provision substantially the same as the provision at FAR 52.223-13, Certification of Toxic Chemical Release Reporting; and

(2) Include in any resultant subcontract exceeding $100,000 (including all options), the substance of this clause, except this paragraph (e).

(End of clause)

52.225-11 BUY AMERICAN ACT --CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS (AUG 2009) ALTERNATE I (JUN 2009)

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

Australian, Chilean, or Moroccan construction material means a construction material that--

(1) Is wholly the growth, product, or manufacture of Australia, Chile, or Morocco; 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 Australia, Chile, or Morocco into a new and different construction material distinct from the materials from which it was transformed.

Bahrainian, Mexican, or Omani construction material means a construction material that—

(1) Is wholly the growth, product, or manufacture of Bahrain, Mexico; or Oman

(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 Bahrain, Mexico, or Oman into a new and different construction material distinct from the materials from which it was transformed.

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.

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

W912EP-11-R-0042 00700-53 components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material.

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 country (Aruba, Austria, Belgium, Bulgaria, Canada, 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, Netherlands, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan or United Kingdom);

(2) A Free Trade Agreement country (Australia, Bahrain, Canada, Chile, Costa Rica, Dominican Republic, El Salvador, Guatemala, Honduras, Mexico, Morocco, Nicaragua, Oman, 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, East Timor, Equatorial Guinea, Eritrea, Ethiopia, Gambia, Guinea, Guinea-Bissau, Haiti, Kiribati, Laos, Lesotho, Liberia, Madagascar, Malawi, Maldives, Mali, Mauritania, Mozambique, Nepal, Niger, Rwanda, Samoa, Sao Tome and Principe, Senegal, Sierra Leone, Solomon Islands, Somalia, Tanzania, Togo, Tuvalu, Uganda, Vanuatu, Yemen, or Zambia); or

(4) A Caribbean Basin country (Antigua and Barbuda, Aruba, Bahamas, Barbados, Belize, British Virgin Islands, Dominica, Grenada, Guatemala, Guyana, Haiti, Jamaica, Montserrat, Netherlands Antilles, St. Kitts and Nevis, St. Lucia, St. Vincent and the Grenadines, or Trinidad and Tobago).

Domestic construction material means--

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

(2) A construction material manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which non-availability determinations have been made are treated as domestic.

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

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—

W912EP-11-R-0042 00700-54

(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.

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

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

(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 the Buy American Act (41 U.S.C. 10a-10d) by providing a preference for domestic construction material. In accordance with 41 U.S.C. 431, the component test of the Buy American Act is waived for construction material that is a COTS item (See FAR 12.505(a)(2)). In addition, the Contracting Officer has determined that the WTO GPA and all the Free Trade Agreements except the Bahrain FTA, NAFTA, and the Oman FTA apply to this acquisition. Therefore, the Buy American Act restrictions are waived for designated country construction materials other than Bahrainian, Mexican, or Omani construction materials.

(2) The Contractor shall use only domestic or designated country construction material other than Bahrainian, Mexican, or Omani 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 the construction materials or components listed by the Government as follows: 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 Act is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent;

(ii) The application of the restriction of the Buy American Act 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.

W912EP-11-R-0042 00700-55 (c) Request for determination of inapplicability of the Buy American Act. (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

(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 Act 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 Act applies, use of foreign construction material is noncompliant with the Buy American Act.

(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) \1\ ------Item 1: Foreign construction material...... Domestic construction material...... Item 2: Foreign construction material...... Domestic construction material......

W912EP-11-R-0042 00700-56 ------\1\ 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)

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

(a) Except as authorized by the Office of Foreign Assets Control (OFAC) in the Department of the Treasury, the Contractor shall not acquire, for use in the performance of this contract, any supplies or services if any proclamation, Executive order, or statute administered by OFAC, or if OFAC's implementing regulations at 31 CFR chapter V, would prohibit such a transaction by a person subject to the jurisdiction of the United States.

(b) Except as authorized by OFAC, most transactions involving Cuba, Iran, and Sudan are prohibited, as are most imports from Burma or North Korea, into the United States or its outlying areas. Lists of entities and individuals subject to economic sanctions are included in OFAC's List of Specially Designated Nationals and Blocked Persons at TerList1.html. More information about these restrictions, as well as updates, is available in the OFAC's regulations at 31 CFR chapter V and/or on OFAC's Web site at http://www.treas.gov/offices/enforcement/ofac/.

(c) The Contractor shall insert this clause, including this paragraph (c), in all subcontracts.

(End of clause)

52.227-1 AUTHORIZATION AND CONSENT (DEC 2007)

(a) The Government authorizes and consents to all use and manufacture, in performing this contract or any subcontract at any tier, of any invention described in and covered by a United States patent--

(1) Embodied in the structure or composition of any article the delivery of which is accepted by the Government under this contract; or

(2) Used in machinery, tools, or methods whose use necessarily results from compliance by the Contractor or a subcontractor with (i) specifications or written provisions forming a part of this contract or (ii) specific written instructions given by the Contracting Officer directing the manner of performance. The entire liability to the Government for infringement of a United States patent shall be determined solely by the provisions of the indemnity clause, if any, included in this contract or any subcontract hereunder (including any lower-tier subcontract), and the Government assumes liability for all other infringement to the extent of the authorization and consent hereinabove granted.

(b) The Contractor shall include the substance of this clause, including this paragraph (b), in all subcontracts that are expected to exceed the simplified acquisition threshold. However, omission of this clause from any subcontract, including those at or below the simplified acquisition threshold, does not affect this authorization and consent.

(End of clause)

52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (DEC 2007)

W912EP-11-R-0042 00700-57

(a) The Contractor shall report to the Contracting Officer, promptly and in reasonable written detail, each notice or claim of patent or copyright infringement based on the performance of this contract of which the Contractor has knowledge.

(b) In the event of any claim or suit against the Government on account of any alleged patent or copyright infringement arising out of the performance of this contract or out of the use of any supplies furnished or work or services performed under this contract, the Contractor shall furnish to the Government, when requested by the Contracting Officer, all evidence and information in the Contractor's possession pertaining to such claim or suit. Such evidence and information shall be furnished at the expense of the Government except where the Contractor has agreed to indemnify the Government.

(c) The Contractor shall include the substance of this clause, including this paragraph (c), in all subcontracts that are expected to exceed the simplified acquisition threshold.

(End of clause)

52.227-4 PATENT INDEMNITY--CONSTRUCTION CONTRACTS (DEC 2007)

Except as otherwise provided, the Contractor shall indemnify the Government and its officers, agents, and employees against liability, including costs and expenses, for infringement of any United States patent (except a patent issued upon an application that is now or may hereafter be withheld from issue pursuant to a Secrecy Order under 35 U.S.C. 181) arising out of performing this contract or out of the use or disposal by or for the account of the Government of supplies furnished or work performed under this contract.

(End of clause)

52.228-1 BID GUARANTEE (SEP 1996)

(a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid.

(b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The Contracting Officer will return bid guarantees, other than bid bonds, (1) to unsuccessful bidders as soon as practicable after the opening of bids, and (2) to the successful bidder upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the bid as accepted.-

(c) The amount of the bid guarantee shall be 20% percent of the bid price or $3,000,000.00, whichever is less.-

(d) If the successful bidder, upon acceptance of its bid by the Government within the period specified for acceptance, fails to execute all contractual documents or furnish executed bond(s) within 10 days after receipt of the forms by the bidder, the Contracting Officer may terminate the contract for default.-

(e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference.

(End of provision)

W912EP-11-R-0042 00700-58 52.228-2 ADDITIONAL BOND SECURITY (OCT 1997)

The Contractor shall promptly furnish additional security required to protect the Government and persons supplying labor or materials under this contract if--

(a) Any surety upon any bond, or issuing financial institution for other security, furnished with this contract becomes unacceptable to the Government.

(b) Any surety fails to furnish reports on its financial condition as required by the Government;

(c) The contract price is increased so that the penal sum of any bond becomes inadequate in the opinion of the Contracting Officer; or

(d) An irrevocable letter of credit (ILC) used as security will expire before the end of the period of required security. If the Contractor does not furnish an acceptable extension or replacement ILC, or other acceptable substitute, at least 30 days before an ILC's scheduled expiration, the Contracting officer has the right to immediately draw on the ILC.

(End of clause)

52.228-11 PLEDGES OF ASSETS (SEP 2009)

(a) Offerors shall obtain from each person acting as an individual surety on a bid guarantee, a performance bond, or a payment bond--

(1) Pledge of assets; and

(2) Standard Form 28, Affidavit of Individual Surety.

(b) Pledges of assets from each person acting as an individual surety shall be in the form of--

(1) Evidence of an escrow account containing cash, certificates of deposit, commercial or Government securities, or other assets described in FAR 28.203-2 (except see 28.203-2(b)(2) with respect to Government securities held in book entry form); and/or

(2) A recorded lien on real estate. The offeror will be required to provide--

(i) A mortgagee title insurance policy, in an insurance amount equal to the amount of the lien, or other evidence of title that is consistent with the requirements of Section 2 of the United States Department of Justice Title Standards at http://www.usdoj.gov/enrd/2001_Title_Standards.htm. This title evidence must show fee simple title vested in the surety along with any concurrent owners; whether any real estate taxes are due and payable; and any recorded encumbrances against the property, including the lien filed in favor of the Government as required by FAR 28.203-3(d);

(ii) Evidence of the amount due under any encumbrance shown in the evidence of title;

(iii) A copy of the current real estate tax assessment of the property or a current appraisal dated no earlier than 6 months prior to the date of the bond, prepared by a professional appraiser who certifies that the appraisal has been conducted in accordance with the generally accepted appraisal standards as reflected in the Uniform Standards of Professional Appraisal Practice, as promulgated by the Appraisal Foundation.

(End of clause)

W912EP-11-R-0042 00700-59 52.228-12 PROSPECTIVE SUBCONTRACTOR REQUESTS FOR BONDS. (OCT 1995)

In accordance with Section 806(a)(3) of Pub. L. 102-190, as amended by Sections 2091 and 8105 of Pub. L. 103-355, upon the request of a prospective subcontractor or supplier offering to furnish labor or material for the performance of this contract for which a payment bond has been furnished to the Government pursuant to the Miller Act, the Contractor shall promptly provide a copy of such payment bond to the requester.

(End of clause)

52.228-14 IRREVOCABLE LETTER OF CREDIT (DEC 1999)

(a) “Irrevocable letter of credit” (ILC), as used in this clause, means a written commitment by a federally insured financial institution to pay all or part of a stated amount of money, until the expiration date of the letter, upon presentation by the Government (the beneficiary) of a written demand therefore. Neither the financial institution nor the offeror/Contractor can revoke or condition the letter of credit.

(b) If the offeror intends to use an ILC in lieu of a bid bond, or to secure other types of bonds such as performance and payment bonds, the letter of credit and letter of confirmation formats in paragraphs (e) and (f) of this clause shall be used.

(c) The letter of credit shall be irrevocable, shall require presentation of no document other than a written demand and the ILC (including confirming letter, if any), shall be issued/confirmed by an acceptable federally insured financial institution as provided in paragraph (d) of this clause, and--

(1) If used as a bid guarantee, the ILC shall expire no earlier than 60 days after the close of the bid acceptance period;

(2) If used as an alternative to corporate or individual sureties as security for a performance or payment bond, the offeror/Contractor may submit an ILC with an initial expiration date estimated to cover the entire period for which financial security is required or may submit an ILC with an initial expiration date that is a minimum period of one year from the date of issuance. The ILC shall provide that, unless the issuer provides the beneficiary written notice of non-renewal at least 60 days in advance of the current expiration date, the ILC is automatically extended without amendment for one year from the expiration date, or any future expiration date, until the period of required coverage is completed and the Contracting Officer provides the financial institution with a written statement waiving the right to payment. The period of required coverage shall be:

(i) For contracts subject to the Miller Act, the later of--

(A) One year following the expected date of final payment;

(B) For performance bonds only, until completion of any warranty period; or

(C) For payment bonds only, until resolution of all claims filed against the payment bond during the one- year period following final payment.

(ii) For contracts not subject to the Miller Act, the later of--

(A) 90 days following final payment; or

(B) For performance bonds only, until completion of any warranty period.

(d) Only federally insured financial institutions rated investment grade or higher shall issue or confirm the ILC. The offeror/Contractor shall provide the Contracting Officer a credit rating that indicates the financial

W912EP-11-R-0042 00700-60 institution has the required rating(s) as of the date of issuance of the ILC. Unless the financial institution issuing the ILC had letter of credit business of less than $25 million in the past year, ILCs over $5 million must be confirmed by another acceptable financial institution that had letter of credit business of less than $25 million in the past year.

(e) The following format shall be used by the issuing financial institution to create an ILC:

______

[Issuing Financial Institution's Letterhead or Name and Address]

Issue Date ______

IRREVOCABLE LETTER OF CREDIT NO. ______

Account party's name ______

Account party's address ______

For Solicitation No. ______(for reference only)

TO: [U.S. Government agency]

[U.S. Government agency's address]

1. We hereby establish this irrevocable and transferable Letter of Credit in your favor for one or more drawings up to United States $______. This Letter of Credit is payable at [issuing financial institution's and, if any, confirming financial institution's] office at [issuing financial institution's address and, if any, confirming financial institution's address] and expires with our close of business on ______, or any automatically extended expiration date.

2. We hereby undertake to honor your or the transferee's sight draft(s) drawn on the issuing or, if any, the confirming financial institution, for all or any part of this credit if presented with this Letter of Credit and confirmation, if any, at the office specified in paragraph 1 of this Letter of Credit on or before the expiration date or any automatically extended expiration date.

3. [This paragraph is omitted if used as a bid guarantee, and subsequent paragraphs are renumbered.] It is a condition of this Letter of Credit that it is deemed to be automatically extended without amendment for one year from the expiration date hereof, or any future expiration date, unless at least 60 days prior to any expiration date, we notify you or the transferee by registered mail, or other receipted means of delivery, that we elect not to consider this Letter of Credit renewed for any such additional period. At the time we notify you, we also agree to notify the account party (and confirming financial institution, if any) by the same means of delivery.

4. This Letter of Credit is transferable. Transfers and assignments of proceeds are to be effected without charge to either the beneficiary or the transferee/assignee of proceeds. Such transfer or assignment shall be only at the written direction of the Government (the beneficiary) in a form satisfactory to the issuing financial institution and the confirming financial institution, if any.

5. This Letter of Credit is subject to the Uniform Customs and Practice (UCP) for Documentary Credits, 1993 Revision, International Chamber of Commerce Publication No. 500, and to the extent not inconsistent therewith, to the laws of ______[state of confirming financial institution, if any, otherwise state of issuing financial institution].

6. If this credit expires during an interruption of business of this financial institution as described in Article 17 of the UCP, the financial institution specifically agrees to effect payment if this credit is drawn against

W912EP-11-R-0042 00700-61 within 30 days after the resumption of our business.

Sincerely,

______

[Issuing financial institution]

(f) The following format shall be used by the financial institution to confirm an ILC:

______[Confirming Financial Institution's Letterhead or Name and Address]

(Date) ______

Our Letter of Credit Advice Number ______

Beneficiary: ______[U.S. Government agency]

Issuing Financial Institution: ______

Issuing Financial Institution's LC No.: ______

Gentlemen:

1. We hereby confirm the above indicated Letter of Credit, the original of which is attached, issued by ______[name of issuing financial institution] for drawings of up to United States dollars ______/U.S. $______and expiring with our close of business on ______[the expiration date], or any automatically extended expiration date.

2. Draft(s) drawn under the Letter of Credit and this Confirmation are payable at our office located at ______.

3. We hereby undertake to honor sight draft(s) drawn under and presented with the Letter of Credit and this Confirmation at our offices as specified herein.

4. [This paragraph is omitted if used as a bid guarantee, and subsequent paragraphs are renumbered.] It is a condition of this confirmation that it be deemed automatically extended without amendment for one year from the expiration date hereof, or any automatically extended expiration date, unless:

(a) At least 60 days prior to any such expiration date, we shall notify the Contracting Officer, or the transferee and the issuing financial institution, by registered mail or other receipted means of delivery, that we elect not to consider this confirmation extended for any such additional period; or

(b) The issuing financial institution shall have exercised its right to notify you or the transferee, the account party, and ourselves, of its election not to extend the expiration date of the Letter of Credit.

5. This confirmation is subject to the Uniform Customs and Practice (UCP) for Documentary Credits, 1993 Revision, International Chamber of Commerce Publication No. 500, and to the extent not inconsistent therewith, to the laws of ______[state of confirming financial institution].

6. If this confirmation expires during an interruption of business of this financial institution as described in Article 17 of the UCP, we specifically agree to effect payment if this credit is drawn against within 30 days after the resumption of our business.

Sincerely,

W912EP-11-R-0042 00700-62

______

[Confirming financial institution]

(g) The following format shall be used by the Contracting Officer for a sight draft to draw on the Letter of Credit:

SIGHT DRAFT

______

[City, State]

(Date) ______

[Name and address of financial institution]

Pay to the order of ______[Beneficiary Agency] ______the sum of United States $______. This draft is drawn under Irrevocable Letter of Credit No. ______.

______

[Beneficiary Agency]

By: ______

(End of clause)

52.228-15 PERFORMANCE AND PAYMENT BONDS--CONSTRUCTION (OCT 2010)

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

Original contract price means the award price of the contract; or, for requirements contracts, the price payable for the estimated total quantity; or, for indefinite-quantity contracts, the price payable for the specified minimum quantity. Original contract price does not include the price of any options, except those options exercised at the time of contract award.

(b) Amount of required bonds. Unless the resulting contract price is $150,000 or less, the successful offeror shall furnish performance and payment bonds to the Contracting Officer as follows:

(1) Performance bonds (Standard Form 25). The penal amount of performance bonds at the time of contract award shall be 100 percent of the original contract price.

(2) Payment Bonds (Standard Form 25-A). The penal amount of payment bonds at the time of contract award shall be 100 percent of the original contract price.

(3) Additional bond protection. (i) The Government may require additional performance and payment bond protection if the contract price is increased. The increase in protection generally will equal 100 percent of the increase in contract price.

(ii) The Government may secure the additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond.

W912EP-11-R-0042 00700-63 (c) Furnishing executed bonds. The Contractor shall furnish all executed bonds, including any necessary reinsurance agreements, to the Contracting Officer, within the time period specified in the Bid Guarantee provision of the solicitation, or otherwise specified by the Contracting Officer, but in any event, before starting work.

(d) Surety or other security for bonds. The bonds shall be in the form of firm commitment, supported by corporate sureties whose names appear on the list contained in Treasury Department Circular 570, individual sureties, or by other acceptable security such as postal money order, certified check, cashier's check, irrevocable letter of credit, or, in accordance with Treasury Department regulations, certain bonds or notes of the United States. Treasury Circular 570 is published in the Federal Register or may be obtained from the U.S. Department of the Treasury, Financial Management Service, Surety Bond Branch, 3700 East West Highway, Room 6F01, Hyattsville, MD 20782. Or via the internet at http://www.fms.treas.gov/c570/.

(e) Notice of subcontractor waiver of protection (40 U.S.C. 3133(c)). Any waiver of the right to sue on the payment bond is void unless it is in writing, signed by the person whose right is waived, and executed after such person has first furnished labor or material for use in the performance of the contract.

(End of clause)

52.229-3 FEDERAL, STATE, AND LOCAL TAXES (APR 2003)

(a) As used in this clause--

"Contract date" means the date set for bid opening or, if this is a negotiated contract or a modification, the effective date of this contract or modification.

"All applicable Federal, State, and local taxes and duties" means all taxes and duties, in effect on the contract date, that the taxing authority is imposing and collecting on the transactions or property covered by this contract.

"After-imposed Federal tax" means any new or increased Federal excise tax or duty, or tax that was exempted or excluded on the contract date but whose exemption was later revoked or reduced during the contract period, on the transactions or property covered by this contract that the Contractor is required to pay or bear as the result of legislative, judicial, or administrative action taking effect after the contract date. It does not include social security tax or other employment taxes.

"After-relieved Federal tax" means any amount of Federal excise tax or duty, except social security or other employment taxes, that would otherwise have been payable on the transactions or property covered by this contract, but which the Contractor is not required to pay or bear, or for which the Contractor obtains a refund or drawback, as the result of legislative, judicial, or administrative action taking effect after the contract date.

Local taxes includes taxes imposed by a possession or territory of the United States, Puerto Rico, or the Northern Mariana Islands, if the contract is performed wholly or partly in any of those areas.

(b) The contract price includes all applicable Federal, State, and local taxes and duties.

(c) The contract price shall be increased by the amount of any after-imposed Federal tax, provided the Contractor warrants in writing that no amount for such newly imposed Federal excise tax or duty or rate increase was included in the contract price, as a contingency reserve or otherwise.

(d) The contract price shall be decreased by the amount of any after-relieved Federal tax.

(e) The contract price shall be decreased by the amount of any Federal excise tax or duty, except social

W912EP-11-R-0042 00700-64 security or other employment taxes, that the Contractor is required to pay or bear, or does not obtain a refund of, through the Contractor's fault, negligence, or failure to follow instructions of the Contracting Officer.

(f) No adjustment shall be made in the contract price under this clause unless the amount of the adjustment exceeds $250.

(g) The Contractor shall promptly notify the Contracting Officer of all matters relating to any Federal excise tax or duty that reasonably may be expected to result in either an increase or decrease in the contract price and shall take appropriate action as the Contracting Officer directs.

(h) The Government shall, without liability, furnish evidence appropriate to establish exemption from any Federal, State, or local tax when the Contractor requests such evidence and a reasonable basis exists to sustain the exemption.

(End of clause)

52.232-5 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (SEP 2002)

(a) Payment of price. The Government shall pay the Contractor the contract price as provided in this contract.

(b) Progress payments. The Government shall make progress payments monthly as the work proceeds, or at more frequent intervals as determined by the Contracting Officer, on estimates of work accomplished which meets the standards of quality established under the contract, as approved by the Contracting Officer.

(1) The Contractor's request for progress payments shall include the following substantiation:

(i) An itemization of the amounts requested, related to the various elements of work required by the contract covered by the payment requested.

(ii) A listing of the amount included for work performed by each subcontractor under the contract.

(iii) A listing of the total amount of each subcontract under the contract.

(iv) A listing of the amounts previously paid to each such subcontractor under the contract.

(v) Additional supporting data in a form and detail required by the Contracting Officer.

(2) In the preparation of estimates, the Contracting Officer may authorize material delivered on the site and preparatory work done to be taken into consideration. Material delivered to the Contractor at locations other than the site also may be taken into consideration if--

(i) Consideration is specifically authorized by this contract; and

(ii) The Contractor furnishes satisfactory evidence that it has acquired title to such material and that the material will be used to perform this contract.

(c) Contractor certification. Along with each request for progress payments, the Contractor shall furnish the following certification, or payment shall not be made: (However, if the Contractor elects to delete paragraph (c)(4) from the certification, the certification is still acceptable.)

I hereby certify, to the best of my knowledge and belief, that--

W912EP-11-R-0042 00700-65 (1) The amounts requested are only for performance in accordance with the specifications, terms, and conditions of the contract;

(2) All payments due to subcontractors and suppliers from previous payments received under the contract have been made, and timely payments will be made from the proceeds of the payment covered by this certification, in accordance with subcontract agreements and the requirements of chapter 39 of Title 31, United States Code;

(3) This request for progress payments does not include any amounts which the prime contractor intends to withhold or retain from a subcontractor or supplier in accordance with the terms and conditions of the subcontract; and

(4) This certification is not to be construed as final acceptance of a subcontractor's performance.

______

(Name)

______

(Title)

______

(Date)

(d) Refund of unearned amounts. If the Contractor, after making a certified request for progress payments, discovers that a portion or all of such request constitutes a payment for performance by the Contractor that fails to conform to the specifications, terms, and conditions of this contract (hereinafter referred to as the "unearned amount"), the Contractor shall--

(1) Notify the Contracting Officer of such performance deficiency; and

(2) Be obligated to pay the Government an amount (computed by the Contracting Officer in the manner provided in paragraph (j) of this clause) equal to interest on the unearned amount from the 8th day after the date of receipt of the unearned amount until--

(i) The date the Contractor notifies the Contracting Officer that the performance deficiency has been corrected; or

(ii) The date the Contractor reduces the amount of any subsequent certified request for progress payments by an amount equal to the unearned amount.

(e) Retainage. If the Contracting Officer finds that satisfactory progress was achieved during any period for which a progress payment is to be made, the Contracting Officer shall authorize payment to be made in full. However, if satisfactory progress has not been made, the Contracting Officer may retain a maximum of 10 percent of the amount of the payment until satisfactory progress is achieved. When the work is substantially complete, the Contracting Officer may retain from previously withheld funds and future progress payments that amount the Contracting Officer considers adequate for protection of the Government and shall release to the Contractor all the remaining withheld funds. Also, on completion and acceptance of each separate building, public work, or other division of the contract, for which the price is stated separately in the contract, payment shall be made for the completed work without retention of a percentage.

(f) Title, liability, and reservation of rights. All material and work covered by progress payments made shall, at the time of payment, become the sole property of the Government, but this shall not be

W912EP-11-R-0042 00700-66 construed as--

(1) Relieving the Contractor from the sole responsibility for all material and work upon which payments have been made or the restoration of any damaged work; or

(2) Waiving the right of the Government to require the fulfillment of all of the terms of the contract.

(g) Reimbursement for bond premiums. In making these progress payments, the Government shall, upon request, reimburse the Contractor for the amount of premiums paid for performance and payment bonds (including coinsurance and reinsurance agreements, when applicable) after the Contractor has furnished evidence of full payment to the surety. The retainage provisions in paragraph (e) of this clause shall not apply to that portion of progress payments attributable to bond premiums.

(h) Final payment. The Government shall pay the amount due the Contractor under this contract after--

(1) Completion and acceptance of all work;

(2) Presentation of a properly executed voucher; and

(3) Presentation of release of all claims against the Government arising by virtue of this contract, other than claims, in stated amounts, that the Contractor has specifically excepted from the operation of the release. A release may also be required of the assignee if the Contractor's claim to amounts payable under this contract has been assigned under the Assignment of Claims Act of 1940 (31 U.S.C. 3727 and 41 U.S.C. 15).

(i) Limitation because of undefinitized work. Notwithstanding any provision of this contract, progress payments shall not exceed 80 percent on work accomplished on undefinitized contract actions. A "contract action" is any action resulting in a contract, as defined in FAR Subpart 2.1, including contract modifications for additional supplies or services, but not including contract modifications that are within the scope and under the terms of the contract, such as contract modifications issued pursuant to the Changes clause, or funding and other administrative changes.

(j) Interest computation on unearned amounts. In accordance with 31 U.S.C. 3903(c)(1), the amount payable under subparagraph (d)(2) of this clause shall be--

(1) Computed at the rate of average bond equivalent rates of 91-day Treasury bills auctioned at the most recent auction of such bills prior to the date the Contractor receives the unearned amount; and

(2) Deducted from the next available payment to the Contractor.

(End of clause)

52.232-17 INTEREST (OCT 2010)

(a) Except as otherwise provided in this contract under a Price Reduction for Defective Certified Cost or Pricing Data clause or a Cost Accounting Standards clause, all amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563), which is applicable to the period in which the amount becomes due, as provided in paragraph (e) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid.

(b) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract.

W912EP-11-R-0042 00700-67

(c) Final Decisions. The Contracting Officer will issue a final decision as required by 33.211 if--

(1) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt in a timely manner;

(2) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or

(3) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2).

(d) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment.

(e) Amounts shall be due at the earliest of the following dates:

(1) The date fixed under this contract.

(2) The date of the first written demand for payment, including any demand for payment resulting from a default termination.

(f) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on--

(1) The date on which the designated office receives payment from the Contractor;

(2) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or

(3) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor.

(g) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.

(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)

52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986) - ALTERNATE I (APR 1984)

(a) The Contractor, under the Assignment of Claims Act, as amended, 31 U.S.C. 3727, 41 U.S.C. 15 (hereafter referred to as "the Act"), may assign its rights to be paid amounts due or to become due as a result of the performance of this contract to a bank, trust company, or other financing institution, including

W912EP-11-R-0042 00700-68 any Federal lending agency. The assignee under such an assignment may thereafter further assign or reassign its right under the original assignment to any type of financing institution described in the preceding sentence. Unless otherwise stated in this contract, payments to an assignee of any amounts due or to become due under this contract shall not, to the extent specified in the Act, be subject to reduction or setoff.

(b) Any assignment or reassignment authorized under the Act and this clause shall cover all unpaid amounts payable under this contract, and shall not be made to more than one party, except that an assignment or reassignment may be made to one party as agent or trustee for two or more parties participating in the financing of this contract.

(c) The Contractor shall not furnish or disclose to any assignee under this contract any classified document (including this contract) or information related to work under this contract until the Contracting Officer authorizes such action in writing.

(End of clause)

52.232-27 PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS (OCT 2008)

Notwithstanding any other payment terms in this contract, the Government will make invoice payments under the terms and conditions specified in this clause. The Government considers payment as being made on the day a check is dated or the date of an electronic funds transfer. Definitions of pertinent terms are set forth in sections 2.101, 32.001, and 32.902 of the Federal Acquisition Regulation. All days referred to in this clause are calendar days, unless otherwise specified. (However, see paragraph (a)(3) concerning payments due on Saturdays, Sundays, and legal holidays.)

(a) Invoice payments--(1) Types of invoice payments. For purposes of this clause, there are several types of invoice payments that may occur under this contract, as follows:

(i) Progress payments, if provided for elsewhere in this contract, based on Contracting Officer approval of the estimated amount and value of work or services performed, including payments for reaching milestones in any project.

(A) The due date for making such payments is 14 days after the designated billing office receives a proper payment request. If the designated billing office fails to annotate the payment request with the actual date of receipt at the time of receipt, the payment due date is the 14th day after the date of the Contractor's payment request, provided the designated billing office receives a proper payment request and there is no disagreement over quantity, quality, or Contractor compliance with contract requirements.

(B) The due date for payment of any amounts retained by the Contracting Officer in accordance with the clause at 52.232-5, Payments Under Fixed-Price Construction Contracts, is as specified in the contract or, if not specified, 30 days after approval by the Contracting Officer for release to the Contractor.

(ii) Final payments based on completion and acceptance of all work and presentation of release of all claims against the Government arising by virtue of the contract, and payments for partial deliveries that have been accepted by the Government (e.g., each separate building, public work, or other division of the contract for which the price is stated separately in the contract).

(A) The due date for making such payments is the later of the following two events:

(1) The 30th day after the designated billing office receives a proper invoice from the Contractor.

(2) The 30th day after Government acceptance of the work or services completed by the Contractor. For a final invoice when the payment amount is subject to contract settlement actions (e.g., release of claims), acceptance is deemed to occur on the effective date of the contract settlement.

W912EP-11-R-0042 00700-69

(B) If the designated billing office fails to annotate the invoice with the date of actual receipt at the time of receipt, the invoice payment due date is the 30th day after the date of the Contractor's invoice, provided the designated billing office receives a proper invoice and there is no disagreement over quantity, quality, or Contractor compliance with contract requirements.

(2) Contractor's invoice. The Contractor shall prepare and submit invoices to the designated billing office specified in the contract. A proper invoice must include the items listed in paragraphs (a)(2)(i) through (a)(2)(xi) of this clause. If the invoice does not comply with these requirements, the designated billing office must return it within 7 days after receipt, with the reasons why it is not a proper invoice. When computing any interest penalty owed the Contractor, the Government will take into account if the Government notifies the Contractor of an improper invoice in an untimely manner.

(i) Name and address of the Contractor.

(ii) Invoice date and invoice number. (The Contractor should date invoices as close as possible to the date of mailing or transmission.)

(iii) Contract number or other authorization for work or services performed (including order number and contract line item number).

(iv) Description of work or services performed.

(v) Delivery and payment terms (e.g., discount for prompt payment terms).

(vi) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).

(vii) Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice.

(viii) For payments described in paragraph (a)(1)(i) of this clause, substantiation of the amounts requested and certification in accordance with the requirements of the clause at 52.232-5, Payments Under Fixed-Price Construction Contracts.

(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.

(x) Electronic funds transfer (EFT) banking information.

(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.

(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision (e.g., 52.232-38, Submission of Electronic Funds Transfer Information with Offer), contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration), or applicable agency procedures.

(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.

(xi) Any other information or documentation required by the contract.

(3) Interest penalty. The designated payment office will pay an interest penalty automatically, without request from the Contractor, if payment is not made by the due date and the conditions listed in

W912EP-11-R-0042 00700-70 paragraphs (a)(3)(i) through (a)(3)(iii) of this clause are met, if applicable. However, when the due date falls on a Saturday, Sunday, or legal holiday, the designated payment office may make payment on the following working day without incurring a late payment interest penalty.

(i) The designated billing office received a proper invoice.

(ii) The Government processed a receiving report or other Government documentation authorizing payment and there was no disagreement over quantity, quality, Contractor compliance with any contract term or condition, or requested progress payment amount.

(iii) In the case of a final invoice for any balance of funds due the Contractor for work or services performed, the amount was not subject to further contract settlement actions between the Government and the Contractor.

(4) Computing penalty amount. The Government will compute the interest penalty in accordance with the Office of Management and Budget prompt payment regulations at 5 CFR part 1315.

(i) For the sole purpose of computing an interest penalty that might be due the Contractor for payments described in paragraph (a)(1)(ii) of this clause, Government acceptance or approval is deemed to occur constructively on the 7th day after the Contractor has completed the work or services in accordance with the terms and conditions of the contract. If actual acceptance or approval occurs within the constructive acceptance or approval period, the Government will base the determination of an interest penalty on the actual date of acceptance or approval. Constructive acceptance or constructive approval requirements do not apply if there is a disagreement over quantity, quality, or Contractor compliance with a contract provision. These requirements also do not compel Government officials to accept work or services, approve Contractor estimates, perform contract administration functions, or make payment prior to fulfilling their responsibilities.

(ii) The prompt payment regulations at 5 CFR 1315.10(c) do not require the Government to pay interest penalties if payment delays are due to disagreement between the Government and the Contractor over the payment amount or other issues involving contract compliance, or on amounts temporarily withheld or retained in accordance with the terms of the contract. The Government and the Contractor shall resolve claims involving disputes, and any interest that may be payable in accordance with the clause at FAR 52.233-1, Disputes.

(5) Discounts for prompt payment. The designated payment office will pay an interest penalty automatically, without request from the Contractor, if the Government takes a discount for prompt payment improperly. The Government will calculate the interest penalty in accordance with the prompt payment regulations at 5 CFR part 1315.

(6) Additional interest penalty. (i) The designated payment office will pay a penalty amount, calculated in accordance with the prompt payment regulations at 5 CFR part 1315 in addition to the interest penalty amount only if--

(A) The Government owes an interest penalty of $1 or more;

(B) The designated payment office does not pay the interest penalty within 10 days after the date the invoice amount is paid; and

(C) The Contractor makes a written demand to the designated payment office for additional penalty payment, in accordance with paragraph (a)(6)(ii) of this clause, postmarked not later than 40 days after the date the invoice amount is paid.

(ii)(A) The Contractor shall support written demands for additional penalty payments with the following data. The Government will not request any additional data. The Contractor shall--

W912EP-11-R-0042 00700-71 (1) Specifically assert that late payment interest is due under a specific invoice, and request payment of all overdue late payment interest penalty and such additional penalty as may be required;

(2) Attach a copy of the invoice on which the unpaid late payment interest was due; and

(3) State that payment of the principal has been received, including the date of receipt.

(B) If there is no postmark or the postmark is illegible--

(1) The designated payment office that receives the demand will annotate it with the date of receipt provided the demand is received on or before the 40th day after payment was made; or

(2) If the designated payment office fails to make the required annotation, the Government will determine the demand's validity based on the date the Contractor has placed on the demand, provided such date is no later than the 40th day after payment was made.

(b) Contract financing payments. If this contract provides for contract financing, the Government will make contract financing payments in accordance with the applicable contract financing clause.

(c) Subcontract clause requirements. The Contractor shall include in each subcontract for property or services (including a material supplier) for the purpose of performing this contract the following:

(1) Prompt payment for subcontractors. A payment clause that obligates the Contractor to pay the subcontractor for satisfactory performance under its subcontract not later than 7 days from receipt of payment out of such amounts as are paid to the Contractor under this contract.

(2) Interest for subcontractors. An interest penalty clause that obligates the Contractor to pay to the subcontractor an interest penalty for each payment not made in accordance with the payment clause--

(i) For the period beginning on the day after the required payment date and ending on the date on which payment of the amount due is made; and

(ii) Computed at the rate of interest established by the Secretary of the Treasury, and published in the Federal Register, for interest payments under section 12 of the Contract Disputes Act of 1978 (41 U.S.C. 611) in effect at the time the Contractor accrues the obligation to pay an interest penalty.

(3) Subcontractor clause flowdown. A clause requiring each subcontractor to use:

(i) Include a payment clause and an interest penalty clause conforming to the standards set forth in paragraphs (c)(1) and (c)(2) of this clause in each of its subcontracts; and

(ii) Require each of its subcontractors to include such clauses in their subcontracts with each lower-tier subcontractor or supplier.

(d) Subcontract clause interpretation. The clauses required by paragraph (c) of this clause shall not be construed to impair the right of the Contractor or a subcontractor at any tier to negotiate, and to include in their subcontract, provisions that--

(1) Retainage permitted. Permit the Contractor or a subcontractor to retain (without cause) a specified percentage of each progress payment otherwise due to a subcontractor for satisfactory performance under the subcontract without incurring any obligation to pay a late payment interest penalty, in accordance with terms and conditions agreed to by the parties to the subcontract, giving such recognition as the parties deem appropriate to the ability of a subcontractor to furnish a performance bond and a payment bond;

W912EP-11-R-0042 00700-72 (2) Withholding permitted. Permit the Contractor or subcontractor to make a determination that part or all of the subcontractor's request for payment may be withheld in accordance with the subcontract agreement; and

(3) Withholding requirements. Permit such withholding without incurring any obligation to pay a late payment penalty if--

(i) A notice conforming to the standards of paragraph (g) of this clause previously has been furnished to the subcontractor; and

(ii) The Contractor furnishes to the Contracting Officer a copy of any notice issued by a Contractor pursuant to paragraph (d)(3)(i) of this clause.

(e) Subcontractor withholding procedures. If a Contractor, after making a request for payment to the Government but before making a payment to a subcontractor for the subcontractor's performance covered by the payment request, discovers that all or a portion of the payment otherwise due such subcontractor is subject to withholding from the subcontractor in accordance with the subcontract agreement, then the Contractor shall--

(1) Subcontractor notice. Furnish to the subcontractor a notice conforming to the standards of paragraph (g) of this clause as soon as practicable upon ascertaining the cause giving rise to a withholding, but prior to the due date for subcontractor payment;

(2) Contracting Officer notice. Furnish to the Contracting Officer, as soon as practicable, a copy of the notice furnished to the subcontractor pursuant to paragraph (e)(1) of this clause;

(3) Subcontractor progress payment reduction. Reduce the subcontractor's progress payment by an amount not to exceed the amount specified in the notice of withholding furnished under paragraph (e)(1) of this clause;

(4) Subsequent subcontractor payment. Pay the subcontractor as soon as practicable after the correction of the identified subcontract performance deficiency, and--

(i) Make such payment within--

(A) Seven days after correction of the identified subcontract performance deficiency (unless the funds therefore must be recovered from the Government because of a reduction under paragraph (e)(5)(i)) of this clause; or

(B) Seven days after the Contractor recovers such funds from the Government; or

(ii) Incur an obligation to pay a late payment interest penalty computed at the rate of interest established by the Secretary of the Treasury, and published in the Federal Register, for interest payments under section 12 of the Contracts Disputes Act of 1978 (41 U.S.C. 611) in effect at the time the Contractor accrues the obligation to pay an interest penalty;

(5) Notice to Contracting Officer. Notify the Contracting Officer upon--

(i) Reduction of the amount of any subsequent certified application for payment; or

(ii) Payment to the subcontractor of any withheld amounts of a progress payment, specifying--

(A) The amounts withheld under paragraph (e)(1) of this clause; and

(B) The dates that such withholding began and ended; and

W912EP-11-R-0042 00700-73 (6) Interest to Government. Be obligated to pay to the Government an amount equal to interest on the withheld payments (computed in the manner provided in 31 U.S.C. 3903(c)(1)), from the 8th day after receipt of the withheld amounts from the Government until--

(i) The day the identified subcontractor performance deficiency is corrected; or

(ii) The date that any subsequent payment is reduced under paragraph (e)(5)(i) of this clause.

(f) Third-party deficiency reports—

(1) Withholding from subcontractor. If a Contractor, after making payment to a first-tier subcontractor, receives from a supplier or subcontractor of the first-tier subcontractor (hereafter referred to as a “second-tier subcontractor”) a written notice in accordance with the Miller Act (40 U.S.C. 3133), asserting a deficiency in such first-tier subcontractor's performance under the contract for which the Contractor may be ultimately liable, and the Contractor determines that all or a portion of future payments otherwise due such first-tier subcontractor is subject to withholding in accordance with the subcontract agreement, the Contractor may, without incurring an obligation to pay an interest penalty under paragraph (e)(6) of this clause--

(i) Furnish to the first-tier subcontractor a notice conforming to the standards of paragraph (g) of this clause as soon as practicable upon making such determination; and

(ii) Withhold from the first-tier subcontractor's next available progress payment or payments an amount not to exceed the amount specified in the notice of withholding furnished under paragraph (f)(1)(i) of this clause.

(2) Subsequent payment or interest charge. As soon as practicable, but not later than 7 days after receipt of satisfactory written notification that the identified subcontract performance deficiency has been corrected, the Contractor shall--

(i) Pay the amount withheld under paragraph (f)(1)(ii) of this clause to such first-tier subcontractor; or

(ii) Incur an obligation to pay a late payment interest penalty to such first-tier subcontractor computed at the rate of interest established by the Secretary of the Treasury, and published in the Federal Register, for interest payments under section 12 of the Contracts Disputes Act of 1978 (41 U.S.C. 611) in effect at the time the Contractor accrues the obligation to pay an interest penalty.

(g) Written notice of subcontractor withholding. The Contractor shall issue a written notice of any withholding to a subcontractor (with a copy furnished to the Contracting Officer), specifying--

(1) The amount to be withheld;

(2) The specific causes for the withholding under the terms of the subcontract; and

(3) The remedial actions to be taken by the subcontractor in order to receive payment of the amounts withheld.

(h) Subcontractor payment entitlement. The Contractor may not request payment from the Government of any amount withheld or retained in accordance with paragraph (d) of this clause until such time as the Contractor has determined and certified to the Contracting Officer that the subcontractor is entitled to the payment of such amount.

(i) Prime-subcontractor disputes. A dispute between the Contractor and subcontractor relating to the amount or entitlement of a subcontractor to a payment or a late payment interest penalty under a clause included in the subcontract pursuant to paragraph (c) of this clause does not constitute a dispute to which

W912EP-11-R-0042 00700-74 the Government is a party. The Government may not be interpleaded in any judicial or administrative proceeding involving such a dispute.

(j) Preservation of prime-subcontractor rights. Except as provided in paragraph (i) of this clause, this clause shall not limit or impair any contractual, administrative, or judicial remedies otherwise available to the Contractor or a subcontractor in the event of a dispute involving late payment or nonpayment by the Contractor or deficient subcontract performance or nonperformance by a subcontractor.

(k) Non-recourse for prime contractor interest penalty. The Contractor's obligation to pay an interest penalty to a subcontractor pursuant to the clauses included in a subcontract under paragraph (c) of this clause shall not be construed to be an obligation of the Government for such interest penalty. A cost- reimbursement claim may not include any amount for reimbursement of such interest penalty.

(l) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall--

(1) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the--

(i) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment);

(ii) Affected contract number and delivery order number if applicable;

(iii) Affected contract line item or sub line item, if applicable; and

(iv) Contractor point of contact.

(2) Provide a copy of the remittance and supporting documentation to the Contracting Officer.

(End of clause)

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2003)

(a) Method of payment. (1) All payments by the Government under this contract shall be made by electronic funds transfer (EFT), except as provided in paragraph (a)(2) of this clause. As used in this clause, the term “EFT” refers to the funds transfer and may also include the payment information transfer.

(2) In the event the Government is unable to release one or more payments by EFT, the Contractor agrees to either--

(i) Accept payment by check or some other mutually agreeable method of payment; or

(ii) Request the Government to extend the payment due date until such time as the Government can make payment by EFT (but see paragraph (d) of this clause).

(b) Contractor's EFT information. The Government shall make payment to the Contractor using the EFT information contained in the Central Contractor Registration (CCR) database. In the event that the EFT information changes, the Contractor shall be responsible for providing the updated information to the CCR database.

(c) Mechanisms for EFT payment. The Government may make payment by EFT through either the Automated Clearing House (ACH) network, subject to the rules of the National Automated Clearing

W912EP-11-R-0042 00700-75 House Association, or the Fedwire Transfer System. The rules governing Federal payments through the ACH are contained in 31 CFR part 210.

(d) Suspension of payment. If the Contractor's EFT information in the CCR database is incorrect, then the Government need not make payment to the Contractor under this contract until correct EFT information is entered into the CCR database; and any invoice or contract financing request shall be deemed not to be a proper invoice for the purpose of prompt payment under this contract. The prompt payment terms of the contract regarding notice of an improper invoice and delays in accrual of interest penalties apply.

(e) Liability for uncompleted or erroneous transfers. (1) If an uncompleted or erroneous transfer occurs because the Government used the Contractor's EFT information incorrectly, the Government remains responsible for--

(i) Making a correct payment;

(ii) Paying any prompt payment penalty due; and

(iii) Recovering any erroneously directed funds.

(2) If an uncompleted or erroneous transfer occurs because the Contractor's EFT information was incorrect, or was revised within 30 days of Government release of the EFT payment transaction instruction to the Federal Reserve System, and--

(i) If the funds are no longer under the control of the payment office, the Government is deemed to have made payment and the Contractor is responsible for recovery of any erroneously directed funds; or

(ii) If the funds remain under the control of the payment office, the Government shall not make payment, and the provisions of paragraph (d) of this clause shall apply.

(f) EFT and prompt payment. A payment shall be deemed to have been made in a timely manner in accordance with the prompt payment terms of this contract if, in the EFT payment transaction instruction released to the Federal Reserve System, the date specified for settlement of the payment is on or before the prompt payment due date, provided the specified payment date is a valid date under the rules of the Federal Reserve System.

(g) EFT and assignment of claims. If the Contractor assigns the proceeds of this contract as provided for in the assignment of claims terms of this contract, the Contractor shall require as a condition of any such assignment, that the assignee shall register separately in the CCR database and shall be paid by EFT in accordance with the terms of this clause. Notwithstanding any other requirement of this contract, payment to an ultimate recipient other than the Contractor, or a financial institution properly recognized under an assignment of claims pursuant to subpart 32.8, is not permitted. In all respects, the requirements of this clause shall apply to the assignee as if it were the Contractor. EFT information that shows the ultimate recipient of the transfer to be other than the Contractor, in the absence of a proper assignment of claims acceptable to the Government, is incorrect EFT information within the meaning of paragraph (d) of this clause.

(h) Liability for change of EFT information by financial agent. The Government is not liable for errors resulting from changes to EFT information made by the Contractor's financial agent.

(i) Payment information. The payment or disbursing office shall forward to the Contractor available payment information that is suitable for transmission as of the date of release of the EFT instruction to the Federal Reserve System. The Government may request the Contractor to designate a desired format and method(s) for delivery of payment information from a list of formats and methods the payment office is capable of executing. However, the Government does not guarantee that any particular format or method of delivery is available at any particular payment office and retains the latitude to use the format and delivery method most convenient to the Government. If the Government makes payment by check in

W912EP-11-R-0042 00700-76 accordance with paragraph (a) of this clause, the Government shall mail the payment information to the remittance address contained in the CCR database.

(End of clause)

52.233-1 DISPUTES. (JUL 2002)

(a) This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613).

(b) Except as provided in the Act, all disputes arising under or relating to this contract shall be resolved under this clause.

(c) Claim, as used in this clause, means a written demand or written assertion by one of the contracting parties seeking, as a matter of right, the payment of money in a sum certain, the adjustment or interpretation of contract terms, or other relief arising under or relating to this contract. However, a written demand or written assertion by the Contractor seeking the payment of money exceeding $100,000 is not a claim under the Act until certified. A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim under the Act. The submission may be converted to a claim under the Act, by complying with the submission and certification requirements of this clause, if it is disputed either as to liability or amount or is not acted upon in a reasonable time.

(d)(1) A claim by the Contractor shall be made in writing and, unless otherwise stated in this contract, submitted within 6 years after accrual of the claim to the Contracting Officer for a written decision. A claim by the Government against the Contractor shall be subject to a written decision by the Contracting Officer.

(2)(i) The contractors shall provide the certification specified in subparagraph (d)(2)(iii) of this clause when submitting any claim exceeding $100,000.

(ii) The certification requirement does not apply to issues in controversy that have not been submitted as all or part of a claim.

(iii) The certification shall state as follows: "I certify that the claim is made in good faith; that the supporting data are accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the contract adjustment for which the Contractor believes the Government is liable; and that I am duly authorized to certify the claim on behalf of the Contractor.

(3) The certification may be executed by any person duly authorized to bind the Contractor with respect to the claim.

(e) For Contractor claims of $100,000 or less, the Contracting Officer must, if requested in writing by the Contractor, render a decision within 60 days of the request. For Contractor-certified claims over $100,000, the Contracting Officer must, within 60 days, decide the claim or notify the Contractor of the date by which the decision will be made.

(f) The Contracting Officer's decision shall be final unless the Contractor appeals or files a suit as provided in the Act.

(g) If the claim by the Contractor is submitted to the Contracting Officer or a claim by the Government is presented to the Contractor, the parties, by mutual consent, may agree to use alternative dispute resolution (ADR). If the Contractor refuses an offer for ADR, the Contractor shall inform the Contracting Officer, in writing, of the Contractor's specific reasons for rejecting the request.

(h) The Government shall pay interest on the amount found due and unpaid from (1) the date the Contracting Officer receives the claim (certified, if required); or (2) the date that payment otherwise would

W912EP-11-R-0042 00700-77 be due, if that date is later, until the date of payment. With regard to claims having defective certifications, as defined in (FAR) 48 CFR 33.201, interest shall be paid from the date that the Contracting Officer initially receives the claim. Simple interest on claims shall be paid at the rate, fixed by the Secretary of the Treasury as provided in the Act, which is applicable to the period during which the Contracting Officer receives the claim and then at the rate applicable for each 6-month period as fixed by the Treasury Secretary during the pendency of the claim.

(i) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the Contracting Officer.

(End of clause)

52.233-3 PROTEST AFTER AWARD (AUG. 1996)

(a) Upon receipt of a notice of protest (as defined in FAR 33.101) or a determination that a protest is likely (see FAR 33.102(d)), the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop performance of the work called for by this contract. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Upon receipt of the final decision in the protest, the Contracting Officer shall either--

(1) Cancel the stop-work order; or

(2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract.

(b) If a stop-work order issued under this clause is canceled either before or after a final decision in the protest, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if--

(1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and

(2) The Contractor asserts its right to an adjustment within 30 days after the end of the period of work stoppage; provided that if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon a proposal at any time before final payment under this contract.

(c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement.

(d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order.

(e) The Government's rights to terminate this contract at any time are not affected by action taken under this clause.

(f) If, as the result of the Contractor's intentional or negligent misstatement, misrepresentation, or miscertification, a protest related to this contract is sustained, and the Government pays costs, as provided in FAR 33.102(b)(2) or 33.104(h)(1), the Government may require the Contractor to reimburse the Government the amount of such costs. In addition to any other remedy available, and pursuant to the

W912EP-11-R-0042 00700-78 requirements of Subpart 32.6, the Government may collect this debt by offsetting the amount against any payment due the Contractor under any contract between the Contractor and the Government.

(End of clause)

52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)

United States law will apply to resolve any claim of breach of this contract.

(End of clause)

52.236-2 DIFFERING SITE CONDITIONS (APR 1984)

(a) The Contractor shall promptly, and before the conditions are disturbed, give a written notice to the Contracting Officer of

(1) subsurface or latent physical conditions at the site which differ materially from those indicated in this contract, or

(2) unknown physical conditions at the site, of an unusual nature, which differ materially from those ordinarily encountered and generally recognized as inhering in work of the character provided for in the contract.

(b) The Contracting Officer shall investigate the site conditions promptly after receiving the notice. If the conditions do materially so differ and cause an increase or decrease in the Contractor's cost of, or the time required for, performing any part of the work under this contract, whether or not changed as a result of the conditions, an equitable adjustment shall be made under this clause and the contract modified in writing accordingly.

(c) No request by the Contractor for an equitable adjustment to the contract under this clause shall be allowed, unless the Contractor has given the written notice required; provided, that the time prescribed in (a) above for giving written notice may be extended by the Contracting Officer.

(d) No request by the Contractor for an equitable adjustment to the contract for differing site conditions shall be allowed if made after final payment under this contract.

(End of clause)

52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK (APR 1984)

(a) The Contractor acknowledges that it has taken steps reasonably necessary to ascertain the nature and location of the work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost, including but not limited to

(1) conditions bearing upon transportation, disposal, handling, and storage of materials;

(2) the availability of labor, water, electric power, and roads;

(3) uncertainties of weather, river stages, tides, or similar physical conditions at the site;

(4) the conformation and conditions of the ground; and (5) the character of equipment and facilities needed preliminary to and during work performance. The Contractor also acknowledges that it has satisfied itself as to the character, quality, and quantity of surface and subsurface materials or obstacles

W912EP-11-R-0042 00700-79 to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by the Government, as well as from the drawings and specifications made a part of this contract. Any failure of the Contractor to take the actions described and acknowledged in this paragraph will not relieve the Contractor from responsibility for estimating properly the difficulty and cost of successfully performing the work, or for proceeding to successfully perform the work without additional expense to the Government.

(b) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract.

(End of clause)

52.236-4 PHYSICAL DATA (APR 1984) (CESAJ ADAPTATION)

Data and information furnished or referred to below are 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 Section 00 31 32 of this contract). (b) Weather conditions (See Section 00 33 50 of this contract). (c) Transportation facilities (See Section 01 11 00 of this contract).

(End of clause)

52.236-5 MATERIAL AND WORKMANSHIP (APR 1984)

(a) All equipment, material, and articles incorporated into the work covered by this contract shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided in this contract. References in the specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. The Contractor may, at its option, use any equipment, material, article, or process that, in the judgment of the Contracting Officer, is equal to that named in the specifications, unless otherwise specifically provided in this contract.

(b) The Contractor shall obtain the Contracting Officer's approval of the machinery and mechanical and other equipment to be incorporated into the work. When requesting approval, the Contractor shall furnish to the Contracting Officer the name of the manufacturer, the model number, and other information concerning the performance, capacity, nature, and rating of the machinery and mechanical and other equipment. When required by this contract or by the Contracting Officer, the Contractor shall also obtain the Contracting Officer's approval of the material or articles which the Contractor contemplates incorporating into the work. When requesting approval, the Contractor shall provide full information concerning the material or articles. When directed to do so, the Contractor shall submit samples for approval at the Contractor's expense, with all shipping charges prepaid. Machinery, equipment, material, and articles that do not have the required approval shall be installed or used at the risk of subsequent rejection.

(c) All work under this contract shall be performed in a skillful and workmanlike manner. The Contracting Officer may require, in writing, that the Contractor remove from the work any employee the Contracting Officer deems incompetent, careless, or otherwise objectionable.

W912EP-11-R-0042 00700-80 (End of clause)

52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984)

At all times during performance of this contract and until the work is completed and accepted, the Contractor shall directly superintend the work or assign and have on the worksite a competent superintendent who is satisfactory to the Contracting Officer and has authority to act for the Contractor.

(End of clause)

52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991)

The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract.

(End of clause)

52.236-8 OTHER CONTRACTS (APR 1984)

The Government may undertake or award other contracts for additional work at or near the site of the work under this contract. The Contractor shall fully cooperate with the other contractors and with Government employees and shall carefully adapt scheduling and performing the work under this contract to accommodate the additional work, heeding any direction that may be provided by the Contracting Officer. The Contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor or by Government employees.

(End of clause)

52.236-9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS (APR 1984)

(a) The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site, which are not to be removed and which do not unreasonably interfere with the work required under this contract. The Contractor shall only remove trees when specifically authorized to do so, and shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the Contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the Contracting Officer.

(b) The Contractor shall protect from damage all existing improvements and utilities

(1) at or near the work site, and

(2) on adjacent property of a third party, the locations of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage

W912EP-11-R-0042 00700-81 promptly, the Contracting Officer may have the necessary work performed and charge the cost to the Contractor.

(End of clause)

52.236-10 OPERATIONS AND STORAGE AREAS (APR 1984)

(a) The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized or approved by the Contracting Officer. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor's performance.

(b) Temporary buildings (e.g., storage sheds, shops, offices) and utilities may be erected by the Contractor only with the approval of the Contracting Officer and shall be built with labor and materials furnished by the Contractor without expense to the Government. The temporary buildings and utilities shall remain the property of the Contractor and shall be removed by the Contractor at its expense upon completion of the work. With the written consent of the Contracting Officer, the buildings and utilities may be abandoned and need not be removed.

(c) The Contractor shall, under regulations prescribed by the Contracting Officer, use only established roadways, or use temporary roadways constructed by the Contractor when and as authorized by the Contracting Officer. When materials are transported in prosecuting the work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by any Federal, State, or local law or regulation. When it is necessary to cross curbs or sidewalks, the Contractor shall protect them from damage. The Contractor shall repair or pay for the repair of any damaged curbs, sidewalks, or roads.

(End of clause)

52.236-11 USE AND POSSESSION PRIOR TO COMPLETION (APR 1984)

(a) The Government shall have the right to take possession of or use any completed or partially completed part of the work. Before taking possession of or using any work, the Contracting Officer shall furnish the Contractor a list of items of work remaining to be performed or corrected on those portions of the work that the Government intends to take possession of or use. However, failure of the Contracting Officer to list any item of work shall not relieve the Contractor of responsibility for complying with the terms of the contract. The Government's possession or use shall not be deemed an acceptance of any work under the contract.

(b) While the Government has such possession or use, the Contractor shall be relieved of the responsibility for the loss of or damage to the work resulting from the Government's possession or use, notwithstanding the terms of the clause in this contract entitled "Permits and Responsibilities." If prior possession or use by the Government delays the progress of the work or causes additional expense to the Contractor, an equitable adjustment shall be made in the contract price or the time of completion, and the contract shall be modified in writing accordingly.

(End of clause)

52.236-12 CLEANING UP (APR 1984)

The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government.

W912EP-11-R-0042 00700-82 Upon completing the work, the Contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the Contracting Officer.

(End of clause)

52.236-13 ACCIDENT PREVENTION (NOV 1991) – ALTERNATE I (NOV 1991)

(a) The Contractor shall provide and maintain work environments and procedures which will

(1) safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities;

(2) avoid interruptions of Government operations and delays in project completion dates; and

(3) control costs in the performance of this contract.

(b) For these purposes on contracts for construction or dismantling, demolition, or removal of improvements, the Contractor shall-

(1) Provide appropriate safety barricades, signs, and signal lights;

(2) Comply with the standards issued by the Secretary of Labor at 29 CFR Part 1926 and 29 CFR Part 1910; and

(3) Ensure that any additional measures the Contracting Officer determines to be reasonably necessary for the purposes are taken.

(c) If this contract is for construction or dismantling, demolition or removal of improvements with any Department of Defense agency or component, the Contractor shall comply with all pertinent provisions of the latest version of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the solicitation.

(d) Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the Contractor's representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause.

(e) The Contractor shall insert this clause, including this paragraph (e), with appropriate changes in the designation of the parties, in subcontracts.

(f) Before commencing the work, the Contractor shall-

(1) Submit a written proposed plan for implementing this clause. The plan shall include an analysis of the significant hazards to life, limb, and property inherent in contract work performance and a plan for controlling these hazards; and

(2) Meet with representatives of the Contracting Officer to discuss and develop a mutual understanding relative to administration of the overall safety program.

W912EP-11-R-0042 00700-83 (End of clause)

52.236-15 SCHEDULES FOR CONSTRUCTION CONTRACTS (APR 1984)

(a) The Contractor shall, within five days after the work commences on the contract or another period of time determined by the Contracting Officer, prepare and submit to the Contracting Officer for approval three copies of a practicable schedule showing the order in which the Contractor proposes to perform the work, and the dates on which the Contractor contemplates starting and completing the several salient features of the work (including acquiring materials, plant, and equipment). The schedule shall be in the form of a progress chart of suitable scale to indicate appropriately the percentage of work scheduled for completion by any given date during the period. If the Contractor fails to submit a schedule within the time prescribed, the Contracting Officer may withhold approval of progress payments until the Contractor submits the required schedule.

(b) The Contractor shall enter the actual progress on the chart as directed by the Contracting Officer, and upon doing so shall immediately deliver three copies of the annotated schedule to the Contracting Officer. If, in the opinion of the Contracting Officer, the Contractor falls behind the approved schedule, the Contractor shall 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 in chart form as the Contracting Officer deems necessary to demonstrate how the approved rate of progress will be regained.

(c) Failure of the Contractor to comply with the requirements of the Contracting Officer under this clause 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 this contract.

(End of clause)

52.236-17 LAYOUT OF WORK (APR 1984)

The Contractor shall lay out its work from Government established base lines and bench marks indicated on the drawings, and shall be responsible for all measurements in connection with the layout. The Contractor shall furnish, at its own expense, all stakes, templates, platforms, equipment, tools, materials, and labor required to lay out any part of the work. The Contractor shall be responsible for executing the work to the lines and grades that may be established or indicated by the Contracting Officer. The Contractor shall also be responsible for maintaining and preserving all stakes and other marks established by the Contracting Officer until authorized to remove them. If such marks are destroyed by the Contractor or through its negligence before their removal is authorized, the Contracting Officer may replace them and deduct the expense of the replacement from any amounts due or to become due to the Contractor.

(End of clause)

52.236-21 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (FEB 1997)

(a) The Contractor shall keep on the work site a copy of the drawings and specifications and shall at all times give the Contracting Officer access thereto. Anything mentioned in the specifications and not shown on the drawings, or shown on the drawings and not mentioned in the specifications, shall be of like effect as if shown or mentioned in both. In case of difference between drawings and specifications, the

W912EP-11-R-0042 00700-84 specifications shall govern. In case of discrepancy in the figures, in the drawings, or in the specifications, the matter shall be promptly submitted to the Contracting Officer, who shall promptly make a determination in writing. Any adjustment by the Contractor without such a determination shall be at its own risk and expense. The Contracting Officer shall furnish from time to time such detailed drawings and other information as considered necessary, unless otherwise provided.

(b) Wherever in the specifications or upon the drawings the words "directed", "required", "ordered", "designated", "prescribed", or words of like import are used, it shall be understood that the "direction", "requirement", "order", "designation", or "prescription", of the Contracting Officer is intended and similarly the words "approved", "acceptable", "satisfactory", or words of like import shall mean "approved by," or "acceptable to", or "satisfactory to" the Contracting Officer, unless otherwise expressly stated.

(c) Where "as shown," as indicated", "as detailed", or words of similar import are used, it shall be understood that the reference is made to the drawings accompanying this contract unless stated otherwise. The word "provided" as used herein shall be understood to mean "provide complete in place," that is "furnished and installed".

(d) Shop drawings means drawings, submitted to the Government by the Contractor, subcontractor, or any lower tier subcontractor pursuant to a construction contract, showing in detail (1) the proposed fabrication and assembly of structural elements, and (2) the installation (i.e., fit, and attachment details) of materials or equipment. It includes drawings, diagrams, layouts, schematics, descriptive literature, illustrations, schedules, performance and test data, and similar materials furnished by the contractor to explain in detail specific portions of the work required by the contract. The Government may duplicate, use, and disclose in any manner and for any purpose shop drawings delivered under this contract.

(e) If this contract requires shop drawings, the Contractor shall coordinate all such drawings, and review them for accuracy, completeness, and compliance with contract requirements and shall indicate its approval thereon as evidence of such coordination and review. Shop drawings submitted to the Contracting Officer without evidence of the Contractor's approval may be returned for resubmission. The Contracting Officer will indicate an approval or disapproval of the shop drawings and if not approved as submitted shall indicate the Government's reasons therefor. Any work done before such approval shall be at the Contractor's risk. Approval by the Contracting Officer shall not relieve the Contractor from responsibility for any errors or omissions in such drawings, nor from responsibility for complying with the requirements of this contract, except with respect to variations described and approved in accordance with (f) below.

(f) If shop drawings show variations from the contract requirements, the Contractor shall describe such variations in writing, separate from the drawings, at the time of submission. If the Contracting Officer approves any such variation, the Contracting Officer shall issue an appropriate contract modification, except that, if the variation is minor or does not involve a change in price or in time of performance, a modification need not be issued.

(g) The Contractor shall submit to the Contracting Officer for approval four copies (unless otherwise indicated) of all shop drawings as called for under the various headings of these specifications. Three sets (unless otherwise indicated) of all shop drawings, will be retained by the Contracting Officer and one set will be returned to the Contractor.

(End of clause)

52.236-26 PRECONSTRUCTION CONFERENCE (FEB 1995)

If the Contracting Officer decides to conduct a preconstruction conference, the successful offeror will be notified and will be required to attend. The Contracting Officer's notification will include specific details regarding the date, time, and location of the conference, any need for attendance by subcontractors, and information regarding the items to be discussed.

W912EP-11-R-0042 00700-85

(End of clause)

52.242-13 BANKRUPTCY (JUL 1995)

In the event the Contractor enters into proceedings relating to bankruptcy, whether voluntary or involuntary, the Contractor agrees to furnish, by certified mail or electronic commerce method authorized by the contract, written notification of the bankruptcy to the Contracting Officer responsible for administering the contract. This notification shall be furnished within five days of the initiation of the proceedings relating to bankruptcy filing. This notification shall include the date on which the bankruptcy petition was filed, the identity of the court in which the bankruptcy petition was filed, and a listing of Government contract numbers and contracting offices for all Government contracts against which final payment has not been made. This obligation remains in effect until final payment under this contract.

(End of clause)

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 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)

52.243-4 CHANGES (JUN 2007)

(a) The Contracting Officer may, at any time, without notice to the sureties, if any, by written order designated or indicated to be a change order, make changes in the work within the general scope of the contract, including changes--

(1) In the specifications (including drawings and designs);

(2) In the method or manner of performance of the work;

(3) In the Government-furnished property or services; or

(4) Directing acceleration in the performance of the work.

W912EP-11-R-0042 00700-86 (b) Any other written or oral order (which, as used in this paragraph (b), includes direction, instruction, interpretation, or determination) from the Contracting Officer that causes a change shall be treated as a change order under this clause; provided, that the Contractor gives the Contracting Officer written notice stating

(1) the date, circumstances, and source of the order and

(2) that the Contractor regards the order as a change order.

(c) Except as provided in this clause, no order, statement, or conduct of the Contracting Officer shall be treated as a change under this clause or entitle the Contractor to an equitable adjustment.

(d) If any change under this clause causes an increase or decrease in the Contractor's cost of, or the time required for, the performance of any part of the work under this contract, whether or not changed by any such order, the Contracting Officer shall make an equitable adjustment and modify the contract in writing. However, except for an adjustment based on defective specifications, no adjustment for any change under paragraph (b) of this clause shall be made for any costs incurred more than 20 days before the Contractor gives written notice as required. In the case of defective specifications for which the Government is responsible, the equitable adjustment shall include any increased cost reasonably incurred by the Contractor in attempting to comply with the defective specifications.

(e) The Contractor must assert its right to an adjustment under this clause within 30 days after

(1) receipt of a written change order under paragraph (a) of this clause or (2) the furnishing of a written notice under paragraph (b) of this clause, by submitting to the Contracting Officer a written statement describing the general nature and amount of the proposal, unless this period is extended by the Government. The statement of proposal for adjustment may be included in the notice under paragraph (b) above.

(f) No proposal by the Contractor for an equitable adjustment shall be allowed if asserted after final payment under this contract.

(End of clause)

52.244-2 SUBCONTRACTS (OCT 2010)

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

Approved purchasing system means a Contractor's purchasing system that has been reviewed and approved in accordance with Part 44 of the Federal Acquisition Regulation (FAR).

Consent to subcontract means the Contracting Officer's written consent for the Contractor to enter into a particular subcontract.

Subcontract means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders.

(b) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpriced contract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordance with paragraph (c) or (d) of this clause.

(c) If the Contractor does not have an approved purchasing system, consent to subcontract is required for any subcontract that—

W912EP-11-R-0042 00700-87 (1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or

(2) Is fixed-price and exceeds—

(i) For a contract awarded by the Department of Defense, the Coast Guard, or the National Aeronautics and Space Administration, the greater of the simplified acquisition threshold or 5 percent of the total estimated cost of the contract; or

(ii) For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics and Space Administration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract.

(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer’s written consent before placing the following subcontracts: NONE

(e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract or modification thereof for which consent is required under paragraph (b), (c), or (d) of this clause, including the following information:

(i) A description of the supplies or services to be subcontracted.

(ii) Identification of the type of subcontract to be used.

(iii) Identification of the proposed subcontractor.

(iv) The proposed subcontract price.

(v) The subcontractor’s current, complete, and accurate certified cost or pricing data and Certificate of Current Cost or Pricing Data, if required by other contract provisions.

(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards when such data are required by other provisions of this contract.

(vii) A negotiation memorandum reflecting—

(A) The principal elements of the subcontract price negotiations;

(B) The most significant considerations controlling establishment of initial or revised prices;

(C) The reason certified cost or pricing data were or were not required;

(D) The extent, if any, to which the Contractor did not rely on the subcontractor’s certified cost or pricing data in determining the price objective and in negotiating the final price;

(E) The extent to which it was recognized in the negotiation that the subcontractor’s certified cost or pricing data were not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any such defective data on the total price negotiated;

(F) The reasons for any significant difference between the Contractor’s price objective and the price negotiated; and

(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shall identify each critical performance element, management decisions used to quantify each incentive element, reasons for the incentives, and a summary of all trade-off possibilities considered.

W912EP-11-R-0042 00700-88 (2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract for which consent is not required under paragraph (c), (d), or (e) of this clause.

(f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to any subcontract nor approval of the Contractor’s purchasing system shall constitute a determination—

(1) Of the acceptability of any subcontract terms or conditions;

(2) Of the allowability of any cost under this contract; or

(3) To relieve the Contractor of any responsibility for performing this contract.

(g) No subcontract or modification thereof placed under this contract shall provide for payment on a cost- plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed the fee limitations in FAR 15.404-4(c)(4)(i).

(h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and prompt notice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of the Contractor, may result in litigation related in any way to this contract, with respect to which the Contractor may be entitled to reimbursement from the Government.

(i) The Government reserves the right to review the Contractor’s purchasing system as set forth in FAR Subpart 44.3.

(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated during negotiations: See Section 00800, Clause 999.215-4001

(End of clause)

52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2010)

(a) Definitions.

"Commercial item", has the meaning contained in Federal Acquisition Regulation 2.101, Definitions.

"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 nondevelopmental 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 (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)), if the subcontract exceeds $5,000,000 and has a performance period of ore 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.

W912EP-11-R-0042 00700-89 (iii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).

(v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212(a));

(vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793).

(vii) 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.

(viii) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).

(ix) 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.

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

(End of clause)

52.246-12 INSPECTION OF CONSTRUCTION (AUG 1996)

(a) Definition. "Work" includes, but is not limited to, materials, workmanship, and manufacture and fabrication of components.

(b) The Contractor shall maintain an adequate inspection system and perform such inspections as will ensure that the work performed under the contract conforms to contract requirements. The Contractor shall maintain complete inspection records and make them available to the Government. All work shall be conducted under the general direction of the Contracting Officer and is subject to Government inspection and test at all places and at all reasonable times before acceptance to ensure strict compliance with the terms of the contract.

(c) Government inspections and tests are for the sole benefit of the Government and do not--

(1) Relieve the Contractor of responsibility for providing adequate quality control measures;

(2) Relieve the Contractor of responsibility for damage to or loss of the material before acceptance;

(3) Constitute or imply acceptance; or

(4) Affect the continuing rights of the Government after acceptance of the completed work under paragraph (i) of this section.

(d) The presence or absence of a Government inspector does not relieve the Contractor from any contract requirement, nor is the inspector authorized to change any term or condition of the specification without the Contracting Officer's written authorization.

W912EP-11-R-0042 00700-90 (e) The Contractor shall promptly furnish, at no increase in contract price, all facilities, labor, and material reasonably needed for performing such safe and convenient inspections and tests as may be required by the Contracting Officer. The Government may charge to the Contractor any additional cost of inspection or test when work is not ready at the time specified by the Contractor for inspection or test, or when prior rejection makes reinspection or retest necessary. The Government shall perform all inspections and tests in a manner that will not unnecessarily delay the work. Special, full size, and performance tests shall be performed as described in the contract.

(f) The Contractor shall, without charge, replace or correct work found by the Government not to conform to contract requirements, unless in the public interest the Government consents to accept the work with an appropriate adjustment in contract price. The Contractor shall promptly segregate and remove rejected material from the premises.

(g) If the Contractor does not promptly replace or correct rejected work, the Government may (1) by contract or otherwise, replace or correct the work and charge the cost to the Contractor or (2) terminate for default the Contractor's right to proceed.

(h) If, before acceptance of the entire work, the Government decides to examine already completed work by removing it or tearing it out, the Contractor, on request, shall promptly furnish all necessary facilities, labor, and material. If the work is found to be defective or nonconforming in any material respect due to the fault of the Contractor or its subcontractors, the Contractor shall defray the expenses of the examination and of satisfactory reconstruction. However, if the work is found to meet contract requirements, the Contracting Officer shall make an equitable adjustment for the additional services involved in the examination and reconstruction, including, if completion of the work was thereby delayed, an extension of time.

(i) Unless otherwise specified in the contract, the Government shall accept, as promptly as practicable after completion and inspection, all work required by the contract or that portion of the work the Contracting Officer determines can be accepted separately. Acceptance shall be final and conclusive except for latent defects, fraud, gross mistakes amounting to fraud, or the Government's rights under any warranty or guarantee.

(End of clause)

52.246-21 WARRANTY OF CONSTRUCTION (MAR 1994)

(a) In addition to any other warranties in this contract, the Contractor warrants, except as provided in paragraph (i) of this clause, that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, or design furnished, or workmanship performed by the Contractor or any subcontractor or supplier at any tier.

(b) This warranty shall continue for a period of 1 year from the date of final acceptance of the work. If the Government takes possession of any part of the work before final acceptance, this warranty shall continue for a period of 1 year from the date the Government takes possession.

(c) The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Government-owned or controlled real or personal property, when that damage is the result of--

(1) The Contractor's failure to conform to contract requirements; or

(2) Any defect of equipment, material, workmanship, or design furnished.

W912EP-11-R-0042 00700-91 (d) The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for 1 year from the date of repair or replacement.

(e) The Contracting Officer shall notify the Contractor, in writing, within a reasonable time after the discovery of any failure, defect, or damage.

(f) If the Contractor fails to remedy any failure, defect, or damage within a reasonable time after receipt of notice, the Government shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. (g) With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall--

(1) Obtain all warranties that would be given in normal commercial practice;

(2) Require all warranties to be executed, in writing, for the benefit of the Government, if directed by the Contracting Officer; and

(3) Enforce all warranties for the benefit of the Government, if directed by the Contracting Officer.

(h) In the event the Contractor's warranty under paragraph (b) of this clause has expired, the Government may bring suit at its expense to enforce a subcontractor's, manufacturer's, or supplier's warranty.

(i) Unless a defect is caused by the negligence of the Contractor or subcontractor or supplier at any tier, the Contractor shall not be liable for the repair of any defects of material or design furnished by the Government nor for the repair of any damage that results from any defect in Government-furnished material or design.

(j) This warranty shall not limit the Government's rights under the Inspection and Acceptance clause of this contract with respect to latent defects, gross mistakes, or fraud.

(End of clause)

52.248-3 VALUE ENGINEERING--CONSTRUCTION (OCT 2010)

(a) General. The Contractor is encouraged to develop, prepare, and submit value engineering change proposals (VECP's) voluntarily. The Contractor shall share in any instant contract savings realized from accepted VECP's, in accordance with paragraph (f) below.

(b) Definitions. "Collateral costs," as used in this clause, means agency costs of operation, maintenance, logistic support, or Government-furnished property.

"Collateral savings," as used in this clause, means those measurable net reductions resulting from a VECP in the agency's overall projected collateral costs, exclusive of acquisition savings, whether or not the acquisition cost changes.

"Contractor's development and implementation costs," as used in this clause, means those costs the Contractor incurs on a VECP specifically in developing, testing, preparing, and submitting the VECP, as well as those costs the Contractor incurs to make the contractual changes required by Government acceptance of a VECP.

"Government costs," as used in this clause, means those agency costs that result directly from developing and implementing the VECP, such as any net increases in the cost of testing, operations, maintenance, and logistic support. The term does not include the normal administrative costs of processing the VECP.

W912EP-11-R-0042 00700-92

"Instant contract savings," as used in this clause, means the estimated reduction in Contractor cost of performance resulting from acceptance of the VECP, minus allowable Contractor's development and implementation costs, including subcontractors' development and implementation costs (see paragraph (h) below).

"Value engineering change proposal (VECP)" means a proposal that--

(1) Requires a change to this, the instant contract, to implement; and

(2) Results in reducing the contract price or estimated cost without impairing essential functions or characteristics; provided, that it does not involve a change--

(i) In deliverable end item quantities only; or

(ii) To the contract type only.

(c) VECP preparation. As a minimum, the Contractor shall include in each VECP the information described in subparagraphs(c) (1) through (7) below. If the proposed change is affected by contractually required configuration management or similar procedures, the instructions in those procedures relating to format, identification, and priority assignment shall govern VECP preparation. The VECP shall include the following:

(1) A description of the difference between the existing contract requirement and that proposed, the comparative advantages and disadvantages of each, a justification when an item's function or characteristics are being altered, and the effect of the change on the end item's performance.

(2) A list and analysis of the contract requirements that must be changed if the VECP is accepted, including any suggested specification revisions.

(3) A separate, detailed cost estimate for

(i) the affected portions of the existing contract requirement and

(ii) the VECP. The cost reduction associated with the VECP shall take into account the Contractor's allowable development and implementation costs, including any amount attributable to subcontracts under paragraph (h) below.

(4) A description and estimate of costs the Government may incur in implementing the VECP, such as test and evaluation and operating and support costs.

(5) A prediction of any effects the proposed change would have on collateral costs to the agency.

(6) A statement of the time by which a contract modification accepting the VECP must be issued in order to achieve the maximum cost reduction, noting any effect on the contract completion time or delivery schedule.

(7) Identification of any previous submissions of the VECP, including the dates submitted, the agencies and contract numbers involved, and previous Government actions, if known.

(d) Submission. The Contractor shall submit VECP's to the Resident Engineer at the worksite, with a copy to the Contracting Officer.

(e) Government action.

W912EP-11-R-0042 00700-93 (1) The Contracting Officer will notify the Contractor of the status of the VECP within 45 calendar days after the contracting office receives it. If additional time is required, the Contracting Officer will notify the Contractor within the 45-day period and provide the reason for the delay and the expected date of the decision. The Government will process VECP's expeditiously; however, it shall not be liable for any delay in acting upon a VECP.

If the VECP is not accepted, the Contracting Officer will notify the Contractor in writing, explaining the reasons for rejection. The Contractor may withdraw any VECP, in whole or in part, at any time before it is accepted by the Government. The Contracting Officer may require that the Contractor provide written notification before undertaking significant expenditures for VECP effort.

Any VECP may be accepted, in whole or in part, by the Contracting Officer's award of a modification to this contract citing this clause. The Contracting Officer may accept the VECP, even though an agreement on price reduction has not been reached, by issuing the Contractor a notice to proceed with the change. Until a notice to proceed is issued or a contract modification applies a VECP to this contract, the Contractor shall perform in accordance with the existing contract. The decision to accept or reject all or part of any VECP is a unilateral decision made solely at the discretion of the Contracting Officer.

(f) Sharing.

(1) Rates. The Government's share of savings is determined by subtracting Government costs from instant contract savings and multiplying the result by

(i) 45 percent for fixed-price contracts or

(ii) 75 percent for cost-reimbursement contracts.

(2) Payment. Payment of any share due the Contractor for use of a VECP on this contract shall be authorized by a modification to this contract to--

(i) Accept the VECP;

(ii) Reduce the contract price or estimated cost by the amount of instant contract savings; and

(iii) Provide the Contractor's share of savings by adding the amount calculated to the contract price or fee.

(g) Collateral savings. If a VECP is accepted, the Contracting Officer will increase the instant contract amount by 20 percent of any projected collateral savings determined to be realized in a typical year of use after subtracting any Government costs not previously offset. However, the Contractor's share of collateral savings will not exceed the contract's firm-fixed-price or estimated cost, at the time the VECP is accepted, or $100,000, whichever is greater. The Contracting Officer is the sole determiner of the amount of collateral savings.

(h) Subcontracts. The Contractor shall include an appropriate value engineering clause in any subcontract of $65,000 or more and may include one in subcontracts of lesser value. In computing any adjustment in this contract's price under paragraph (f) above, the Contractor's allowable development and implementation costs shall include any subcontractor's allowable development and implementation costs clearly resulting from a VECP accepted by the Government under this contract, but shall exclude any value engineering incentive payments to a subcontractor. The Contractor may choose any arrangement for subcontractor value engineering incentive payments; provided that these payments shall not reduce the Government's share of the savings resulting from the VECP.

(i) Data. The Contractor may restrict the Government's right to use any part of a VECP or the supporting data by marking the following legend on the affected parts:

W912EP-11-R-0042 00700-94 "These data, furnished under the Value Engineering-- Construction clause of contract ...... , shall not be disclosed outside the Government or duplicated, used, or disclosed, in whole or in part, for any purpose other than to evaluate a value engineering change proposal submitted under the clause. This restriction does not limit the Government's right to use information contained in these data if it has been obtained or is otherwise available from the Contractor or from another source without limitations." If a VECP is accepted, the Contractor hereby grants the Government unlimited rights in the VECP and supporting data, except that, with respect to data qualifying and submitted as limited rights technical data, the Government shall have the rights specified in the contract modification implementing the VECP and shall appropriately mark the data. (The terms "unlimited rights" and "limited rights" are defined in Part 27 of the Federal Acquisition Regulation.)

(End of clause)

52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (MAY 2004) - ALTERNATE I (SEP 1996)

(a) The Government may terminate performance of work under this contract in whole or, from time to time, in part if the Contracting Officer determines that a termination is in the Government's interest. The Contracting Officer shall terminate by delivering to the Contractor a Notice of Termination specifying the extent of termination and the effective date.

(b) After receipt of a Notice of Termination, and except as directed by the Contracting Officer, the Contractor shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this clause:

(1) Stop work as specified in the notice.

(2) Place no further subcontracts or orders (referred to as subcontracts in this clause) for materials, services, or facilities, except as necessary to complete the continued portion of the contract.

(3) Terminate all subcontracts to the extent they relate to the work terminated.

(4) Assign to the Government, as directed by the Contracting Officer, all right, title, and interest of the Contractor under the subcontracts terminated, in which case the Government shall have the right to settle or to pay any termination settlement proposal arising out of those terminations.

(5) With approval or ratification to the extent required by the Contracting Officer, settle all outstanding liabilities and termination settlement proposals arising from the termination of subcontracts; the approval or ratification will be final for purposes of this clause.

(6) As directed by the Contracting Officer, transfer title and deliver to the Government (i) the fabricated or unfabricated parts, work in process, completed work, supplies, and other material produced or acquired for the work terminated, and (ii) the completed or partially completed plans, drawings, information, and other property that, if the contract had been completed, would be required to be furnished to the Government.

(7) Complete performance of the work not terminated.

(8) Take any action that may be necessary, or that the Contracting Officer may direct, for the protection and preservation of the property related to this contract that is in the possession of the Contractor and in which the Government has or may acquire an interest.

(9) Use its best efforts to sell, as directed or authorized by the Contracting Officer, any property of the types referred to in subparagraph (b)(6) of this clause; provided, however, that the Contractor (i) is not required to extend credit to any purchaser and (ii) may acquire the property under the conditions

W912EP-11-R-0042 00700-95 prescribed by, and at prices approved by, the Contracting Officer. The proceeds of any transfer or disposition will be applied to reduce any payments to be made by the Government under this contract, credited to the price or cost of the work, or paid in any other manner directed by the Contracting Officer.

(c) The Contractor shall submit complete termination inventory schedules no later than 120 days from the effective date of termination, unless extended in writing by the Contracting Officer upon written request of the Contractor within this 120-day period.

(d) After expiration of the plant clearance period as defined in Subpart 49.001 of the Federal Acquisition Regulation, the Contractor may submit to the Contracting Officer a list, certified as to quantity and quality, of termination inventory not previously disposed of, excluding items authorized for disposition by the Contracting Officer. The Contractor may request the Government to remove those items or enter into an agreement for their storage. Within 15 days, the Government will accept title to those items and remove them or enter into a storage agreement. The Contracting Officer may verify the list upon removal of the items, or if stored, within 45 days from submission of the list, and shall correct the list, as necessary, before final settlement.

(e) After termination, the Contractor shall submit a final termination settlement proposal to the Contracting Officer in the form and with the certification prescribed by the Contracting Officer. The Contractor shall submit the proposal promptly, but no later than 1 year from the effective date of termination, unless extended in writing by the Contracting Officer upon written request of the Contractor within this 1-year period. However, if the Contracting Officer determines that the facts justify it, a termination settlement proposal may be received and acted on after 1 year or any extension. If the Contractor fails to submit the proposal within the time allowed, the Contracting Officer may determine, on the basis of information available, the amount, if any, due the Contractor because of the termination and shall pay the amount determined.

(f) Subject to paragraph (e) of this clause, the Contractor and the Contracting Officer may agree upon the whole or any part of the amount to be paid or remaining to be paid because of the termination. The amount may include a reasonable allowance for profit on work done. However, the agreed amount, whether under this paragraph (g) or paragraph (g) of this clause, exclusive of costs shown in subparagraph (g)(3) of this clause, may not exceed the total contract price as reduced by (1) the amount of payments previously made and (2) the contract price of work not terminated. The contract shall be modified, and the Contractor paid the agreed amount. Paragraph (g) of this clause shall not limit, restrict, or affect the amount that may be agreed upon to be paid under this paragraph.

(g) If the Contractor and Contracting Officer fail to agree on the whole amount to be paid the Contractor because of the termination of work, the Contracting Officer shall pay the Contractor the amounts determined as follows, but without duplication of any amounts agreed upon under paragraph (f) of this clause:

(1) For contract work performed before the effective date of termination, the total (without duplication of any items) of--

(i) The cost of this work;

(ii) The cost of settling and paying termination settlement proposals under terminated subcontracts that are properly chargeable to the terminated portion of the contract if not included in subdivision (g)(1)(i) of this clause; and

(iii) A sum, as profit on subdivision (g)(1)(i) of this clause, determined by the Contracting Officer under 49.202 of the Federal Acquisition Regulation, in effect on the date of this contract, to be fair and reasonable; however, if it appears that the Contractor would have sustained a loss on the entire contract had it been completed, the Contracting Officer shall allow no profit under this subdivision (iii) and shall reduce the settlement to reflect the indicated rate of loss.

W912EP-11-R-0042 00700-96 (2) The reasonable costs of settlement of the work terminated, including--

(i) Accounting, legal, clerical, and other expenses reasonably necessary for the preparation of termination settlement proposals and supporting data;

(ii) The termination and settlement of subcontracts (excluding the amounts of such settlements); and

(iii) Storage, transportation, and other costs incurred, reasonably necessary for the preservation, protection, or disposition of the termination inventory.

(h) Except for normal spoilage, and except to the extent that the Government expressly assumed the risk of loss, the Contracting Officer shall exclude from the amounts payable to the Contractor under paragraph (g) of this clause, the fair value, as determined by the Contracting Officer, of property that is destroyed, lost, stolen, or damaged so as to become undeliverable to the Government or to a buyer.

(i) The cost principles and procedures of Part 31 of the Federal Acquisition Regulation, in effect on the date of this contract, shall govern all costs claimed, agreed to, or determined under this clause.

(j) The Contractor shall have the right of appeal, under the Disputes clause, from any determination made by the Contracting Officer under paragraph (e), (g), or (l) of this clause, except that if the Contractor failed to submit the termination settlement proposal or request for equitable adjustment within the time provided in paragraph (e) or (l), respectively, and failed to request a time extension, there is no right of appeal.

(k) In arriving at the amount due the Contractor under this clause, there shall be deducted--

(1) All unliquidated advance or other payments to the Contractor under the terminated portion of this contract;

(2) Any claim which the Government has against the Contractor under this contract; and

(3) The agreed price for, or the proceeds of sale of, materials, supplies, or other things acquired by the Contractor or sold under the provisions of this clause and not recovered by or credited to the Government.

(l) If the termination is partial, the Contractor may file a proposal with the Contracting Officer for an equitable adjustment of the price(s) of the continued portion of the contract. The Contracting Officer shall make any equitable adjustment agreed upon. Any proposal by the Contractor for an equitable adjustment under this clause shall be requested within 90 days from the effective date of termination unless extended in writing by the Contracting Officer.

(m)(1) The Government may, under the terms and conditions it prescribes, make partial payments and payments against costs incurred by the Contractor for the terminated portion of the contract, if the Contracting Officer believes the total of these payments will not exceed the amount to which the Contractor will be entitled.

(2) If the total payments exceed the amount finally determined to be due, the Contractor shall repay the excess to the Government upon demand, together with interest computed at the rate established by the Secretary of the Treasury under 50 U.S.C. App. 1215(b)(2). Interest shall be computed for the period from the date the excess payment is received by the Contractor to the date the excess is repaid. Interest shall not be charged on any excess payment due to a reduction in the Contractor's termination settlement proposal because of retention or other disposition of termination inventory until 10 days after the date of the retention or disposition, or a later date determined by the Contracting Officer because of the circumstances.

(n) Unless otherwise provided in this contract or by statute, the Contractor shall maintain all records and documents relating to the terminated portion of this contract for 3 years after final settlement. This

W912EP-11-R-0042 00700-97 includes all books and other evidence bearing on the Contractor's costs and expenses under this contract. The Contractor shall make these records and documents available to the Government, at the Contractor's office, at all reasonable times, without any direct charge. If approved by the Contracting Officer, photographs, microphotographs, or other authentic reproductions may be maintained instead of original records and documents.

(End of clause)

52.249-10 DEFAULT (FIXED-PRICE CONSTRUCTION) (APR 1984)

(a) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract including any extension, or fails to complete the work within this time, the Government may, by written notice to the Contractor, terminate the right to proceed with the work (or the separable part of the work) that has been delayed. In this event, the Government may take over the work and complete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Government resulting from the Contractor's refusal or failure to complete the work within the specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Government in completing the work.

(b) The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause, if--

(1) The delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include

(i) acts of God or of the public enemy,

(ii) acts of the Government in either its sovereign or contractual capacity,

(iii) acts of another Contractor in the performance of a contract with the Government,

(iv) fires,

(v) floods,

(vi) epidemics,

(vii) quarantine restrictions,

(viii) strikes,

(ix) freight embargoes,

(x) unusually severe weather, or delays of subcontractors or suppliers at any tier arising from unforeseeable causes beyond the control and without the fault or negligence of both the Contractor and the subcontractors or suppliers; and

(2) The Contractor, within 10 days from the beginning of any delay (unless extended by the Contracting Officer), notifies the Contracting Officer in writing of the causes of delay. The Contracting Officer shall ascertain the facts and the extent of delay. If, in the judgment of the Contracting Officer, the findings of fact warrant such action, the time for completing the work shall be extended. The findings of the Contracting Officer shall be final and conclusive on the parties, but subject to appeal under the Disputes clause.

W912EP-11-R-0042 00700-98

(c) If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Government.

The rights and remedies of the Government in this clause are in addition to any other rights and remedies provided by law or 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://farsite.hill.af.mil

(End of clause)

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any Defense FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

52.253-1 COMPUTER GENERATED FORMS (JAN 1991)

(a) Any data required to be submitted on a Standard or Optional Form prescribed by the Federal Acquisition Regulation (FAR) may be submitted on a computer generated version of the form, provided there is no change to the name, content, or sequence of the data elements on the form, and provided the form carries the Standard or Optional Form number and edition date.

(b) Unless prohibited by agency regulations, any data required to be submitted on an agency unique form prescribed by an agency supplement to the FAR may be submitted on a computer generated version of the form provided there is no change to the name, content, or sequence of the data elements on the form and provided the form carries the agency form number and edition date.

(c) If the Contractor submits a computer generated version of a form that is different than the required form, then the rights and obligations of the parties will be determined based on the content of the required form.

(End of clause)

252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991)

W912EP-11-R-0042 00700-99 (a) "Definition. Contracting officer's representative" means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions.

(b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract.

(End of clause)

252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (JAN 2009)

(a) Definition. Covered DoD official, as used in this clause, means an individual that--

(1) Leaves or left DoD service on or after January 28, 2008; and

(2)(i) Participated personally and substantially in an acquisition as defined in 41 U.S.C. 403(16) with a value in excess of $10 million, and serves or served--

(A) In an Executive Schedule position under subchapter II of chapter 53 of Title 5, United States Code;

(B) In a position in the Senior Executive Service under subchapter VIII of chapter 53 of Title 5, United States Code; or

(C) In a general or flag officer position compensated at a rate of pay for grade O-7 or above under section 201 of Title 37, United States Code; or

(ii) Serves or served in DoD in one of the following positions: Program manager, deputy program manager, procuring contracting officer, administrative contracting officer, source selection authority, member of the source selection evaluation board, or chief of a financial or technical evaluation team for a contract in an amount in excess of $10 million.

(b) The Contractor shall not knowingly provide compensation to a covered DoD official within 2 years after the official leaves DoD service, without first determining that the official has sought and received, or has not received after 30 days of seeking, a written opinion from the appropriate DoD ethics counselor regarding the applicability of post-employment restrictions to the activities that the official is expected to undertake on behalf of the Contractor.

(c) Failure by the Contractor to comply with paragraph (b) of this clause may subject the Contractor to rescission of this contract, suspension, or debarment in accordance with 41 U.S.C. 423(e)(3).

(End of clause)

252.203-7001 PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE- CONTRACT-RELATED FELONIES (DEC 2008)

(a) Definitions. As used in this clause—

(1) “Arising out of a contract with the DoD” means any act in connection with—

(i) Attempting to obtain;

W912EP-11-R-0042 00700-100 (ii) Obtaining, or

(iii) Performing a contract or first-tier subcontract of any agency, department, or component of the Department of Defense (DoD).

(2) “Conviction of fraud or any other felony” means any conviction for fraud or a felony in violation of state or Federal criminal statutes, whether entered on a verdict or plea, including a plea of nolo contendere, for which sentence has been imposed.

(3) “Date of conviction” means the date judgment was entered against the individual.

(b) Any individual who is convicted after September 29, 1988, of fraud or any other felony arising out of a contract with the DoD is prohibited from serving--

(1) In a management or supervisory capacity on this contract;

(2) On the board of directors of the Contractor;

(3) As a consultant, agent, or representative for the Contractor; or

(4) In any other capacity with the authority to influence, advise, or control the decisions of the Contractor with regard to this contract.

(c) Unless waived, the prohibition in paragraph (b) of this clause applies for not less than 5 years from the date of conviction.

(d) 10 U.S.C. 2408 provides that the Contractor shall be subject to a criminal penalty of not more than $500,000 if convicted of knowingly--

(1) Employing a person under a prohibition specified in paragraph (b) of this clause; or

(2) Allowing such a person to serve on the board of directors of the contractor or first-tier subcontractor.

(e) In addition to the criminal penalties contained in 10 U.S.C. 2408, the Government may consider other available remedies, such as—

(1) Suspension or debarment;

(2) Cancellation of the contract at no cost to the Government; or

(3) Termination of the contract for default.

(f) The Contractor may submit written requests for waiver of the prohibition in paragraph (b) of this clause to the Contracting Officer. Requests shall clearly identify—

(1) The person involved;

(2) The nature of the conviction and resultant sentence or punishment imposed;

(3) The reasons for the requested waiver; and

(4) An explanation of why a waiver is in the interest of national security.

(g) The Contractor agrees to include the substance of this clause, appropriately modified to reflect the identity and relationship of the parties, in all first-tier subcontracts exceeding the simplified acquisition

W912EP-11-R-0042 00700-101 threshold in Part 2 of the Federal Acquisition Regulation, except those for commercial items or components.

(h) Pursuant to 10 U.S.C. 2408(c), defense contractors and subcontractors may obtain information as to whether a particular person has been convicted of fraud or any other felony arising out of a contract with the DoD by contacting The Office of Justice Programs, The Denial of Federal Benefits Office, U.S. Department of Justice, telephone 301-937-1542; www.ojp.usdoj.gov/BJA/grant/DPFC.html''.

(End of clause)

252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2009)

The Contractor shall inform its employees in writing of employee whistleblower rights and protections under 10 U.S.C. 2409, as described in Subpart 203.9 of the Defense Federal Acquisition Regulation Supplement.

(End of clause)

252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)

The Contractor's procedures for protecting against unauthorized disclosure of information shall not require Department of Defense employees or members of the Armed Forces to relinquish control of their work products, whether classified or not, to the contractor.

(End of clause)

252.204-7004 CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (SEP 2007)

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

“Central Contractor Registration (CCR) database” means the primary Government repository for contractor information required for the conduct of business with the Government.

“Commercial and Government Entity (CAGE) code” means--

(1) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or

(2) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an “NCAGE code.”

“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.

“Data Universal Numbering System +4 (DUNS+4) number” means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4- character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11 of the Federal Acquisition Regulation) for the same parent concern.

“Registered in the CCR database” means that--

W912EP-11-R-0042 00700-102 (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database;

(2) The Contractor's CAGE code is in the CCR database; and

(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service, and has marked the records ``Active.'' The Contractor will be required to provide consent for TIN validation to the Government as part of the CCR registration process.

(b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database.

(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.

(1) An offeror may obtain a DUNS number-

(i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or

(ii) If located outside the United States, by contacting the local Dun and Bradstreet office.

(2) The offeror should be prepared to provide the following information:

(i) Company legal business.

(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.

(iii) Company Physical Street Address, City, State, and Zip Code.

(iv) Company Mailing Address, City, State and Zip Code (if separate from physical).

(v) Company Telephone Number.

(vi) Date the company was started.

(vii) Number of employees at your location.

(viii) Chief executive officer/key manager.

(ix) Line of business (industry).

(x) Company Headquarters name and address (reporting relationship within your entity).

(d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.

W912EP-11-R-0042 00700-103 (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.

(f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.

(g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.

(ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract.

(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract.

(h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757.

(End of clause)

252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991)

(a) Definition.

"Cooperative agreement holder" means a State or local government; a private, nonprofit organization; a tribal organization (as defined in section 4(c) of the Indian Self-Determination and Education Assistance Act (Pub. L. 93-268; 25 U.S.C. 450 (c))); or an economic enterprise (as defined in section 3(e) of the Indian Financing Act of 1974 (Pub. L. 93-362; 25 U.S.C. 1452(e))) whether such economic enterprise is organized for profit or nonprofit purposes; which has an agreement with the Defense Logistics Agency to furnish procurement technical assistance to business entities.

(b) The Contractor shall provide cooperative agreement holders, upon their request, with a list of those appropriate employees or offices responsible for entering into subcontracts under defense contracts. The

W912EP-11-R-0042 00700-104 list shall include the business address, telephone number, and area of responsibility of each employee or office.

(c) The Contractor need not provide the listing to a particular cooperative agreement holder more frequently than once a year.

(End of clause)

252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (DEC 2006)

(a) Unless the Government determines that there is a compelling reason to do so, the Contractor shall not enter into any subcontract in excess of $30,000 with a firm, or a subsidiary of a firm, that is identified in the Excluded Parties List System as being ineligible for the award of Defense contracts or subcontracts because it is owned or controlled by the government of a terrorist country.

(b) A corporate officer or a designee of the Contractor shall notify the Contracting Officer, in writing, before entering into a subcontract with a party that is identified, on the List of Parties Excluded from Federal Procurement and Nonprocurement Programs, as being ineligible for the award of Defense contracts or subcontracts because it is owned or controlled by the government of a terrorist country. The notice must include the name of the proposed subcontractor notwithstanding its inclusion on the List of Parties Excluded from Federal Procurement and Nonprocurement Programs.

(End of clause)

252.215-7000 PRICING ADJUSTMENTS (DEC 1991)

The term "pricing adjustment," as used in paragraph (a) of the clauses entitled "Price Reduction for Defective Cost or Pricing Data - Modifications," "Subcontractor Cost or Pricing Data," and "Subcontractor Cost or Pricing Data - Modifications," means the aggregate increases and/or decreases in cost plus applicable profits.

(End of clause)

252.219-7003 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)(OCT 2010)

This clause supplements the Federal Acquisition Regulation 52.219-9, Small Business Subcontracting Plan, clause of this contract.

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

Historically black colleges and universities means institutions determined by the Secretary of Education to meet the requirements of 34 CFR Section 608.2. The term also means any nonprofit research institution that was an integral part of such a college or university before November 14, 1986.

Minority institutions means institutions meeting the requirements of Section 1046(3) of the Higher Education Act of 1965 (20 U.S.C. 1135d-5(3)). The term also includes Hispanic-serving institutions as defined in Section 316(b)(1) of such Act (20 U.S.C. 1059c(b)(1)).

Summary Subcontract Report (SSR) Coordinator means the individual at the department or agency level who is registered in eSRS and is responsible for acknowledging receipt or rejecting SSRs in eSRS for the department or agency.

W912EP-11-R-0042 00700-105 (b) Except for company or division-wide commercial items subcontracting plans, the term ``small disadvantaged business,'' when used in the FAR 52.219-9 clause, includes historically black colleges and universities and minority institutions, in addition to small disadvantaged business concerns.

(c) Work under the contract or its subcontracts shall be credited toward meeting the small disadvantaged business concern goal required by paragraph

(d) of the FAR 52.219-9 clause when:

(1) It is performed on Indian lands or in joint venture with an Indian Tribe or a Tribally-owned corporation, and

(2) It meets the requirements of 10 U.S.C. 2323a.

(d) Subcontracts awarded to workshops approved by the Committee for Purchase from People Who are Blind or Severely Disabled (41 U.S.C. 46-48), may be counted toward the Contractor's small business subcontracting goal.

(e) A mentor firm, under the Pilot Mentor-Protege Program established under Section 831 of Public Law 101-510, as amended, may count toward its small disadvantaged business goal, subcontracts awarded--

(1) Protege firms which are qualified organizations employing the severely handicapped; and

(2) Former protege firms that meet the criteria in Section 831(g)(4) of Public Law 101-510.

(f) The master plan is approval by the Contractor's cognizant contract administration activity.

(g) In those subcontracting plans which specifically identify small businesses, the Contractor shall notify the Administrative Contracting Officer of any substitutions of firms that are not small business firms, for the small business firms specifically identified in the subcontracting plan. Notifications shall be in writing and shall occur within a reasonable period of time after award of the subcontract. Contractor-specified formats shall be acceptable.

(h)(1) For DoD, the Contractor shall submit reports in eSRS as follows:

(i) The Individual Subcontract Report (ISR) shall be submitted to the contracting officer at the procuring contracting office, even when contract administration has been delegated to the Defense Contract Management Agency.

(ii) An SSR for other than a commercial subcontracting plan, or construction and related maintenance repair contracts, shall be submitted in eSRS to the department or agency within DoD that administers the majority of the Contractor's individual subcontracting plans. An example would be Defense Finance and Accounting Service or Missile Defense Agency.

(2) For DoD, the authority to acknowledge receipt or reject reports in eSRS is as follows:

(i) The authority to acknowledge receipt or reject the ISR resides with the contracting officer who receives it, as described in paragraph (h)(1)(i) of this clause.

(ii) Except as provided in (h)(2)(iii), the authority to acknowledge receipt or reject SSRs in eSRS resides with the SSR Coordinator at the department or agency that administers the majority of the Contractor's individual subcontracting plans.

(iii) The authority to acknowledge receipt or reject SSRs for construction and related maintenance and repair contracts resides with the SSR Coordinator for each department or agency.

W912EP-11-R-0042 00700-106 (iv) The authority to acknowledge receipt or reject the Year-End Supplementary Report for Small Disadvantaged Businesses resides with the SSR Coordinator who acknowledges receipt or rejects the SSR.

(v) If the Contractor submits the Small Disadvantaged Business Participation report using eSRS, the authority to acknowledge receipt or reject this report in eSRS resides with the contracting officer who acknowledges receipt or rejects the ISR.

(End of clause)

252.223-7001 HAZARD WARNING LABELS (DEC 1991)

(a) "Hazardous material," as used in this clause, is defined in the Hazardous Material Identification and Material Safety Data clause of this contract.

(b) The Contractor shall label the item package (unit container) of any hazardous material to be delivered under this contract in accordance with the Hazard Communication Standard (29 CFR 1910.1200 et seq). The Standard requires that the hazard warning label conform to the requirements of the standard unless the material is otherwise subject to the labeling requirements of one of the following statutes:

(1) Federal Insecticide, Fungicide and Rodenticide Act;

(2) Federal Food, Drug and Cosmetics Act;

(3) Consumer Product Safety Act;

(4) Federal Hazardous Substances Act; or

(5) Federal Alcohol Administration Act.

(c) The Offeror shall list which hazardous material listed in the Hazardous Material Identification and Material Safety Data clause of this contract will be labeled in accordance with one of the Acts in paragraphs (b)(1) through (5) of this clause instead of the Hazard Communication Standard. Any hazardous material not listed will be interpreted to mean that a label is required in accordance with the Hazard Communication Standard.

MATERIAL (If None, Insert "None.") ACT ______

(d) The apparently successful Offeror agrees to submit, before award, a copy of the hazard warning label for all hazardous materials not listed in paragraph (c) of this clause. The Offeror shall submit the label with the Material Safety Data Sheet being furnished under the Hazardous Material Identification and Material Safety Data clause of this contract.

(e) The Contractor shall also comply with MIL-STD-129, Marking for Shipment and Storage (including revisions adopted during the term of this contract).

(End of clause)

252.223-7004 DRUG-FREE WORK FORCE (SEP 1988)

(a) Definitions.

W912EP-11-R-0042 00700-107

(1) "Employee in a sensitive position," as used in this clause, means an employee who has been granted access to classified information; or employees in other positions that the Contractor determines involve national security; health or safety, or functions other than the foregoing requiring a high degree of trust and confidence.

(2) "Illegal drugs," as used in this clause, means controlled substances included in Schedules I and II, as defined by section 802(6) of title 21 of the United States Code, the possession of which is unlawful under chapter 13 of that Title. The term "illegal drugs" does not mean the use of a controlled substance pursuant to a valid prescription or other uses authorized by law.

(b) The Contractor agrees to institute and maintain a program for achieving the objective of a drug-free work force. While this clause defines criteria for such a program, contractors are encouraged to implement alternative approaches comparable to the criteria in paragraph (c) that are designed to achieve the objectives of this clause.

(c) Contractor programs shall include the following, or appropriate alternatives:

(1) Employee assistance programs emphasizing high level direction, education, counseling, rehabilitation, and coordination with available community resources;

(2) Supervisory training to assist in identifying and addressing illegal drug use by Contractor employees;

(3) Provision for self-referrals as well as supervisory referrals to treatment with maximum respect for individual confidentiality consistent with safety and security issues;

(4) Provision for identifying illegal drug users, including testing on a controlled and carefully monitored basis. Employee drug testing programs shall be established taking account of the following:

(i) The Contractor shall establish a program that provides for testing for the use of illegal drugs by employees in sensitive positions. The extent of and criteria for such testing shall be determined by the Contractor based on considerations that include the nature of the work being performed under the contract, the employee's duties, and efficient use of Contractor resources, and the risks to health, safety, or national security that could result from the failure of an employee adequately to discharge his or her position.

(ii) In addition, the Contractor may establish a program for employee drug testing--

(A) When there is a reasonable suspicion that an employee uses illegal drugs; or

(B) When an employees has been involved in an accident or unsafe practice;

(C) As part of or as a follow-up to counseling or rehabilitation for illegal drug use;

(D) As part of a voluntary employee drug testing program.

(iii) The Contractor may establish a program to test applicants for employment for illegal drug use.

(iv) For the purpose of administering this clause, testing for illegal drugs may be limited to those substances for which testing is prescribed by section 2..1 of subpart B of the "Mandatory Guidelines for Federal Workplace Drug Testing Programs" (53 FR 11980 (April 11, 1988), issued by the Department of Health and Human Services.

(d) Contractors shall adopt appropriate personnel procedures to deal with employees who are found to be using drugs illegally. Contractors shall not allow any employee to remain on duty or perform in a

W912EP-11-R-0042 00700-108 sensitive position who is found to use illegal drugs until such times as the Contractor, in accordance with procedures established by the Contractor, determines that the employee may perform in such a position.

(e) The provisions of this clause pertaining to drug testing program shall not apply to the extent that are inconsistent with state or local law, or with an existing collective bargaining agreement; provided that with respect to the latter, the Contractor agrees those issues that are in conflict will be a subject of negotiation at the next collective bargaining session.

(End of clause)

252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (JUN 2010)

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

(1) Component means any item supplied to the Government as part of an end product or of another component.

(2) End product means supplies delivered under a line item of this contract.

(3) Qualifying country means a country with a reciprocal defense procurement memorandum of understanding or international agreement with the United States in which both countries agree to remove barriers to purchases of supplies produced in the other country or services performed by sources of the other country, and the memorandum or agreement complies, where applicable, with the requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and with 10 U.S.C. 2457. Accordingly, the following are qualifying countries:

Australia Austria Belgium Canada Denmark Egypt Finland France Germany Greece Israel Italy Luxembourg Netherlands Norway Portugal Spain Sweden Switzerland Turkey United Kingdom of Great Britain and Northern Ireland.

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

(5) U.S.-flag vessel means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States.

(b) The Contractor shall deliver under this contract only such of the following items, either as end products or components, that have been grown, reprocessed, reused, or produced in the United States:

W912EP-11-R-0042 00700-109

(1) Food.

(2) Clothing and the materials and components thereof, other than sensors, electronics, or other items added to, and not normally associated with, clothing and the materials and components thereof. Clothing includes items such as outerwear, headwear, underwear, nightwear, footwear, hosiery, handwear, belts, badges, and insignia.

(3) Tents, tarpaulins, or covers.

(4) Cotton and other natural fiber products.

(5) Woven or woven silk blends.

(6) Spun silk yarn for cartridge cloth.

(7) Synthetic fabric, and coated synthetic fabric, including all textile fibers and yarns that are for use in such fabrics.

(8) Canvas products.

(9) Wool (whether in the form of fiber or yarn or contained in fabrics, materials, or manufactured articles).

(10) Any item of individual equipment (Federal Supply Class 8465) manufactured from or containing fibers, yarns, fabrics, or materials listed in this paragraph (b).

(c) This clause does not apply--

(1) To items listed in section 25.104(a) of the Federal Acquisition Regulation (FAR), or other items for which the Government has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at U.S. market prices;

(2) To incidental amounts of cotton, other natural fibers, or wool incorporated in an end product, for which the estimated value of the cotton, other natural fibers, or wool--

(i) Is not more than 10 percent of the total price of the end product; and (ii) Does not exceed the simplified acquisition threshold in FAR part 2;

(3) To waste and byproducts of cotton or wool fiber for use in the production of propellants and explosives;

(4) To foods, other than fish, shellfish, or seafood, that have been manufactured or processed in the United States, regardless of where the foods (and any component if applicable) were grown or produced. Fish, shellfish, or seafood manufactured or processed in the United States and fish, shellfish, or seafood contained in foods manufactured or processed in the United States shall be provided in accordance with paragraph (d) of this clause;

(5) To chemical warfare protective clothing produced in a qualifying country; or

(6) To fibers and yarns that are for use in synthetic fabric or coated synthetic fabric (but does apply to the synthetic or coated synthetic fabric itself), if--

(i) The fabric is to be used as a component of an end product that is not a textile product. Examples of textile products, made in whole or in part of fabric, include--

W912EP-11-R-0042 00700-110 (A) Draperies, floor coverings, furnishings, and bedding (Federal Supply Group 72, Household and Commercial Furnishings and Appliances);

(B) Items made in whole or in part of fabric in Federal Supply Group 83, Textile/leather/furs/apparel/findings/ tents/flags, or Federal Supply Group 84, Clothing, Individual Equipment and Insignia;

(C) Upholstered seats (whether for household, office, or other use); and

(D) Parachutes (Federal Supply Class 1670); or

(ii) The fibers and yarns are pararamid fibers and continuous filament para-aramid yarns manufactured in a qualifying country.

(d)(1) Fish, shellfish, and seafood delivered under this contract, or contained in foods delivered under this contract--

(i) Shall be taken from the sea by U.S.-flag vessels; or

(ii) If not taken from the sea, shall be obtained from fishing within the United States; and

(2) Any processing or manufacturing of the fish, shellfish, or seafood shall be performed on a U.S.-flag vessel or in the United States.

(End of clause)

252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (SEP 2004)

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

Indian means--

(1) Any person who is a member of any Indian tribe, band, group, pueblo, or community that is recognized by the Federal Government as eligible for services from the Bureau of Indian Affairs (BIA) in accordance with 25 U.S.C. 1452(c); and

(2) Any ``Native'' as defined in the Alaska Native Claims Settlement Act (43 U.S.C. 1601 et seq.).

Indian organization means the governing body of any Indian tribe or entity established or recognized by the governing body of an Indian tribe for the purposes of 25 U.S.C. chapter 17.

Indian-owned economic enterprise means any Indian-owned (as determined by the Secretary of the Interior) commercial, industrial, or business activity established or organized for the purpose of profit, provided that Indian ownership constitutes not less than 51 percent of the enterprise.

Indian tribe means any Indian tribe, band, group, pueblo, or community, including native villages and native groups (including corporations organized by Kenai, Juneau, Sitka, and Kodiak) as defined in the Alaska Native Claims Settlement Act, that is recognized by the Federal Government as eligible for services from BIA in accordance with 25 U.S.C. 1452(c).

Interested party means a contractor or an actual or prospective offeror whose direct economic interest would be affected by the award of a subcontract or by the failure to award a subcontract.

Native Hawaiian small business concern means an entity that is--

W912EP-11-R-0042 00700-111

(1) A small business concern as defined in section 3 of the Small Business Act (15 U.S.C. 632) and relevant implementing regulations; and

(2) Owned and controlled by a Native Hawaiian as defined in 25 U.S.C. 4221(9).

(b) The Contractor shall use its best efforts to give Indian organizations, Indian-owned economic enterprises, and Native Hawaiian small business concerns the maximum practicable opportunity to participate in the subcontracts it awards, to the fullest extent consistent with efficient performance of the contract.

(c) The Contracting Officer and the Contractor, acting in good faith, may rely on the representation of an Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern as to its eligibility, unless an interested party challenges its status or the Contracting Officer has independent reason to question that status.

(d) In the event of a challenge to the representation of a subcontractor, the Contracting Officer will refer the matter to--

(1) For matters relating to Indian organizations or Indian-owned economic enterprises: U.S. Department of the Interior, Bureau of Indian Affairs, Attn: Chief, Division of Contracting and Grants Administration, 1849 C Street NW, MS-2626-MIB, Washington, DC 20240-4000. The BIA will determine the eligibility and will notify the Contracting Officer.

(2) For matters relating to Native Hawaiian small business concerns: Department of Hawaiian Home Lands, PO Box 1879, Honolulu, HI 96805. The Department of Hawaiian Home Lands will determine the eligibility and will notify the Contracting Officer.

(e) No incentive payment will be made--

(1) While a challenge is pending; or

(2) If a subcontractor is determined to be an ineligible participant.

(f)(1) The Contractor, on its own behalf or on behalf of a subcontractor at any tier, may request an incentive payment in accordance with this clause.

(2) The incentive amount that may be requested is 5 percent of the estimated cost, target cost, or fixed price included in the subcontract at the time of award to the Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern.

(3) In the case of a subcontract for commercial items, the Contractor may receive an incentive payment only if the subcontracted items are produced or manufactured in whole or in part by an Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern.

(4) The Contractor has the burden of proving the amount claimed and shall assert its request for an incentive payment prior to completion of contract performance.

(5) The Contracting Officer, subject to the terms and conditions of the contract and the availability of funds, will authorize an incentive payment of 5 percent of the estimated cost, target cost, or fixed price included in the subcontract awarded to the Indian organization, Indian-owned economic enterprise, or Native Hawaiian small business concern.

(6) If the Contractor requests and receives an incentive payment on behalf of a subcontractor, the Contractor is obligated to pay the subcontractor the incentive amount.

W912EP-11-R-0042 00700-112 (g) The Contractor shall insert the substance of this clause, including this paragraph (g), in all subcontracts exceeding $500,000.

(End of clause)

252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991)

When the allowability of costs under this contract is determined in accordance with part 31 of the Federal Acquisition Regulation (FAR), allowability shall also be determined in accordance with part 231 of the Defense FAR Supplement, in effect on the date of this contract.

(End of clause)

252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)

(a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt.

(b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide--

(1) The total dollar amount of the levy;

(2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and

(3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation.

(c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including--

(1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and

(2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or

(ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation.

(d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act.

(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 --

W912EP-11-R-0042 00700-113

(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.

(End of clause)

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--

(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:

W912EP-11-R-0042 00700-114

Title File Drawing No. Replace Trash Rake/Rack Systems W912EP-11-R-0042 G001 at Pumping Station S-362

(End of clause)

252.236-7002 OBSTRUCTION OF NAVIGABLE WATERWAYS. (DEC 1991)

(a) The Contractor shall --

(1) Promptly recover and remove any material, plant, machinery, or appliance which the contractor loses, dumps, throws overboard, sinks, or misplaces, and which, in the opinion of the Contracting Officer, may be dangerous to or obstruct navigation;

(2) Give immediate notice, with description and locations of any such obstructions, to the Contracting Officer; and

(3) When required by the Contracting Officer, mark or buoy such obstructions until the same are removed.

(b) The Contracting Officer may --

(1) Remove the obstructions by contract or otherwise should the Contractor refuse, neglect, or delay compliance with paragraph (a) of this clause; and

(2) Deduct the cost of removal from any monies due or to become due to the Contractor; or

(3) Recover the cost of removal under the Contractor's bond.

(c) The Contractor's liability for the removal of a vessel wrecked or sunk without fault or negligence is limited to that provided in sections 15, 19, and 20 of the River and Harbor Act of March 3, 1899 (33 U.S.C. 410 et. seq.).

(End of clause)

252.236-7008 CONTRACT PRICES - BIDDING SCHEDULES. (DEC 1991)

(a) The Government's payment for the items listed in the Bidding Schedule shall constitute full compensation to the Contractor for --

(1) Furnishing all plant, labor, equipment, appliances, and materials; and

(2) Performing all operations required to complete the work in conformity with the drawings and specifications.

(b) The Contractor shall include in the prices for the items listed in the Bidding Schedule all costs for work in the specifications, whether or not specifically listed in the Bidding Schedule.

(End of clause)

252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991)

W912EP-11-R-0042 00700-115 When costs are a factor in any price adjustment under this contract, the contract cost principles and procedures in FAR part 31 and DFARS part 231, in effect on the date of this contract, apply.

(End of clause)

252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (MAR 1998)

(a) The amount of any request for equitable adjustment to contract terms shall accurately reflect the contract adjustment for which the Contractor believes the Government is liable. The request shall include only costs for performing the change, and shall not include any costs that already have been reimbursed or that have been separately claimed. All indirect costs included in the request shall be properly allocable to the change in accordance with applicable acquisition regulations.

(b) In accordance with 10 U.S.C. 2410(a), any request for equitable adjustment to contract terms that exceeds the simplified acquisition threshold shall bear, at the time of submission, the following certificate executed by an individual authorized to certify the request on behalf of the Contractor:

I certify that the request is made in good faith, and that the supporting data are accurate and complete to the best of my knowledge and belief.

------(Official's Name) ------(Title)

(c) The certification in paragraph (b) of this clause requires full disclosure of all relevant facts, including--

(1) Cost or pricing data if required in accordance with subsection 15.403-4 of the Federal Acquisition Regulation (FAR); and

(2) Information other than cost or pricing data, in accordance with subsection 15.403-3 of the FAR, including actual cost data and data to support any estimated costs, even if cost or pricing data are not required.

(d) The certification requirement in paragraph (b) of this clause does not apply to----

(1) Requests for routine contract payments; for example, requests for payment for accepted supplies and services, routine vouchers under a cost-reimbursement type contract, or progress payment invoices; or

(2) Final adjustment under an incentive provision of the contract.

(End of clause)

252.247-7023 Transportation of Supplies by Sea (MAY 2002)

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

(1) "Components" means articles, materials, and supplies incorporated directly into end products at any level of manufacture, fabrication, or assembly by the Contractor or any subcontractor.

(2) "Department of Defense" (DoD) means the Army, Navy, Air Force, Marine Corps, and defense agencies.

(3) "Foreign flag vessel" means any vessel that is not a U.S.-flag vessel.

W912EP-11-R-0042 00700-116

(4) "Ocean transportation" means any transportation aboard a ship, vessel, boat, barge, or ferry through international waters.

(5) "Subcontractor" means a supplier, materialman, distributor, or vendor at any level below the prime contractor whose contractual obligation to perform results from, or is conditioned upon, award of the prime contract and who is performing any part of the work or other requirement of the prime contract.

(6) "Supplies" means all property, except land and interests in land, that is clearly identifiable for eventual use by or owned by the DoD at the time of transportation by sea.

(i) An item is clearly identifiable for eventual use by the DoD if, for example, the contract documentation contains a reference to a DoD contract number or a military destination.

(ii) "Supplies" includes (but is not limited to) public works; buildings and facilities; ships; floating equipment and vessels of every character, type, and description, with parts, subassemblies, accessories, and equipment; machine tools; material; equipment; stores of all kinds; end items; construction materials; and components of the foregoing.

(7) "U.S.-flag vessel" means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States.

(b)(1) The Contractor shall use U.S.-flag vessels when transporting any supplies by sea under this contract.

(2) A subcontractor transporting supplies by sea under this contract shall use U.S.-flag vessels if--

(i) This contract is a construction contract; or

(ii) The supplies being transported are--

(A) Noncommercial items; or

(B) Commercial items that--

(1) The Contractor is reselling or distributing to the Government without adding value (generally, the Contractor does not add value to items that it contracts for f.o.b. destination shipment);

(2) Are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations; or

(3) Are commissary or exchange cargoes transported outside of the Defense Transportation System in accordance with 10 U.S.C. 2643.

(c) The Contractor and its subcontractors may request that the Contracting Officer authorize shipment in foreign-flag vessels, or designate available U.S.-flag vessels, if the Contractor or a subcontractor believes that --

(1) U.S.-flag vessels are not available for timely shipment;

(2) The freight charges are inordinately excessive or unreasonable; or

(3) Freight charges are higher than charges to private persons for transportation of like goods.

(d) The Contractor must submit any request for use of other than U.S.-flag vessels in writing to the Contracting Officer at least 45 days prior to the sailing date necessary to meet its delivery schedules.

W912EP-11-R-0042 00700-117 The Contracting Officer will process requests submitted after such date(s) as expeditiously as possible, but the Contracting Officer's failure to grant approvals to meet the shipper's sailing date will not of itself constitute a compensable delay under this or any other clause of this contract. Requests shall contain at a minimum --

(1) Type, weight, and cube of cargo;

(2) Required shipping date;

(3) Special handling and discharge requirements;

(4) Loading and discharge points;

(5) Name of shipper and consignee;

(6) Prime contract number; and

(7) A documented description of efforts made to secure U.S.-flag vessels, including points of contact (with names and telephone numbers) with at least two U.S.-flag carriers contacted. Copies of telephone notes, telegraphic and facsimile message or letters will be sufficient for this purpose.

(e) The Contractor shall, within 30 days after each shipment covered by this clause, provide the Contracting Officer and the Maritime Administration, Office of Cargo Preference, U.S. Department of Transportation, 400 Seventh Street SW., Washington, DC 20590, one copy of the rated on board vessel operating carrier's ocean bill of lading, which shall contain the following information:

(1) Prime contract number;

(2) Name of vessel;

(3) Vessel flag of registry;

(4) Date of loading;

(5) Port of loading;

(6) Port of final discharge;

(7) Description of commodity;

(8) Gross weight in pounds and cubic feet if available;

(9) Total ocean freight in U.S. dollars; and

(10) Name of the steamship company.

(f) The Contractor shall provide with its final invoice under this contract a representation that to the best of its knowledge and belief--

(1) No ocean transportation was used in the performance of this contract;

(2) Ocean transportation was used and only U.S.-flag vessels were used for all ocean shipments under the contract;

(3) Ocean transportation was used, and the Contractor had the written consent of the Contracting Officer for all non-U.S.-flag ocean transportation; or

W912EP-11-R-0042 00700-118

(4) Ocean transportation was used and some or all of the shipments were made on non-U.S.-flag vessels without the written consent of the Contracting Officer. The Contractor shall describe these shipments in the following format:

ITEM CONTRACT QUANTITY DESCRIPTION LINE ITEMS ______TOTAL______

(g) If the final invoice does not include the required representation, the Government will reject and return it to the Contractor as an improper invoice for the purposes of the Prompt Payment clause of this contract. In the event there has been unauthorized use of non-U.S.-flag vessels in the performance of this contract, the Contracting Officer is entitled to equitably adjust the contract, based on the unauthorized use.

(h) In the award of subcontracts for the types of supplies described in paragraph (b)(2) of this clause, the Contractor shall flow down the requirements of this clause as follows:

(1) The Contractor shall insert the substance of this clause, including this paragraph (h), in subcontracts that exceed the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation.

(2) The Contractor shall insert the substance of paragraphs (a) through (e) of this clause, and this paragraph (h), in subcontracts that are at or below the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation.

(End of clause)

252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000)

(a) The Contractor has indicated by the response to the solicitation provision, Representation of Extent of Transportation by Sea, that it did not anticipate transporting by sea any supplies. If, however, after the award of this contract, the Contractor learns that supplies, as defined in the Transportation of Supplies by Sea clause of this contract, will be transported by sea, the Contractor --

(1) Shall notify the Contracting Officer of that fact; and

(2) Hereby agrees to comply with all the terms and conditions of the Transportation of Supplies by Sea clause of this contract.

(b) The Contractor shall include this clause; including this paragraph (b), revised as necessary to reflect the relationship of the contracting parties--

(1) In all subcontracts under this contract, if this contract is a construction contract; or

(2) If this contract is not a construction contract, in all subcontracts under this contract that are for--

(i) Noncommercial items; or

(ii) Commercial items that--

W912EP-11-R-0042 00700-119 (A) The Contractor is reselling or distributing to the Government without adding value (generally, the Contractor does not add value to items that it subcontracts for f.o.b. destination shipment);

(B) Are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations; or

(C) Are commissary or exchange cargoes transported outside of the Defense Transportation System in accordance with 10 U.S.C. 2643.

(End of clause)

W912EP-11-R-0042 00700-120 SECTION 00800

SPECIAL REQUIREMENTS

52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) (CESAJ ADAPTATION) 998.231-1 EFARS 52.231-5000 EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE (MAR 1995) 998.249-1 EFARS 52.249-5000 BASIS FOR TERMINATION SETTLEMENT PROPOSALS 999.201-4002 UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL 999.203-4000 DFARS 203-70 - CONTRACTOR STANDARDS OF CONDUCT 999.215-4001 LIMITATIONS ON SUBSTITUTIONS FOR CERTAIN POSITIONS AND/OR SUBCONTRACTORS 999.223-4026 U.S. ARMY CORPS OF ENGINEERS SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-1-1 999.236-4003 CONSTRUCTION CONTRACTOR PERFORMANCE EVALUATIONS 999.232-4030 NOTICE TO MARINERS -- CONSTRUCTION CONTRACTS

W912EP-11-R-0042 00800-i SECTION 00800

SPECIAL REQUIREMENTS

52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) (CESAJ ADAPTATION)

(a) "Hazardous material", as used in this clause, includes any material defined as hazardous under the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract).

(b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract (see Note 1 below). The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract.

Material Identification No. (If none, insert "None") (See Note 2 below)

______

______

______

(c) This list must be updated during performance of the contract whenever the Contractor determines that any other material to be delivered under this contract is hazardous.

(d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsible and ineligible for award.

(e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No. 313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor shall promptly notify the Contracting Officer and resubmit the data.

(f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel or property.

(g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal, State, and local laws, codes, ordinances, and regulations (including the obtaining of licenses and permits) in connection with hazardous material.

(h) The Government's rights in data furnished under this contract with respect to hazardous material are as follows:

(1) To use, duplicate and disclose any data to which this clause is applicable. The purposes of this right are to--

(i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging,

W912EP-11-R-0042 00800-1 transporting, or disposing of hazardous materials;

(ii) Obtain medical treatment for those affected by the material; and

(iii) Have others use, duplicate, and disclose the data for the Government for these purposes.

(2) To use, duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1) of this clause, in precedence over any other clause of this contract providing for rights in data.

(3) The Government is not precluded from using similar or identical data acquired from other sources.

(End of clause)

Notes: 1. The phrase “to be delivered under this contract” shall be interpreted to include hazardous materials to be consumed in the performance of the work even though such materials may not be delivered to the Government as end items. 2. The use (or consumption) of some kind of hazardous material is required for the performance of almost every construction (including dredging) contract and in many service contracts. Therefore, the offeror should not enter “none” without first evaluating the work and making a positive determination that no such materials will be introduced to the job site. If the offeror is not sure of the identity of hazardous materials that may be used during the performance of the work, the offeror should enter “unknown at this time.” Regardless of the offeror’s entry, the successful offeror (the Contractor) will be required to submit material safety data sheets prior to introducing any hazardous materials to the job site.

(End of notes)

EFARS 52.231-5000 EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE (MAR 1995)

(a) This clause does not apply to terminations. See 52.249-5000, Basis for Termination Settlement Proposals, and FAR Part 49. (b) Allowable cost 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 EP 1110-1-8, Construction Equipment Ownership and Operating Expense Schedule, Region III. 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. (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 small purchase threshold, 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.

W912EP-11-R-0042 00800-2 (End of clause) (CESAJ paragraph number 998.231-1)

EFARS 52.249-5000 BASIS FOR TERMINATION SETTLEMENT PROPOSALS

Actual costs will be used to determine equipment costs for a settlement proposal submitted on the total cost basis under FAR 49.206-2(b). In evaluating a termination settlement proposal using the total cost basis, the following principles will be applied to determine allowable equipment costs: Actual costs for each piece of equipment, or groups of similar serial or series equipment, need not be available in the contractor's accounting records to determine total actual equipment costs. If equipment costs have been allocated to a contract using predetermined rates , those charges will be adjusted to actual costs. (3) Recorded job costs adjusted for unallowable expenses will be used to determine equipment operating expenses. (4) Ownership costs (depreciation) will be determined using the contractor's depreciation schedule (subject to the provisions of FAR 31.205-11). (5) License, taxes, storage and insurance costs are normally recovered as an indirect expense and unless the contractor charges these costs directly to contracts, they will be recovered through the indirect expense rate.

(End of clause) (CESAJ paragraph number 998.249-1)

UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL

The Contractor shall not accept any instructions issued by any person, employed by the Government or otherwise, other than the Contracting Officer or the Contracting Officer's Representative (COR) acting within the limits of the COR’s authority. See the Contracting Officer's Representative clause of this contract.

(End of paragraph number 999.201-4002)

DFARS 203-70 – CONTRACTOR STANDARDS OF CONDUCT

The following excerpt from DFARS subpart 203.70 is presented as a reminder: 203.7000 Policy. Government contractors must conduct themselves with the highest degree of integrity and honesty. Contractors should have standards of conduct and internal control systems that-- (1) Are suitable to the size of the company and the extent of their involvement in Government contracting; (2) Promote such standards; (3) Facilitate timely discovery and disclosure of improper conduct in connection with Government contracts; and (4) Ensure corrective measures are promptly instituted and carried out. 203.7001 Procedures. (a) A contractor's system of management controls should provide for-- (1) A written code of business ethics and conduct and an ethics training program for all employees; (2) Periodic reviews of company business practices, procedures, policies, and internal controls for compliance with standards of conduct and the special requirements of Government contracting; (3) A mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports; (4) Internal and/or external audits, as appropriate; (5) Disciplinary action for improper conduct;

W912EP-11-R-0042 00800-3 (6) Timely reporting to appropriate Government officials of any suspected or possible violation of law in connection with Government contracts or any other irregularities in connection with such contracts; and (7) Full cooperation with any Government agencies responsible for either investigation or corrective actions.

(End of paragraph number 999.203-4000)

LIMITATIONS ON SUBSTITUTIONS FOR CERTAIN POSITIONS AND/OR SUBCONTRACTORS

The award decision for this contract was based, in part, on an evaluation of the personnel and/or subcontractors the Contractor included in its proposal for the positions and/or items of subcontracted work identified at the end of this paragraph. The Contractor agrees these personnel and/or subcontractors will be employed as described in its proposal and no substitutes will be employed without prior written approval of the Contracting Officer or Administrative Contracting Officer. The Contractor further agrees that any proposed substitutes shall meet or exceed the qualifications of the original personnel and/or subcontractors. If the Contractor’s proposal did not name a subcontractor for an identified item of work, the Contractor will not be allowed to subcontract that item of work without prior approval of the Contracting Officer or Administrative Contracting Officer. The limitations described herein shall apply to any major subcontractors (See Section 00100A for definition of a major subcontractor).

(End of paragraph number 999.215-4001)

U.S. ARMY CORPS OF ENGINEERS SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-1-1

This paragraph applies to contracts and purchase orders that require the contractor to comply with EM 385-1-1 (e.g., contracts that include the Accident Prevention clause at FAR 52.236-13 and/or other safety provisions). EM 385-1-1 and its changes are available at http://www.usace.army.mil/ceso. The Contractor shall be responsible for complying with the current edition and all changes posted on the web as of the date the solicitation for this contract/purchase order was issued.

(End of paragraph number 999.223-4026)

999.236-4003 CONSTRUCTION CONTRACTOR PERFORMANCE EVALUATIONS

In accordance with the provisions of Subpart 36.201 (Evaluation of Contractor Performance) of the Federal Acquisition Regulation (FAR), construction contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Regulation 415-1-17 to fulfill this FAR requirement. For construction contracts awarded at or above $550,000.00, the USACE will evaluate contractor's performance and prepare a performance report using the Construction Contractor Appraisal Support System (CCASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Once the evaluation is signed by the government official, it will be transferred to the Past Performance Information Retrieval System (PPIRS) for use by the Government in evaluating past performance on future acquisitions. Contractors may access their own evaluations in PPIRS by registering as a user and obtaining specific software, called PKI certification, which is installed on the user's computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110 - $125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the web site: http://www.cpars.navy.mil/. If the Contractor wishes to participate in the performance evaluation process, access to CCASS and PKI certification is the sole responsibility of the Contractor.

W912EP-11-R-0042 00800-4 (End of Paragraph 999.236-4003)

NOTICE TO MARINERS -- CONSTRUCTION CONTRACTS

Should the Contractor, during operations, encounter any objects on the channel bottom which could be a hazard to navigation, the Contractor shall immediately notify the Contracting Officer as to the location of said object and shall provide any other pertinent information necessary for the Contracting Officer to prepare and issue a Notice to Mariners.

(End of paragraph number 999.236-4030)

W912EP-11-R-0042 00800-5

SECTION 00800A

WAGE DETERMINATIONS & OTHER ATTACHMENTS

LIST OF CONSTRUCTION CONTRACT ATTACHMENTS NO. TITLE DATE NO. OF PAGES 1 NOTE 1 2 WAGE DETERMINATION FL 20080272 01/21/2011 3

W912EP-11-R-0042 00800A-i

NOTE NOTE NOTE

THIS PROJECT INCORPORATES HEAVY CONSTRUCTION WAGE RATES

IF YOU HAVE ANY QUESTIONS CONCERNING THE APPLICATION OF THE WAGE DECISIONS FURNISHED FOR THIS PROJECT, PLEASE CONTACT FRAN RUSSELL, OFFICE OF COUNSEL, 904-232-3761, FAX 904-232-1954.

Page 1 of 4

General Decision Number: FL100272 01/21/2011 FL272

Superseded General Decision Number: FL20080272

State: Florida

Construction Type: Heavy

County: Palm Beach County in Florida.

HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)

Modification Number Publication Date 0 03/12/2010 1 10/29/2010 2 11/19/2010 3 01/21/2011

* ELEC0728-006 09/01/2010

Rates Fringes

ELECTRICIAN...... $ 28.46 8.60 ------ENGI0487-014 01/01/2010

Rates Fringes

OPERATOR: Crane All Tower Cranes Mobile, Rail, Climbers, Static- Mount; All Cranes with Boom Length 150 Feet & Over (With or without jib) Friction, Hydraulic, Electric or Otherwise; Cranes 150 Tons & Over; Cranes with 3 Drums (When 3rd drum is rigged for work); Gantry & Overhead Cranes; Hydraulic Cranes Over 25 Tons but not more than 50 Tons; Hydraulic/Friction Cranes; & All Types of Flying Cranes; Boom Truck...... $ 28.30 8.78 Cranes with Boom Length Less than 150 Feet (With or without jib); Hydraulic Cranes 25 Tons & Under, & Over 50 Tons (With Oiler); Boom Truck...... $ 27.57 8.78 OPERATOR: Drill...... $ 25.05 8.78 OPERATOR: Oiler...... $ 22.24 8.78 ------IRON0402-003 04/01/2009

Rates Fringes

IRONWORKER, STRUCTURAL...... $ 22.22 7.65

W912EP-11-R-0042 http://www.wdol.gov/wdol/scafiles/davisbacon/FL272.dvb 7/19/2011 Page 2 of 4

------LABO1652-004 05/01/2009

Rates Fringes

LABORER: Grade Checker...... $ 14.50 4.67 ------PAIN0452-007 08/01/2010

Rates Fringes

PAINTER: Brush, Roller and Spray...... $ 16.00 6.20 ------SUFL2009-169 06/24/2009

Rates Fringes

CARPENTER, Includes Form Work....$ 17.00 2.51

CEMENT MASON/CONCRETE FINISHER...$ 16.93 0.00

LABORER: Common or General...... $ 10.64 0.00

LABORER: Landscape...... $ 7.25 0.00

LABORER: Pipelayer...... $ 14.00 0.00

LABORER: Power Tool Operator (Hand Held Drills/Saws, Jackhammer and Power Saws Only)...... $ 10.63 2.20

OPERATOR: Asphalt Paver...... $ 11.59 0.00

OPERATOR: Backhoe Loader Combo...... $ 16.10 2.44

OPERATOR: Backhoe/Excavator.....$ 15.33 3.60

OPERATOR: Blade/Grader...... $ 16.00 2.84

OPERATOR: Bulldozer...... $ 14.95 0.81

OPERATOR: Loader...... $ 16.05 0.00

OPERATOR: Mechanic...... $ 14.32 0.00

OPERATOR: Roller...... $ 10.95 0.00

OPERATOR: Scraper...... $ 11.00 1.74

OPERATOR: Trackhoe...... $ 20.92 5.50

OPERATOR: Tractor...... $ 10.54 0.00

TRUCK DRIVER: Lowboy Truck...... $ 12.73 0.00

TRUCK DRIVER: Off the Road Truck...... $ 12.21 1.97

W912EP-11-R-0042 http://www.wdol.gov/wdol/scafiles/davisbacon/FL272.dvb 7/19/2011 Page 3 of 4

TRUCK DRIVER: Dump Truck...... $ 9.60 0.00 ------

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

======

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 (29 CFR 5.5(a)(1)(ii)).

------

In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing.

------

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:

W912EP-11-R-0042 http://www.wdol.gov/wdol/scafiles/davisbacon/FL272.dvb 7/19/2011 Page 4 of 4

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

W912EP-11-R-0042 http://www.wdol.gov/wdol/scafiles/davisbacon/FL272.dvb 7/19/2011 RFP No. W912EP-11-R-0042

US Army Corps of Engineers Jacksonville District

Trash Rake and Rack Replacements at S-362

Palm Beach County, Florida

Volume 2 of 2 – Technical Information and Specifications

SEE VOLUME 1 FOR ISSUE DATE

Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

PROJECT TABLE OF CONTENTS

DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS

00 33 50 WEATHER, WATER STAGE AND TIDE DATA

DIVISION 01 - GENERAL REQUIREMENTS

01 11 00 SUMMARY OF WORK 01 22 00 MEASUREMENT AND PAYMENT 01 30 00 ADMINISTRATIVE PROCEDURES 01 32 01.10 PROJECT SCHEDULE (Alternate) 01 33 00 SUBMITTAL PROCEDURES 01 35 25 OWNER SAFETY REQUIREMENTS - DIVING 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS 01 45 04 CONTRACTOR QUALITY CONTROL 01 50 02 TEMPORARY CONSTRUCTION FACILITIES 01 52 10 CONTRACTING OFFICER'S FIELD OFFICE 01 57 20 ENVIRONMENTAL PROTECTION 01 78 02 CLOSEOUT SUBMITTALS 01 78 23 OPERATION AND MAINTENANCE DATA 01 88 01 TRAINING

DIVISION 02 - EXISTING CONDITIONS

02 41 00 DEMOLITION AND DECONSTRUCTION

DIVISION 03 - CONCRETE

03 11 13.00 10 STRUCTURAL CONCRETE FORMWORK 03 15 13.00 10 EXPANSION JOINTS, CONTRACTION JOINTS, AND WATERSTOPS 03 20 01.00 10 CONCRETE REINFORCEMENT 03 31 01.00 10 CAST-IN-PLACE STRUCTURAL CONCRETE FOR CIVIL WORKS

DIVISION 05 - METALS

05 50 13 MISCELLANEOUS METAL FABRICATIONS 05 51 00 METAL STAIRS 05 52 00 METAL RAILINGS

DIVISION 08 - OPENINGS

08 11 13 STEEL DOORS AND FRAMES 08 71 00 DOOR HARDWARE 08 91 00 METAL WALL LOUVERS

DIVISION 09 - FINISHES

09 90 00 PAINTS AND COATINGS

DIVISION 11 - EQUIPMENT

11 82 15 RAIL, TELESCOPING ARM TYPE AUTOMATIC TRASH RAKE AND RACK SYSTEMS

DIVISION 13 - SPECIAL CONSTRUCTION

13 34 23 PRECAST CONCRETE BUILDINGS

PROJECT TABLE OF CONTENTS Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

DIVISION 26 - ELECTRICAL

26 00 00.00 20 BASIC ELECTRICAL MATERIALS AND METHODS 26 05 00.00 40 COMMON WORK RESULTS FOR ELECTRICAL 26 05 19.00 10 INSULATED WIRE AND CABLE 26 24 16.00 40 PANELBOARDS 26 41 00.00 20 LIGHTNING PROTECTION SYSTEM

-- End of Project Table of Contents --

PROJECT TABLE OF CONTENTS Page 2 W912EP-11-R-0042 00 33 50-1 W912EP-11-R-0042 00 33 50-2 W912EP-11-R-0042 00 33 50-3 W912EP-11-R-0042 00 33 50-4 W912EP-11-R-0042 00 33 50-5 W912EP-11-R-0042 00 33 50-6 W912EP-11-R-0042 S-362 Headwater and Tailwater Elevations January 2005 - June 2011) 20.0

S-362 Headwater

S-362 Tailwater 18.0

16.0 00 33 50-7

14.0 Elevation (feet, NGVD) Elevation (feet,

12.0

10.0 05 06 07 08 09 10 11 04 05 06 07 08 09 10 05 06 07 08 09 10 11 05 06 07 08 09 10 11 ------Jul Jul Jul Jul Jul Jul Jul Jan Jan Jan Jan Jan Jan Jan Oct Oct Oct Oct Oct Oct Oct ------Apr Apr Apr Apr Apr Apr Apr ------1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

Figure 3 W912EP-11-R-0042 S-362 Exceedance Headwater Elevations ( January 2005 - June 2011) 15.0 10% Exceedance 25% Exceedance 14.5 50% Exceedance 75% Exceedance 90% Exceedance 14.0

13.5

00 13.0 33 50-8 12.5 Elevation (feet,NGVD)

12.0

11.5

11.0

10.5 1-Jan 1-Feb 1-Mar 1-Apr 1-May 1-Jun 1-Jul 1-Aug 1-Sep 1-Oct 1-Nov 1-Dec

FIGURE 4 W912EP-11-R-0042 S-362 Tailwater Elevations Exceedances (January 2005 - June 2011) 18.0

17.5

17.0

16.5

16.0

00 15.5 33 50-9 15.0 10% Exceedance 25% Exceedance

Elevations (feet, NGVD) 14.5 50% Exceedance 75% Exceedance 14.0 90% Exceedance

13.5

13.0

12.5 1-Jan 1-Feb 1-Mar 1-Apr 1-May 1-Jun 1-Jul 1-Aug 1-Sep 1-Oct 1-Nov 1-Dec

FIGURE 5 W912EP-11-R-0042 S362 Flow (October 2004 - June 2011) 3,000

A maximum flow of 2,666 cfs occurred on August 22, 2008.

2,500

2,000 00

33 1,500 50-10 Flows(cfs)

1,000

500

0

FIGURE 6 W912EP-11-R-0042 S-362 Statistical Flow Exceedances, (January 2005 - June 2011) 2,000

10% Exceedance

1,800 25% Exceedance

50% Exceedance 1,600 75% Exceedance

90% Exceedance 1,400

1,200 00 33

50-11 1,000 Flow (cfs)

800

600

400

200

0 1-Jan 1-Feb 1-Mar 1-Apr 1-May 1-Jun 1-Jul 1-Aug 1-Sep 1-Oct 1-Nov 1-Dec

FIGURE 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 11 00

SUMMARY OF WORK

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 WORK COVERED BY CONTRACT DOCUMENTS 1.3.1 Project Description 1.3.2 Location 1.3.3 Safety Requirements 1.3.4 Work Performed by Others 1.4 COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK 1.5 LIQUIDATED DAMAGES - CONSTRUCTION 1.6 PHYSICAL DATA 1.6.1 Physical Conditions 1.6.2 Weather, Water Stage and Tide Data 1.7 LAYOUT OF WORK 1.8 DAMAGE TO WORK 1.9 EXISTING WORK 1.10 TIME EXTENSIONS FOR UNUSUALLY SEVERE WEATHER (31 OCT 1989) 1.10.1 Schedule of Monthly Anticipated Adverse Weather Delays 1.10.2 Contractor Responsibility 1.11 CONSTRUCTION FORMS AND DETAILS

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION (NOT APPLICABLE)

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 11 00 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 11 00

SUMMARY OF WORK

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.

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2008) Safety and Health Requirements Manual

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. Transmit submittal items in accordance with Section 01 33 00 SUBMITTAL PROCEDURES. Bring the following administrative submittal items to Preconstruction Conference:

SD-01 Preconstruction Submittals

Deconstruction/Demolition and Construction Plan; G|DO

Deconstruction/demolition and construction at Pumping Station 362 (S-362) cannot commence before December 1 and work shall be complete before May 1 (December 1 through May 31 is South Florida's dry/non-stormy season). The pumping station can not be taken totally out of operation for the work. So, deconstruction/demolition and construction work at the station must be phased and temporary trash raking put in place in order to keep some pumping capability available during the work at the station. A work plan shall be developed and implemented, in coordination with SFWMD, that will have deconstruction/demolition and construction work take place in phases. The work plan shall be acceptable to SFWMD and approved by the COE before any deconstruction/demolition or construction work commences.

Work at the pumping station must be completed in an expeditious manner due to the critical purpose that the pumping station serves (flood control). A schedule shall be provided that shows the project duration and completion times for all activities. The point of contact at SFWMD for plan coordination is Michael Gallagher, Director of Field Operations, West Palm Beach Field Station; Phone: 561-791-4100 (Ext. 4104), Fax : 561-682-5375, and Cell: 561-436-3129.

Considerations for the work plan:

W912EP-11-R-0042 SECTION 01 11 00 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

a. SFWMD will not allow the station to go down completely, so, there can be no total dewatering of the station's intake side. Trash racks may be replaced by divers. Diving operations shall be in accordance with EM 385-1-1.

b. The trash racks will have to be replaced in phases in order to keep some pumping capability. Work shall be accomplished within the following guidelines:

- Only one pump (one of the 960 cfs pumps or one of the 550 cfs pumps) can be out of service from May 1st to December 31st.

- From January 1st through April 30th, one of the 960 cfs pumps and one of the 550 cfs pumps can be out of service at the same time.

- The 110 cfs pumps together shall be treated as one 550 cfs pump. They share a single, common trash rack.

Note: The pump mix for S-362 is two (2), 110 cfs pumps, two (2), 550 cfs pumps, and three (3), 960 cfs pumps.

c. The pumping station will need temporary trash raking for much of the time during construction. The new trash racks will be installed farther out from where the existing ones are, so the existing trash rake system will not work with the new trash racks.

d. When the trash rake system and trash racks get replaced at the station, temporary raking needs to be in place, i.e., amphibious bulldozers or excavators on barges. The intake canal shall be maintained by debris removal equipment so that it is virtually clear of debris at all times for required pumping. Contractor shall have equipment ready to use on site, at all times during the project,that is prepared to remove debris at the rate of 50,000 lbs/hr. The contractor shall be prepared to double the removal capacity at the site within 24 hours of being notified. Staff to operate the equipment shall be on site within an hour of being notified.

The bid shall be based on providing 400 hours of trash removal at the pump station for the time period from December 1st through April 30th. This is based on 50 events at an average duration of 8 hours each. Each event will be a minimum of four hours. The contractor should expect five (5) of the events to require trash removal from 12 to 24 hours. The actual number and duration of events varies.

The period of time between contract award and deconstruction/demolition and construction commencement may be used for preparation that will be needed for the deconstruction/demolition and construction work. Planning, transmittal review, parts fabrication, assembly, etc. will be accomplished during this period.

1.3 WORK COVERED BY CONTRACT DOCUMENTS

1.3.1 Project Description

The work requires replacing the existing trash rake system at Pumping

W912EP-11-R-0042 SECTION 01 11 00 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Station S-362 with a new type of trash rake system (rail traversing, telescoping arm type). The work also requires that the trash racks at the pumping station be replaced with stainless steel racks. The existing trash rake system at the station shall be removed completely for the new installation, including the controls, local control panels, and debris storage bin walls.

1.3.2 Location

The work shall be located approximately as indicated on the drawings.

1.3.3 Safety Requirements

See Section 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS and EM 385-1-1.

1.3.4 Work Performed by Others

See paragraph PROJECT COORDINATION of Section 01 30 00 ADMINISTRATIVE PROCEDURES.

1.4 COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK

a. Read this paragraph in conjunction with the Clause COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (FAR 52.211-10) of Section 00700 CONTRACT CLAUSES in Volume 1.

b. In addition to the above, the following shall apply: The Contractor shall commence work on each separate feature (work site) of this contract, prosecute the work on the feature (work site) diligently, and complete the feature (work site) ready for use not later than the number of calendar days specified below after receipt by him of Notice to Proceed. The times stated for completion (400 calendar days) include final cleanup at each work site.

1.5 LIQUIDATED DAMAGES - CONSTRUCTION

Refer to the Clause LIQUIDATED DAMAGES - CONSTRUCTION (FAR 52.211-12) of Section 00700 CONTRACT CLAUSES in Volume 1.

1.6 PHYSICAL DATA

Read this paragraph in conjunction with the Clause PHYSICAL DATA (FAR 52.236-4) of Section 00700 CONTRACT CLAUSES in Volume 1.

1.6.1 Physical Conditions

The indications of physical conditions on the drawings and in the specifications are the result of site investigations by surveys.

1.6.2 Weather, Water Stage and Tide Data

See Section 00 33 50 WEATHER, WATER STAGE AND TIDE DATA.

1.7 LAYOUT OF WORK

Read this paragraph in conjunction with the Clause LAYOUT OF WORK (FAR 52.236-17) of Section 00700 CONTRACT CLAUSES in Volume 1.

W912EP-11-R-0042 SECTION 01 11 00 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.8 DAMAGE TO WORK

The responsibility for damage to any part of the permanent work shall be as set forth in Clause PERMITS AND RESPONSIBILITIES of Section 00700 CONTRACT CLAUSES in Volume 1. However, if, in the judgment of the Contracting Officer, any part of the permanent work performed by the Contractor is damaged by flood, earthquake, hurricane, or tornado, which damage is not due to the failure of the Contractor to take reasonable precautions or to exercise sound engineering and construction practices in the conduct of the work, the Contractor will make the repairs as ordered by the Contracting Officer and full compensation for such repairs will be made at the applicable contract unit or lump sum prices as fixed and established in the contract. If, in the opinion of the Contracting Officer, there are no contract unit or lump sum prices applicable to any part of such work, an equitable adjustment pursuant to Clause CHANGES of Section 00700 CONTRACT CLAUSES in Volume 1 will be made as full compensation for the repairs of that part of the permanent work for which there are no applicable contract unit or lump sum prices. Except as herein provided, damage to all work (including temporary construction), utilities, materials, equipment and plant shall be repaired to the satisfaction of the Contracting Officer at the Contractor's expense, regardless of the cause of such damage.

1.9 EXISTING WORK

In addition to "FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements":

a. Remove or alter existing work in such a manner as to prevent injury or damage to any portions of the existing work which remain.

b. Repair or replace portions of existing work which have been altered during construction operations to match existing or adjoining work, as approved by the Contracting Officer. At the completion of operations, existing work shall be in a condition equal to or better than that which existed before new work started.

1.10 TIME EXTENSIONS FOR UNUSUALLY SEVERE WEATHER (31 OCT 1989)

This provision specifies the procedure for the determination of time extensions for unusually severe weather in accordance with the Clause DEFAULT (FIXED-PRICE CONSTRUCTION) of Section 00700 CONTRACT CLAUSES in Volume 1. In order for the Contracting Officer to award a time extension under this clause, the following conditions must be satisfied:

a. 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.

b. 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.

1.10.1 Schedule of Monthly Anticipated Adverse Weather Delays

The schedule of monthly anticipated adverse weather delays is based upon 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

W912EP-11-R-0042 SECTION 01 11 00 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

anticipated adverse weather delays in all weather dependent activities. See Section 00 33 50 WEATHER, WATER STAGE AND TIDE DATA to obtain MONTHLY ANTICIPATED ADVERSE WEATHER DELAY WORK DAYS BASED ON 5-DAY WORK WEEK.

1.10.2 Contractor Responsibility

Upon acknowledgment of the Notice to Proceed (NTP) and continuing throughout the contract, the Contractor will record on the daily CQC report the occurrence of adverse weather and resultant impact to normally scheduled work. Actual adverse weather delay 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 Section 00 33 50 WEATHER, WATER STAGE AND TIDE DATA, 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 Clause DEFAULT (FIXED PRICE CONSTRUCTION) of Section 00700 CONTRACT CLAUSES in Volume 1.

1.11 CONSTRUCTION FORMS AND DETAILS

From the Jacksonville District Home Page, click the links ENGINEERING DIVISION, then CONSTRUCTION FORMS AND DETAILS. See web site address http://www.saj.usace.army.mil/Divisions/Engineering/FormsDetails.htm.

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION (NOT APPLICABLE)

-- End of Section --

W912EP-11-R-0042 SECTION 01 11 00 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 22 00

MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.1 SUMMARY 1.2 QUALITY CONTROL SYSTEM (QCS) 1.2.1 Definition 1.2.2 Instructions 1.3 SUBMITTALS 1.4 LUMP SUM PAYMENT ITEMS 1.4.1 Replace the Trash Rake System and Trash Racks @ Pump Station S-362 (Line Item 0002) 1.5 UNIT PRICE PAYMENT ITEMS 1.6 Contracting Officer's Field Office (Line Item 0001) 1.6.1 Payment 1.6.2 Measurement 1.6.3 Unit of Measure

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.1 PAYMENT PROCEDURES 3.1.1 Requesting Progress Payment 3.1.2 Options and Modification CLINS

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 22 00 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 22 00

MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.1 SUMMARY

This section describes how Line Items will be measured and paid for when making progress payments. Work to be measured is described in specification sections listed for each Line Item. Measurement procedures for payment, required quantity survey or procurement documentation and payment restrictions are described in applicable specification sections. Allocate costs for work not specifically mentioned to the Line Item most closely associated with work involved. Unless there is a specific Line Item for administrative costs, such as Quality Control and Safety, allocate such costs proportionally across all Line Items.

1.2 QUALITY CONTROL SYSTEM (QCS)

1.2.1 Definition

The terms "Contract Line Item Number (CLIN)" and "Line Item" are interchangeable herein (e.g.: CLIN 0001 is Line Item 0001). The term "CLIN" is a contracting term used in the Quality Control System (QCS) payment data base.

1.2.2 Instructions

See Section 01 45 04 C0NTRACTOR QUALITY CONTROL for instructions on linking a CLIN to a schedule of values of pay activities and construction schedule, and in-depth payment procedure.

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. Transmit submittal items in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Schedule of Values; G|RO

Provide a breakdown of lump sum items into proposed pay activities. Schedule of Values will become basis for CLIN and Pay Activity data in the QCS payment data base.

1.4 LUMP SUM PAYMENT ITEMS

Payment items for the work of this contract for which contract lump sum payments will be made are listed in the LINE ITEMS AND PRICING SCHEDULE and described below. All costs for items of work, which are not specifically

W912EP-11-R-0042 SECTION 01 22 00 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

mentioned to be included in a particular lump sum or unit price payment item, shall be included in the listed lump sum item most closely associated with the work involved. The lump sum price and payment made for each item listed shall constitute full compensation for furnishing all plant, labor, materials, and equipment, and performing any associated Contractor quality control, environmental protection, meeting safety requirements, tests and reports, and for performing all work required for which separate payment is not otherwise provided.

Progress payments for lump sum CLINs will be made in accordance with the Payments Under Fixed-Price Construction Contracts clause of Section 00700 CONTRACT CLAUSES in Volume 1. Provide a list of pay activities, (Schedule of Values) to breakdown bid for each lump sum CLIN. Within 20 calendar days after receiving Notice to Proceed, submit Schedule of Values for Government approval. An unbalanced Schedule of Values and Pay Activity Schedule will be returned for revision. If this contract contains either the Continuing Contracts clause or the Continuing Contracts (Alternate) clause, the Contractor should take into account the amount reserved for contract payments when preparing the construction schedule.

1.4.1 Replace the Trash Rake System and Trash Racks @ Pump Station S-362 (Line Item 0002)

Payment will be made for costs associated with or incidental to the replacement of the trash rake system and trash racks at Pump Station S-362. See Section 11 82 15 RAIL, TELESCOPING ARM TYPE AUTOMATIC TRASH RAKE AND RACK SYSTEMS.

1.5 UNIT PRICE PAYMENT ITEMS

1.6 Contracting Officer's Field Office (Line Item 0001)

1.6.1 Payment

Payment will be made for costs associated with or incidental to providing, maintaining, and final disposition of the Contracting Officer's field office including all costs for rent and provision of all services indicated in Section 01 52 10 CONTRACTING OFFICER'S FIELD OFFICE. Costs for such provision and maintenance of the Contractor's own field office and other facilities will not be paid for under this line item.

1.6.2 Measurement

The basis for payment will be the amount of time that the Contracting Officer's field office is available to the Government within the duration of the contract.

1.6.3 Unit of Measure

Month.

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.1 PAYMENT PROCEDURES

Upon receiving initial Resident Management System import file, go to "Pay Activities" and establish a link between bid breakdown schedule of values

W912EP-11-R-0042 SECTION 01 22 00 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

of "Pay Activities" to contract CLINs using "Schedule Activities" data entry page.

3.1.1 Requesting Progress Payment

For progress payments, ensure "Activity Schedule", "Feature Schedule", submittal register, and punchlists are all up to date. Use "Progress Payments" to "request Activity Earnings" for both "Activity Earnings" data entry page and "Other Earning". Provide hard copies of supporting invoices and quantity measurements to support all requested earnings. Ensure that sum of payment activities do not exceed contract award CLIN funding amounts, or "unbalanced" CLINs error will prevent processing the payment.

3.1.2 Options and Modification CLINS

When additional work is added by modification, existing CLINs funding amounts must be updated, or new CLINs for modification will be created. If contract has option CLINs not yet awarded, option CLINs will appear as zero dollar CLINs until option is awarded by modification. No payment may be requested for Options or Modification CLINs until contract modification has been funded and signed.

-- End of Section --

W912EP-11-R-0042 SECTION 01 22 00 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 30 00

ADMINISTRATIVE PROCEDURES

PART 1 GENERAL

1.1 SUMMARY 1.2 SUBMITTALS 1.3 PROJECT COORDINATION 1.3.1 Resident Management System (RMS) 1.4 PROJECT MEETINGS 1.5 PRECONSTRUCTION CONFERENCE 1.5.1 Preconstruction Conference Minutes 1.5.2 Preconstruction Conference Submittals 1.5.2.1 Other Division 01 Submittals 1.5.2.2 Divisions 02 through 48 Submittals 1.6 PARTNERING 1.6.1 Initial Partnering Meeting 1.6.2 Partnering Regroups 1.7 NOTICE TO PROCEED 1.8 COORDINATION MEETING 1.9 PROGRESS MEETINGS 1.9.1 Progress Meeting Participants 1.10 CONTRACTOR PERFORMANCE EVALUATIONS 1.10.1 Training 1.11 ALTERNATE DISPUTE RESOLUTION (ADR)

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.1 GENERAL MEETING REQUIREMENTS 3.2 PROGRESS MEETING AGENDA

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 30 00 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 30 00

ADMINISTRATIVE PROCEDURES

PART 1 GENERAL

1.1 SUMMARY

Manage project and coordinate activities of own employees, subcontractors, suppliers and offsite fabricators. Contractor shall use computers, E-mail, and Internet resources for administrative work. Notify Contracting Officer of important meetings, schedule events and activities. Furnish labor and materials and equipment required to plan and execute project management functions and coordination. Coordinate activities and manage resources to project conforming to contract, on time and within budget. Related Sections are 01 32 01.10 PROJECT SCHEDULE, and 01 45 04 CONTRACTOR QUALITY CONTROL.

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. Transmit submittal items in accordance with Section 01 33 00 SUBMITTAL PROCEDURES. Bring following administrative submittal items to Preconstruction Conference:

SD-01 Preconstruction Submittals

List of Subcontractors

Documentation of compliance with Clauses SUBCONTRACTS (LABOR STANDARDS) and LIMITATIONS ON SUBCONTRACTING of Section 00700 CONTRACT CLAUSES in Volume 1, and, if included, paragraph LIMITATIONS ON SUBSTITUTIONS FOR CERTAIN POSITIONS AND/OR SUBCONTRACTORS of Section 00800 SPECIAL REQUIREMENTS in Volume 1. Submit a list of proposed subcontractors with company name, person to contact, street address, mail address, phone number, type of specialty and estimated subcontract quote.

Signature Authority

Furnish a power of attorney or a notarized letter of authority from Contractor identifying local representatives authorized to sign contract documents.

Drug-Free Work Place Record

Documentation of compliance with Clause DRUG-FREE WORKPLACE of Section 00700 CONTRACT CLAUSES in Volume 1 (see subparagraphs (b)(1) through (b)(7)).

Certificate of Insurance

Refer to Clause INSURANCE--WORK ON A GOVERNMENT INSTALLATION of

W912EP-11-R-0042 SECTION 01 30 00 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Section 00700 CONTRACT CLAUSES in Volume 1.

1.3 PROJECT COORDINATION

1.3.1 Resident Management System (RMS)

Contractor shall use Corps of Engineers' Resident Management System, referred to as Quality Control System (QCS), for construction information management. See Section 01 45 04 CONTRACTOR QUALITY CONTROL.

1.4 PROJECT MEETINGS

Contracting Officer requires following types of project meetings:

-- Preconstruction Conference -- Partnering Meeting -- Partnering Regroup Meetings -- Coordination Meeting -- Preparatory and Initial Phase meeting for each feature of work -- Project Progress Meetings

Project meetings are described in detail in subparts below.

1.5 PRECONSTRUCTION CONFERENCE

Contracting Officer will conduct a Preconstruction Conference for this project in accordance with Clause PRECONSTRUCTION CONFERENCE of Section 00700 CONTRACT CLAUSES in Volume 1. Preconstruction Conference will be after Notice of Award (NOA) but prior to Notice to Proceed (NTP). (Refer to subparagraph "Preconstruction Conference Submittals" below.) Contracting Officer will notify Contractor of time, place, and agenda. Contractor shall notify key subcontractors and suppliers to attend. Contracting Officer will discuss contract "ground rules" and general issues including:

-- Lines of Contracting Officer authority -- Lines of Contractor authority -- 00700 Contract Clauses -- 00800 Special Contract Requirements -- Contract Administration -- Progress Payment -- Correspondence Procedures -- Project Schedule -- Submittal Register -- Labor requirements -- General Site Safety

1.5.1 Preconstruction Conference Minutes

Contracting Officer will take detailed minutes of Preconstruction Conference discussions and may use an audio or video tape. Copies of typed minutes will be provided to the Contractor to review for accuracy, sign and return. Signed minutes become part of the contract file. Audio or video tapes if used will be made available for Contractor to review or copy at Area Office.

1.5.2 Preconstruction Conference Submittals

The timing of submission of submittals and completion of the

W912EP-11-R-0042 SECTION 01 30 00 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Preconstruction Conference is intended to allow the Contractor and the Government adequate time to prepare for commencement of work. However, should the Contractor fail to submit required items within the times stated, the Contracting Officer may issue NTP prior to receipt of submittals and prior to the Preconstruction Conference. If NTP is issued prior to the Contractor's compliance with submittal requirements and prior to the Preconstruction Conference, the Contractor will not be permitted to commence work until these requirements have been satisfied. Any delays attributable to the Contractor's failure to comply with these pre-work requirements shall be at the Contractor's expense and may be cause for remedial action by the Contracting Officer. Submittals required by this Section are described in paragraph SUBMITTALS above.

1.5.2.1 Other Division 01 Submittals

In addition to the above, bring listed Division 01 submittals in draft form to Preconstruction Conference:

-- Submittal Register - See Section 01 33 00 SUBMITTAL PROCEDURES -- Quality Control Plan - See Section 01 45 04 CONTRACTOR QUALITY CONTROL

Contracting Officer reviews submitted draft plans to prepare Coordination Meeting agenda and understand Contractor procedures. Submit the Accident Prevention Plan in accordance with Section 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS. Submit the Environmental Protection Plan in accordance with Section 01 57 20 ENVIRONMENTAL PROTECTION.

1.5.2.2 Divisions 02 through 48 Submittals

In addition to the above, bring submittal items for materials, workmanship, plans or events required early in project schedule which are ready for transmittal to Contracting Officer. Prepare transmittal of submittal items in accordance with Section 01 33 00 SUBMITTAL PROCEDURES.

1.6 PARTNERING

Contracting Officer wants to have a bilateral project partnership with Contractor that draws on strengths of both organizations to identify and achieve common goals. Typical partnering goals include:

-- Effective and efficient contract performance -- Project completion on time and within budget -- Construction completed according to plans and specifications -- Development of cooperative management teams -- Project success with customer (stakeholders) satisfaction -- Improved Project communication

1.6.1 Initial Partnering Meeting

Contractor, key subcontractors and suppliers shall attend a one-day project "Partnering Meeting". The Partnering Meeting is a project team building workshop facilitated by trained persons. Contracting Officer attendees and invited persons may include:

Administrative Contracting Officer Representative (Area Engineer) Construction Quality Assurance Representatives Jacksonville District - Construction Branch persons Jacksonville District - Engineering Division Designers

W912EP-11-R-0042 SECTION 01 30 00 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Local Sponsor (Owner) -

Goal of initial Partnering Meeting is to build trust, identify common goals, and understand individual project members expectations and organizational values. Usual results include better communication between contract parties, shortened project learning curve and a cohesive two party contract partnership. Participants usually sign a voluntary partnering agreement generally describing mutual obligation to cooperate to achieve project goals and maintain effective communication. Contracting Officer will pay costs for workshop site rental and facilitator fees.

1.6.2 Partnering Regroups

After initial Partnering Meeting participation will be voluntary in accordance with a signed Partnering Agreement. After initial Partnering Workshop, partnering sessions will be hosted by both parties on an alternating basis with the hosting party being responsible for all costs associated with their meeting. At no time will these costs be used to change the contract price. Partnering Agreements include provisions for Contracting Officer and Contractor to request "Partnering Regroups" when needed. A "Partnering Regroup" is usually a short (4 hours - 1 day) informal partnering session where senior level Contractor and Contracting Officer project members and other interested parties review project issues of concern. Issues of conflict are reviewed, attempt to affirm common project goals and understand concerns of other partner.

1.7 NOTICE TO PROCEED

Notice to proceed (NTP) will be issued shortly after completion of the preconstruction conference. If the Contractor has failed to submit specified plans, including, but not limited to, Accident Prevention Plan - Section 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS, Quality Control Plan - Section 01 45 04 CONTRACTOR QUALITY CONTROL, and Environmental Protection Plan - Section 01 57 20 ENVIRONMENTAL PROTECTION, or has not yet received the Contracting Officer's conditional approval to work under an interim plan, the Contractor shall not proceed with the work and shall consider the work to be suspended in accordance with the Suspension Of Work clause of the contract. While the Contractor is working under a conditionally accepted interim plan, funds may be retained from progress payments in accordance with the Payments Under Fixed-Price Construction Contracts clause of this contract until such time as the Contractor submits an acceptable plan. If the Contractor does not submit an acceptable plan within 30 calendar days, the Contracting Officer may order the Contractor to suspend work. Any suspension order issued for the Contractor's failure to submit an acceptable plan will not constitute unreasonable delay under the Suspension Of Work clause and the Contractor will not be entitled to an equitable adjustment of either performance period or contract price.

1.8 COORDINATION MEETING

Coordination Meeting is scheduled, convened and conducted by Contracting Officer after a Preconstruction Conference and prior to starting physical construction. Draft plans submitted after NOA (i.e., Quality Control Plan, Environmental Protection Plan and Accident Prevention Program) will have been reviewed. Coordination Meeting is primarily for on-site Contractor Quality Control staff, including subcontractor and supplier employees performing quality control, to meet and discuss the project in detail with Contracting Officer's Quality Assurance Representatives. Purposes of Coordination Meeting are:

W912EP-11-R-0042 SECTION 01 30 00 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

-- Achieve mutual understanding with Contractor of required Quality Control -- Jointly review submitted draft plans; resolve issues of concern -- Discuss project plans and specifications, schedule, documentation -- Establish a good working relationship between the Contractors Quality Control Staff and Quality Assurance Representatives

1.9 PROGRESS MEETINGS

Schedule, convene and preside over progress meetings as required. As project activities increase ("ramp up"), a minimum of one progress meeting per week is typical of a project of this scope. Convene additional meetings as required, or when requested by Contracting Officer. Notify persons needed to be present to discuss agenda issues. Contracting Officer may direct attendance by key Contractor suppliers, or fabricators as needed. A sample meeting agenda is provided in paragraph GENERAL MEETING REQUIREMENTS below.

1.9.1 Progress Meeting Participants

Typical participants include:

-- Contracting Officer or Contracting Officer's Representative -- Contractor's Site Superintendent -- Contractor's Quality Control Manager -- Contractor's Safety Coordinator -- Subcontractors, as appropriate to the agenda -- Suppliers, as appropriate to the agenda -- Others as appropriate to the agenda

1.10 CONTRACTOR PERFORMANCE EVALUATIONS

Contractors are given an opportunity to provide and/or enter performance evaluation comments directly into the Contractor Performance Assessment Reporting System (CPARS), Architect-Engineer Contract Administration Support System (ACASS), and the Construction Contractor Appraisal Support System (CCASS). The systems are web-enabled applications that support the completion, distribution, and retrieval of contract performance evaluations. Provide to the responsible area office the name and email address of the contractor user that will be accessing CPARS/ACASS/CCASS. Read this paragraph in conjunction with Paragraph 999.236-4003 CONSTRUCTION CONTRACTOR PERFORMANCE EVALUATIONS of Section 00800 SPECIAL REQUIREMENTS.

1.10.1 Training

Contractor online training is available at the following web site: http://www.cpars.csd.disa.mil/allapps/cpartrng/onlinetrn.htm. Training will give the student an understanding of the Contractor Representative and Contractor Corporate Senior Management levels of access, the policies and regulations governing CPARS/ACASS/CCASS, and the electronic workflow with particular attention to the Contractor comment function.

1.11 ALTERNATE DISPUTE RESOLUTION (ADR)

Contracting Officer wants disputes resolved in a timely, professional, and non-adversarial manner. ADR is a voluntary, non-binding procedure available for use in this contract. ADR combines business administration methods of issue clarification and problem solving techniques. ADR is used

W912EP-11-R-0042 SECTION 01 30 00 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

in place of formal dispute resolution procedures to promote and maintain amicable working relationships.

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.1 GENERAL MEETING REQUIREMENTS

See Section 01 45 04 CONTRACTOR QUALITY CONTROL for Preparatory and Initial Phase meeting checklists. Contractor is responsible for phase and progress meetings to include:

Meeting notification to participants Prepare agenda for meetings Use phase checklists for Preparatory and Initial Phase meetings Physical arrangements for meetings Preside at meetings Record minutes recording proceedings and decisions Copy and send minutes to: Meeting participants Project parties affected by decisions Contracting Officer (No later than 3 working days)

3.2 PROGRESS MEETING AGENDA

Modify agenda as needed for on-going work.

Review minutes from previous progress meetings Review work progress since previous meeting Review current definable features of work: -- Identify phases of current features of work -- Identify pending phase changes -- Identify features for discussion in next scheduled meeting Discuss problem prevention: -- Field observations -- Deficiencies and tracking -- Procedures working well -- Problems, conflicts -- Methods to improve Review construction schedule: -- Identify delays -- Discuss proposed corrective actions to regain schedule Submittals and Requests for Information (design interpretation): -- Review submittal register -- Identify submittals to expedite as required Review off-site activities: -- Fabrications -- Material and equipment delivery schedule Review Testing: -- Type, Schedule -- Received Results Review changes to construction schedule: -- Planned progress during succeeding work period -- Coordination of various schedules -- Effect of changes on construction and completion date Review site safety Discuss maintaining contract quality for materials and workmanship Discuss pending modifications, changes and substitutions

W912EP-11-R-0042 SECTION 01 30 00 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Discuss other business, as appropriate

-- End of Section --

W912EP-11-R-0042 SECTION 01 30 00 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 32 01.10

PROJECT SCHEDULE (Alternate)

PART 1 GENERAL

1.1 SUBMITTALS 1.2 CONSTRUCTION SCHEDULES 1.2.1 QCS SCHEDULES 1.2.2 Bar Chart with "S"Curve 1.2.2.1 Sample Bar Chart 1.2.2.2 Sample "S" Curve 1.3 EQUIPMENT DELIVERY SCHEDULE 1.3.1 Initial Procurement Schedule 1.4 UPDATED SCHEDULES 1.5 PROGRESS PHOTOGRAPHS

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION (NOT APPLICABLE)

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 32 01.10 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 32 01.10

PROJECT SCHEDULE (Alternate)

PART 1 GENERAL

1.1 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

QCS Schedules; G|RO

Bar Chart; G|RO

"S" Curve; G|RO

Equipment Delivery Schedule; G|RO

Progress Photographs

1.2 CONSTRUCTION SCHEDULES

Use work breakdown structure of "CLINs", "Features" and "Pay Activities". "CLINs" are Contract Line Item Numbers from bid schedule. "Features" are quality control grouping of like "Pay Activities" requiring similar quality control. "Pay Activities" are scheduled work activities or events. Most "Pay Activities" have resources (time, money, labor, material and equipment). Use "Pay Activities" with no dollars allocate to schedule administrative work activities or events.

1.2.1 QCS SCHEDULES

See Section 01 45 04 CONTRACTOR QUALITY CONTROL. After receipt of Notice of Award, create "Activity Schedule" and "Feature Schedule" in QCS. Submit QCS Schedules as part of initial QCS export data in the specified electronic file format. Cost allocate each "Pay Activity" to an assigned CLIN. Sum of "Pay Activities" must equal CLIN totals so there is no variance. "Features" duration is early start of first "Pay Activity" to late finish date of last "Pay Activity". Currently only Primavera P3 Project Planner allows direct import of computer schedule into QCS. Primavera will provide a utility called P3SDEF that will convert a P3 file export SDEF.txt file. An SDEF.txt file directly imports P3 schedule into QCS. The Contractor shall be responsible for providing all programs and hardware necessary to prepare initial and progress schedules. Required Primavera P3 Activity Code Structure is as follows:

Field # Code Length Field Description

W912EP-11-R-0042 SECTION 01 32 01.10 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1 WRKP 3 Workers per day 2 RESP 4 Responsibility 3 AREA 4 Area 4 MODF 6 Modification or Claim # 5 BIDI 6 Bid Item 6 PHAS 2 Phase 7 CATW 1 Category of Work 8 FOW1 10 Feature of Work (Segment 1) 9 FOW2 10 Feature of Work (Segment 2) 10 FOW3 10 Feature of Work (Segment 3)

1.2.2 Bar Chart with "S"Curve

At pre-construction conference submit Bar Chart prepared using the specified electronic file format with target "S" Curve. Scheduling software allow for easier updates and changes. See sample Bar Chart and "S" Curve below. Contractor has an option to schedule an "early finish" date with "float" until contract required completion date. Schedules with "early finish" are for the benefit of the Contractor, and the Contracting Officer may elect to continue to make balanced progress payments based on funds availibility. Neither Contractor nor Contracting Officer own "float" on early finish schedules. Contractor shall not claim added costs for delay for float used. When unit price CLINs have quantity variations and impact weighted percentage of a "Pay Activity" by five percent or more, revise bar chart and "S" Curve to accurately reflect impact of variation of estimated quantities.

1.2.2.1 Sample Bar Chart

Sample Bar Chart has early finish at week 16 +/-.

Feature A CLIN1/Act 1| AAAA CLIN1/Act 2| AAAAAAAAAAAA Feature B CLIN2/Act 3| BBBBBBB CLIN2/Act 4| BBBBBBBBBBB CLIN2/Act 5| BBBBBBBBBBB Feature C CLIN3/Act 6| CCCCCCCCCCCCCC CLIN3/Act 7| CCCCCCCCCCC Feature D CLIN4/Act 8| DDDDDDDDDDDDDDDDD CLIN4/Act 9| DDDDDDDDDDDDDD |<-- Float->| CLIN4/Act 10 DDDDDD 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 TIME SCALE

W912EP-11-R-0042 SECTION 01 32 01.10 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.2.2.2 Sample "S" Curve

Sample "S" curve is early finish at week 16 +/- with actual progress plotted at week 14.

% Complete 100 | +|<---- Float ---->| 95 | + + e 90 | + = Target + e 85 | a = Actual + e 80 | e = Estimated + e 75 | + e 70 | + e 65 | + e 60 | + a 55 | + a 50 | + a 45 | + + a a 40 | + a 35 | + + a 30 | + a 25 | + + a 20 | + + a a 15 | + + + a a 10 | + a a a a 5 | + + a 0 |_ + a a 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Time Scale

1.3 EQUIPMENT DELIVERY SCHEDULE

1.3.1 Initial Procurement Schedule

Within 30 calendar days after approval of the proposed construction schedule, submit for Contracting Officer approval a schedule showing procurement plans for materials and equipment. Submit in the format and content as prescribed by the Contracting officer, and include as a minimum, the following information:

a. Description. b. Date of the purchase order. c. Promised shipping date. d. Name of the manufacturer or supplier. e. Date delivery is expected. f. Date the material or equipment is required, according to the current construction schedule.

1.4 UPDATED SCHEDULES

Maintain construction progress schedules submission up-to-date. Ensure updated but not limited to QCS Schedules, Bar Charts, "S" Curves and progress narrative when requesting progress payment. Submit Bar Chart , "S" Curve schedule when schedule is revised. Reflect any changes occurring since the last update. Submit copies of the purchase orders and confirmation of the delivery dates as directed.

When work is delayed by causes beyond the Contractor's control, the

W912EP-11-R-0042 SECTION 01 32 01.10 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Contractor is obligated to notify the ACO within 10 days of the beginning of the delay. The ACO is then obligated to ascertain the facts through the use of the Contractor's progressive narratives, schedules and Bar charts to establish the extent of the delay and extend the contract time when justified. These determinations can be made only if the schedule is accurately updated.

1.5 PROGRESS PHOTOGRAPHS

Provide digital photographes to document construction progress as requested by Contracting Officer.

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION (NOT APPLICABLE)

-- End of Section --

W912EP-11-R-0042 SECTION 01 32 01.10 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 33 00

SUBMITTAL PROCEDURES

PART 1 GENERAL

1.1 SUMMARY 1.2 DEFINITIONS 1.2.1 Submittal 1.2.2 Transmittal 1.2.3 Submittal Descriptions (SD) 1.2.4 Approving Authority 1.2.5 Work 1.2.6 Contractor Reviewer 1.2.7 Primary Reviewer 1.2.8 Secondary Reviewer 1.2.9 Reviewer Codes 1.2.10 Review and Action Codes 1.2.11 Review Comments to Contractor 1.3 SUBMITTALS 1.4 SUBMITTAL CLASSIFICATION 1.4.1 Government Approved 1.4.2 Information Only 1.5 APPROVED SUBMITTALS 1.6 DISAPPROVED SUBMITTALS 1.7 WITHHOLDING OF PAYMENT 1.8 GENERAL 1.9 SUBMITTAL REGISTER 1.10 SCHEDULING 1.10.1 Avoiding Delays 1.11 TRANSMITTAL FORM (ENG FORM 4025) 1.11.1 Approving Authority Review Codes 1.12 SUBMITTAL PROCEDURES 1.12.1 Reviewing, Certifying, Approving Authority 1.12.2 Procedures 1.12.3 Number of Copies or Samples 1.12.4 Identifying Submittal Items and Transmittals 1.12.5 Submittal Format 1.12.5.1 Format for Shop Drawings 1.12.5.2 Format for Construction Drawings 1.12.5.3 Format for Computer Aided Design (CAD) Drawings 1.12.5.4 Administrative Submittal Items Format 1.12.5.5 Operation and Maintenance Data 1.12.6 Deviations 1.12.7 Considering Variations 1.12.8 Proposing Variations 1.12.9 Warranty Variations 1.12.10 Electronic Correspondence 1.13 CONTROL OF SUBMITTALS 1.14 GOVERNMENT APPROVED SUBMITTALS

W912EP-11-R-0042 SECTION 01 33 00 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.15 INFORMATION ONLY SUBMITTALS 1.16 REQUEST FOR INFORMATION (RFI) 1.17 SUBMITTAL REGISTER 1.18 STAMPS

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION (NOT APPLICABLE)

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 33 00 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 33 00

SUBMITTAL PROCEDURES

PART 1 GENERAL

1.1 SUMMARY

This section describes submittal procedures in Jacksonville District contracts using Quality Control System submittal procedures in accordance with Section 01 45 04 CONTRACTOR QUALITY CONTROL. It covers submittal item identification, number of copies, review periods, quality control review, QC/QA reviewer coding, and transmittal tracking procedures using Quality Control System (QCS)/Resident Management System (RMS) shared data base. Contractor shall use QCS software to identify, track and transmit submittal items.

1.2 DEFINITIONS

1.2.1 Submittal

Contract Clauses "FAR 52.236-5, Material and Workmanship," paragraph (b) and "FAR 52.236-21, Specifications and Drawings for Construction," paragraphs (d), (e), and (f) apply to all "submittals."

1.2.2 Transmittal

This is a routine contract correspondence action using a transmittal form (ENG Form 4025) to send submittal items to the Government. The QCS "Transmittal Log" module uses data base entry to create a hard copy of ENG Form 4025.

1.2.3 Submittal Descriptions (SD)

Submittals requirements are specified in the technical sections. Submittals are identified by SD numbers and titles as follows.

SD-01 Preconstruction Submittals

Certificates of insurance. Surety bonds. List of proposed subcontractors. List of proposed products. Construction Progress Schedule. Submittal register. Schedule of prices. Health and safety plan. Work plan. Quality control plan. Environmental protection plan.

SD-02 Shop Drawings

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

W912EP-11-R-0042 SECTION 01 33 00 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

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 or equipment for some portion of the work.

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

SD-04 Samples

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 by which the ensuring work can be judged. Includes assemblies or portions of assemblies which are to be incorporated into the project and those which will be removed at conclusion of the work.

SD-05 Design Data

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

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 accordance with specified requirements. (Testing must have been within three years of date of contract award for the project.)

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

Report which 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 checklists.

Final acceptance test and operational test procedure.

W912EP-11-R-0042 SECTION 01 33 00 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SD-07 Certificates

Statements signed by responsible officials of manufacturer of product, system or material attesting that 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 supplier, installer or subcontractor through Contractor, the purpose of which is to further quality of orderly progression of a portion of the work by documenting procedures, acceptability of methods or personnel qualifications.

Confined space entry permits.

SD-08 Manufacturer's Instructions

Preprinted material describing installation of a product, system or material, including special notices and Material Safety Data sheets concerning impedances, hazards and safety precautions.

SD-09 Manufacturer's Field Reports

Documentation of the testing and verification actions taken by manufacturer's representative to confirm compliance with manufacturer's standards or instructions.

Factory test reports.

SD-10 Operation and Maintenance Data

Data that is furnished by the manufacturer, or the system provider, to the equipment operating and maintenance personnel. This data is needed by operating and maintenance personnel for the safe and efficient operation, maintenance and repair of the item.

SD-11 Closeout Submittals

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

1.2.4 Approving Authority

Office authorized to approve submittal.

1.2.5 Work

As used in this section, on- 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.

1.2.6 Contractor Reviewer

Contractor employee performing quality control review on submittal items.

1.2.7 Primary Reviewer

Initial Government reviewer is usually among construction field personnel

W912EP-11-R-0042 SECTION 01 33 00 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

who perform quality assurance review on submittal items.

1.2.8 Secondary Reviewer

Secondary Government reviewer is usually an in-house designer or Architect/Engineer (A/E) firm hired to perform "engineering during construction". This is a submittal reviewer for design critical "G" submittal items. Secondary Reviewers may also be specialized district staffs such as safety or environmental specialists, users, or operations and maintenance reviewers. Secondary Reviewers are advisors to Approving Authority.

1.2.9 Reviewer Codes

Two and three letter codes used to identify Government primary and secondary reviewer on submittal register are as follows:

PO -- Construction Project Office RO -- Construction Resident Office AO -- Construction Area Office DO -- Jacksonville District Office AE -- Architect Engineer Contractor providing engineering during construction

1.2.10 Review and Action Codes

Reviewer code letters A,B,C,E,F,G and X are used by Contractor QC Staff and Government Primary and Secondary Reviewers to indicate approval, acceptance or rejection of a submittal item.

1.2.11 Review Comments to Contractor

ENG Form 4025, Section III is generated in Resident Management System, and contains consolidated remarks for Primary and Secondary Reviewers. When RMS exports to QCS, "Review Comments to Contractor" will electronically update. A hard copy of ENG Form 4025, Part III is attached to a submittal item when returned.

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only or as otherwise designated. 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

Export File; G|RO

Within 14 Calendar days after receiving initial Government RMS import file, review and correct "Submittal Register", and provide corrected "Submittal Register" as part of first QCS export file to Government.

1.4 SUBMITTAL CLASSIFICATION

Submittals are classified as follows:

W912EP-11-R-0042 SECTION 01 33 00 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.4.1 Government Approved

Government approval is required for extensions of design, critical materials, deviations, equipment whose compatibility with the entire system must be checked, and other items as designated by the Contracting Officer. Within the terms of the Contract Clause entitled "Specifications and Drawings for Construction," they are considered to be "shop drawings."

1.4.2 Information Only

All submittals not requiring Government approval will be for information only. "Information Only" submittal items shall be reviewed, coded and approved by the Contractor. They are not considered to be "shop drawings" within the terms of the Contract Clause referred to above.

1.5 APPROVED SUBMITTALS

The Contracting Officer's approval of submittals shall not be construed as a complete check, but will indicate only that the general method of construction, materials, detailing and other information are satisfactory. Approval will not relieve the Contractor of the responsibility for any error which may exist, as the Contractor under the Contractor Quality Control (CQC) requirements of this contract is responsible for dimensions, design, all design extensions, such as the design of adequate connections and details, and the satisfactory construction of all work. After submittals have been approved by the Contracting Officer, no resubmittal for the purpose of substituting materials or equipment will be considered unless accompanied by an explanation of why a substitution is necessary.

1.6 DISAPPROVED SUBMITTALS

Make all corrections required by the Contracting Officer and promptly furnish a corrected submittal in the form and number of copies specified for the initial submittal. If the Contractor considers any correction indicated on the submittals to constitute a change to the contract, a notice in accordance with the Contract Clause "Changes" shall be given promptly to the Contracting Officer.

1.7 WITHHOLDING OF PAYMENT

No payment for materials incorporated in the work will be made if required approvals have not been obtained until it is determined by the Contracting Officer that materials meet contract requirements.

1.8 GENERAL

The Contractor shall make submittals as required by the specifications using the QCS software "Transmittal Log". The Contracting Officer may request submittals in addition to those specified when deemed necessary to adequately describe the work covered in the respective sections. Units of weights and measures used on all submittals shall be the same as those used in the contract drawings. Each submittal shall be complete and in sufficient detail to allow ready determination of compliance with contract requirements. Prior to transmittal, all items shall be checked and approval coded by the Contractor's Quality Control (CQC) System Manager, and each item shall be stamped, signed, and dated by the CQC System Manager indicating action taken. Proposed deviations from the contract requirements shall be clearly identified. Submittals shall include items

W912EP-11-R-0042 SECTION 01 33 00 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

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. Submittals requiring Government approval shall be scheduled and made prior to the acquisition of the material or equipment covered thereby. Samples remaining upon completion of the work shall be picked up and disposed of in accordance with manufacturer's Material Safety Data Sheets (MSDS) and in compliance with existing laws and regulations.

1.9 SUBMITTAL REGISTER

At the end of this section is 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 submittals may be required. The Submittal Register using QCS/RMS is a shared electronic database constantly updated by both Government and Contractor. The Government will provide initial RMS export file to populate the QCS submittal register in electronic format. This list may not be all inclusive, and additional submittals may be required. Examine contract drawings and specifications, verify QCS data, and add required submittal items. The Contractor can print or e-mail QCS/RMS generated current Submittal Register ENG Form 4288, and Transmittal Log as QCS reports. Submittal and Transmittal status are updated with each RMS/QCS data file exchange.

1.10 SCHEDULING

Submittals covering component items forming a system or items that are interrelated shall be scheduled to be coordinated and submitted concurrently. QCS requires the Contractor to schedule and transmit submittal items from one Section together. Certifications to be submitted with drawings shall be scheduled. Schedule submittals with sufficient time to obtain a Government response prior to delivery of applicable equipment and materials, and commencement of applicable work. The Contractor assumes risk for applicable deliveries and work performed prior to receipt of a Government response to a submittal which requires no resubmission as indicated in the clause SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION of Section 00700 CONTRACT CLAUSES of Volume 1. When planning procurement, allow QC/QA review periods from date of receipt by Approval Authority as follows:

Information Only - Contractor QC Review - 10 Calendar Days "G" - Government QA Review - 30 Calendar Days

The Government has the number of calendar days indicated above from the date a transmitted "G" submittal item is received to review, code and return comments. The Contractor shall resubmit disapproved submittal items (codes C, D, E, G or X) within 10 calendar days after return. No delay damages or time extensions will be allowed for time lost caused by late submittals.

1.10.1 Avoiding Delays

Notify the Contracting Officer immediately when procurement or construction delays due to submittal review are possible.

W912EP-11-R-0042 SECTION 01 33 00 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.11 TRANSMITTAL FORM (ENG FORM 4025)

These forms are included in the QCS software. Use the QCS transmittal log to generate "ENG Form 4025 - Transmittal of Shop Drawings, Equipment Data, Material Samples, or Manufacturer's Certificates of Compliance" to transmit submittal items to the Government. EN Form 4025R has three sections as follows:

Section I - "Request for Approval of the Following Items" is initiated by the Contractor.

Section II - "Approval Action" combined with a review code in column "For CE Use Code" indicates submittal item acceptance or rejection by Approving Authority.

Section III - Government Review Remarks.

This form shall be properly completed using QCS software to fill out all the heading blank spaces and identify each item submitted. Special care shall be exercised to ensure proper listing of the specification paragraph or sheet number of the contract drawings pertinent to the data submitted for each item.

1.11.1 Approving Authority Review Codes

The Contractor shall use QCS to act as Approving Authority to code FIO submittals. The Government will use RMS to prepare reviewer comments and code "G" submittal items. These comments and coding will update QCS when the .RFX file update is imported by the Contractor. The action codes are as follows ("Resubmit" in parentheses means the Contractor is required to resubmit):

A -- Approved as submitted (Complete) B -- Approved, except as noted on drawings (Complete) C -- Approved, except as noted on drawings (Resubmit) D -- Returned by correspondence (Complete) E -- Disapproved (See Attached and Resubmit) F -- Receipt Acknowledged (Completed) G -- Other (Specify Action in Detail and Resubmit) X -- Receipt Acknowledged, does not comply (Resubmit)

1.12 SUBMITTAL PROCEDURES

Submittals shall be made as follows:

1.12.1 Reviewing, Certifying, Approving Authority

The Contractor shall perform QC review of all submittal items, and certify for compliance or note submittal item is a variation. Approving authorities are as follows:

"G" - Government will approve "G" submittal items. Information Only - Contractor shall approve "Information Only" submittal items.

The Government reserves the right to perform quality assurance on an "Information Only" submittal even after it has been approved by the Contractor's Approving Authority. See paragraph INFORMATION ONLY SUBMITTALS below.

W912EP-11-R-0042 SECTION 01 33 00 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.12.2 Procedures

The Contractor shall furnish submittals required by contract and transmit them to the Contracting Officer using ENG Form 4025 as contract transmittal form. Transmit all submittals to the address provided by the Resident Engineer prior to the Preconstruction Conference. The address may also be provided by contacting the area office indicated in Page 00010-2 of the Standard Form 1442.

1.12.3 Number of Copies or Samples

Transmit five (5) copies of "G" submittal items and three (3) copies of "Information Only" submittals to Contracting Officer. Each transmittal of a set of submittal items shall have a coded and signed hard copy of a QCS generated ENG Form 4025 attached.

1.12.4 Identifying Submittal Items and Transmittals

QCS creates a unique number using section number and generated number (01130-X) for each submittal item. Also, QCS creates a unique number for each transmittal using section number and a number assigned by the Contractor (01330-XXXXX). The Contractor assigned numbers are not consecutive and may be an activity number from the procurement schedule. Attach a QCS generated ENG Form 4025 to each set and copy of submittal items. Identify each sample submittal item with project title, contract number, section/submittal item number, name, address and phone number of Contractor's point of contact.

1.12.5 Submittal Format

1.12.5.1 Format for Shop Drawings

Paper copies of shop drawings shall be ANSI standard sizes A, B, C or E (8.5"x11", 11"x17", 17"x22" or 34"x44" respectively). Each drawing shall have a right side margin information block similar to contract drawings with project title, contract number, contractor/supplier names, section/submittal item number, drawing title, number and date, revision date, and approval box. Units shall be the same as those in contract drawings. Dimensions shall be to the scale shown or noted as "Not to Scale" (NTS).

1.12.5.2 Format for Construction Drawings

Construction drawings are large sized shop drawings for complex structures and systems, layout of site temporary construction (dewatering), mapping access, and land use descriptions. When required, prepare construction drawings on ANSI standard sizes C (17"x22") or E (34"x44") as directed. The layout of construction drawings shall be as indicated in subparagraph "Format for Shop Drawings" above.

1.12.5.3 Format for Computer Aided Design (CAD) Drawings

CAD drawings may be transmitted on CD-ROM if approved by the Contracting Officer. The Contractor shall transmit the same number of CD-ROM disks as the number of hard copies required. Attach a copy of ENG Form 4025 on each CD-ROM disk case, and mark the contract and transmittal numbers on each CD-ROM disk. One paper copy of drawings shall be included with each set of CD-ROM disks transmitted.

W912EP-11-R-0042 SECTION 01 33 00 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.12.5.4 Administrative Submittal Items Format

When an administrative submittal becomes part of the contract or project record, use 8.5"x11" pages for text and 11"x17" sheets for drawings. Use a table of contents with tabs for large submittal items. Use loose leaf binder or binder fastener to allow for disassembly, and addition of documents.

1.12.5.5 Operation and Maintenance Data

See Section 01 78 23 OPERATION AND MAINTENANCE DATA.

1.12.6 Deviations

Deviations are also known as "variations" from the contract requirements. Variations require Government approval, and will be considered when beneficial to the Government. An "Information Only" submittal item becomes a "G" submittal item requiring Government review and approval when a variation is proposed. When QCS variation block is checked, explain why the variation should be accepted in place of the specified item in "Remarks to Government". The "Remarks to Government" will populate the ENG Form 4025R "REMARKS" block. The variation will become a modification to contract requirements if it is approved by the Contracting Officer. Approved variations may require adjustments to contract price for increased (basic change document) or decreased (Government's credit) costs, and construction time. The Government reserves the right to rescind inadvertent approval of submittals containing unnoted deviations.

1.12.7 Considering Variations

Discuss proposed variations with the Contracting Officer prior to submission. Ensure function and quality requirements are met. Submit proposed variation as a Value Engineering Change Proposal (VECP) if it is likely to result in lower cost. See the clause VALUE ENGINEERING - CONSTRUCTION of Section 00700 CONTRACT CLAUSES of Volume 1. Also, go to the web site "http://www.saj.usace.army.mil/Divisions/Construction", and click the link "Value Engineering Program" to see the VECP checklist.

1.12.8 Proposing Variations

Use QCS Transmittal Log to identify submittal items as variations. In "Remarks to Government", describe what the proposed variation is, how it differs from the contract, and why it is desirable and beneficial to the Government. Include estimate of cost savings if lower cost is a benefit.

1.12.9 Warranty Variations

Use the QCS transmittal log "Remarks to Government" to warrant that the variation submitted for approval will be compatible with other work if incorporated.

1.12.10 Electronic Correspondence

All correspondence and contract documents not generated in QCS shall be submitted in Adobe Portable File format (.pdf). The Contracting Officer will discuss electronic correspondence procedures at Preconstruction and Coordination Meetings. These procedures may include sending files by e-mail, submitting on electronic media such as compact disks, transmission

W912EP-11-R-0042 SECTION 01 33 00 Page 11 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

through the SAJ File Transfer Protocol (FTP) internet site, or other methods approved by the Contracting Officer. The Contractor shall be responsible for the cost of the electronic media. Forms generated in QCS and exported to RMS such as QC Reports, Transmittals, and Requests for Information (RFIs) do not have to be re-submitted separately. Examples of correspondence and contract documents that must be submitted in .pdf format include, but are not limited to, Contractor serial letters, notifications to Contracting Officer, requests for equitable adjustment, change requests, claims, and submittals. Submit copies of correspondence to other businesses, entities, or agencies such as "Notices to Mariners", permit required reports, and other contract documents in .pdf format. Include signatures if applicable for final versions of scanned contracts. E-mail correspondence and payroll documentation does not have to be provided in .pdf format. The correspondence and contract documents shall also be submitted in hard copy form, in the quantities and with the requirements listed in these documents, unless the Contractor obtains a waiver from the Contracting Officer.

1.13 CONTROL OF SUBMITTALS

The Contractor shall carefully control his procurement operations to ensure that each individual submittal is made on or before the Contractor scheduled submittal date shown on the approved "Submittal Register."

1.14 GOVERNMENT APPROVED SUBMITTALS

Upon completion of review of submittals requiring Government approval, the submittals will be identified as having received approval by being so stamped and dated. Three (3) copies of the submittal will be retained by the Contracting Officer and two (2) copies of the submittal will be returned to the Contractor.

1.15 INFORMATION ONLY SUBMITTALS

Normally submittals for information only are approved by the Contractor's approving authority. The Government will notify the Contractor if the submittal has received an "F" action code, and the submittal will not be returned. Approval of the Contracting Officer is not required on information only submittals. Submittal items found not to comply with contract requirements will be given an "X" action code, returned to the Contractor, and shall require resubmittal by the Contractor as a "G" submittal item. The Government reserves the right to 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.

1.16 REQUEST FOR INFORMATION (RFI)

Requests for Information are not submittal items. They are time sensitive Quality Control related correspondence. See Section 01 45 04 CONTRACTOR QUALITY CONTROL.

W912EP-11-R-0042 SECTION 01 33 00 Page 12 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.17 SUBMITTAL REGISTER

The Submittal Register is appended after the end of this section.

1.18 STAMPS

Stamps used by the Contractor on the submittal data to certify that the submittal meets contract requirements shall be similar to the following (see next page):

W912EP-11-R-0042 SECTION 01 33 00 Page 13 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

______| CONTRACTOR | | | | (Firm Name) | | | | | | | | _____ Approved | | | | | | _____ Approved with corrections as noted on submittal data and/or | | attached sheets(s). | | | | | | | | SIGNATURE: ______| | | | TITLE: ______| | | | DATE: ______| | | |______|

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION (NOT APPLICABLE)

-- End of Section --

W912EP-11-R-0042 SECTION 01 33 00 Page 14 CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

01 11 00 SD-01 Preconstruction Submittals Deconstruction/Demolition and G DO Construction Plan 01 22 00 SD-01 Preconstruction Submittals Schedule of Values G RO 01 30 00 SD-01 Preconstruction Submittals List of Subcontractors Signature Authority Drug-Free Work Place Record Certificate of Insurance 01 32 01.10 SD-01 Preconstruction Submittals QCS Schedules 1.2.1 G RO Bar Chart 1.2.2 G RO 'S' Curve 1.2.2 G RO Equipment Delivery Schedule 1.3 G RO Progress Photographs 1.5 01 33 00 SD-01 Preconstruction Submittals Export File G RO 01 35 25 SD-01 Preconstruction Submittals Dive Operations Plan G RO SD-07 Certificates Dive Personnel Qualifications G RO 01 35 26 SD-01 Preconstruction Submittals Accident Prevention Plan (APP) 1.7 G AO Activity Hazard Analysis (AHA) 1.8 G AO Crane Critical Lift Plan G AO

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 1 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

01 35 26 Crane Operators 1.6.1.4 G AO SD-06 Test Reports Reports 1.12 Accident Reports 1.12.1 Crane Reports 1.12.3 SD-07 Certificates Confined Space Entry Permit 1.9 Hot work permit 1.9 License Certificates Contractor Safety Self-Evaluation 1.4 G AO Checklist 01 45 04 SD-01 Preconstruction Submittals Laboratory Qualifications G RO Contractor Quality Control (CQC) 3.2 G RO Plan Letter of Authority 3.2.2 01 50 02 SD-01 Preconstruction Submittals Mobilization/Demobilization Plan Security Plan 3.7 SD-02 Shop Drawings Contractor's Temporary Facilities 3.6 Temporary Electric Drawings Construction Drawings G RO 01 52 10 SD-02 Shop Drawings Contracting Officer's Field Office 2.1 Trailer

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 2 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

01 57 20 SD-01 Preconstruction Submittals Environmental Protection Plan G DO Bird Monitoring Qualifications SD-11 Closeout Submittals Logs/Final Summary Report Project Environmental Summary Sheet Logs/Summary of Bird Nesting Monitoring 01 78 02 SD-02 Shop Drawings As-Builts G RO SD-03 Product Data As-Built Record of Equipment 1.3.3 and Materials Warranty Management Plan 1.4.1 G RO Warranty Tags 1.4.5 G RO Final Cleaning 1.7 G RO 02 41 00 SD-01 Preconstruction Submittals Existing Conditions 1.9 SD-07 Certificates Demolition Plan 1.2.1 G DO Deconstruction Plan 1.2.1 G DO Notification G AO SD-11 Closeout Submittals Receipts 03 11 13.00 10 SD-02 Shop Drawings

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 3 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

03 11 13.00 10 Formwork 3.1.1 SD-03 Product Data Design 1.2 Form Materials 2.1 Form Releasing Agents 2.1.5 03 15 13.00 10 SD-02 Shop Drawings Waterstops 2.4 G DO SD-03 Product Data Preformed Expansion Joint Filler 2.2 Sealant 2.3 Waterstops 2.4 SD-04 Samples Lubricant for Preformed 2.3.2 Compression Seals Field-Molded Type 2.3.3 Non-metallic Materials 2.4.1 SD-07 Certificates Preformed Expansion Joint Filler 2.2 Sealant 2.3 Waterstops 2.4 03 20 01.00 10 SD-02 Shop Drawings Reinforcement 3.1 G DO SD-03 Product Data Welding 1.3 SD-07 Certificates Reinforcing Steel 2.3

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 4 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

03 31 01.00 10 SD-03 Product Data Concrete Mixture Proportions 1.2 G AO Concrete Mixers 2.2.1 Testing Technicians 1.4 Concrete Construction Inspector 1.4 (CCI) Construction Joint Treatment 3.1.4 G AO Curing and Protection 3.4 G AO Cold-Weather Placing 3.2.4 G AO Hot-Weather Placing 3.2.5 G AO Finishing 3.3 G AO SD-06 Test Reports Quality of Aggregates G AO Tests and Inspections 3.6 SD-07 Certificates Cementitious Materials 2.1.1 G AO Impervious-Sheet Curing 2.1.4.1 Materials Air-Entraining Admixture 2.1.3.1 Other Chemical Admixtures Membrane-Forming Curing 2.1.4.2 Compound Epoxy Resin 2.1.8 Latex Bonding Compound 2.1.7 Nonshrink Grout 2.1.6 05 50 13 SD-02 Shop Drawings

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 5 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

05 50 13 Floor gratings 2.3 angles and plates SD-03 Product Data Floor gratings 2.3 05 51 00 SD-02 Shop Drawings Iron and Steel Hardware 2.1 Steel Shapes, Plates, Bars and 2.1 Strips Metal Stair System 2.15 SD-03 Product Data Structural Steel Plates, Shapes, 2.2 and Bars Structural Steel Tubing 2.3 Hot-Rolled Carbon Steel Sheets 2.6 and Strips Cold Finished Steel Bars 2.5 Hot-Rolled Carbon Steel Bars 2.4 Cold-Rolled Carbon Steel Sheets 2.7 Galvanized Carbon Steel Sheets 2.8 Cold-Drawn Steel Tubing 2.9 Gray Iron Castings 2.10 Malleable Iron Castings 2.11 Concrete Inserts 2.13 Masonry Anchorage Devices Protective Coating 2.16 Steel Pan Stairs 2.17

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 6 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

05 51 00 Steel Stairs 2.17.8 Steel Stairs, Circular SD-07 Certificates Welding Procedures 1.3 Welder Qualification 1.3 SD-08 Manufacturer’s Instructions Structural Steel Plates, Shapes, 2.2 and Bars Structural Steel Tubing 2.3 Hot-Rolled Carbon Steel Sheets 2.6 and Strips Cold Finished Steel Bars 2.5 Hot-Rolled Carbon Steel Bars 2.4 Cold-Rolled Carbon Steel Sheets 2.7 Galvanized Carbon Steel Sheets 2.8 Cold-Drawn Steel Tubing 2.9 Gray Iron Castings 2.10 Malleable Iron Castings 2.11 Protective Coating 2.16 Masonry Anchorage Devices 05 52 00 SD-02 Shop Drawings Steel Hardware 2.1 Steel Shapes, Plates, Bars and 2.1 Strips Steel Railings and Handrails 2.7 SD-03 Product Data

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 7 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

05 52 00 Structural Steel Plates, Shapes, 2.2 and Bars Protective Coating 2.6 Steel Railings and Handrails 2.7 SD-07 Certificates Welding Procedures 1.3 Welder Qualification 1.3 SD-08 Manufacturer’s Instructions Structural Steel Plates, Shapes, 2.2 and Bars Protective Coating 2.6 Steel Railings and Handrails 2.7 08 11 13 SD-02 Shop Drawings Doors 2.1 G RO Doors 2.1 G RO Frames 2.4 G RO Frames 2.4 G RO Accessories Weatherstripping 2.5 SD-03 Product Data Doors 2.1 G RO Frames 2.4 G RO Accessories Weatherstripping 2.5 08 71 00 SD-02 Shop Drawings Hardware schedule 1.3 G RO

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 8 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

08 71 00 Keying system 2.3.5 SD-03 Product Data Hardware items 2.3 G RO SD-08 Manufacturer’s Instructions Installation 3.1 SD-10 Operation and Maintenance Data Hardware Schedule 1.3 G RO SD-11 Closeout Submittals Key Bitting 1.4 08 91 00 SD-02 Shop Drawings Wall louvers 1.4 SD-03 Product Data Metal Wall Louvers 2.2 SD-06 Test Reports Test Data G DO SD-07 Certificates Certification G DO 09 90 00 SD-03 Product Data Environmental Data Coating 2.1 G AO Manufacturer's Technical Data 2.1 Sheets Manufactured Labels for Piping Identification Piping Legend

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 9 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

09 90 00 Valve Identification List SD-04 Samples Color 1.7 G AO Textured Wall Coating System G AO SD-08 Manufacturer’s Instructions Application instructions Mixing 3.5.2 Manufacturer's Material Safety 1.5.2 Data Sheets 11 82 15 SD-02 Shop Drawings Detail Drawings G DO SD-03 Product Data Product Data G DO SD-05 Design Data Electrical Elementary Diagrams G DO Internal Connection Diagrams G DO External Interconnection G DO Diagrams System Operation Programming G DO Local Control Panel Layout G DO Drawings Motor Data G DO Wind Structural Analysis G DO Trash Racks G DO Trash Rake System Calculations G DO SD-06 Test Reports

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 10 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

11 82 15 Performance Tests G DO SD-07 Certificates Equipment SD-09 Manufacturer’s Field Reports Field Quality Control G DO SD-10 Operation and Maintenance Data Operation and Maintenance G DO Manuals 13 34 23 SD-02 Shop Drawings Shop and Erection Drawings G DO SD-03 Product Data Manufacturer's Catalog Data SD-07 Certificates Qualifications 1.3.3 Design Certification Plant Certification 26 05 00.00 40 SD-01 Preconstruction Submittals Material, Equipment, and Fixture 1.5 Lists Conduits, Raceway sand Fittings 3.1 Wire and Cable 2.2 Splices and Connectors 2.3 Switches 2.4 Receptacles 2.1.7

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 11 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

26 05 00.00 40 Receptacles 2.5 Receptacles 3.4.1 Outlets, Outlet Boxes, and Pull 2.6 Boxes Circuit Breakers 2.8 Panelboards 2.7 Panelboards 3.7 Lamps and Lighting Fixtures 2.9 Lamps and Lighting Fixtures 3.6 SD-03 Product Data Conduits, Raceway sand Fittings 3.1 Wire and Cable 2.2 Splices and Connectors 2.3 Switches 2.4 Receptacles 2.1.7 Receptacles 2.5 Receptacles 3.4.1 Outlets, Outlet Boxes, and Pull 2.6 Boxes Circuit Breakers 2.8 Panelboards 2.7 Panelboards 3.7 Lamps and Lighting Fixtures 2.9 Lamps and Lighting Fixtures 3.6 Spare Parts SD-06 Test Reports

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 12 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

26 05 00.00 40 Continuity Test 3.11 Phase-Rotation Tests 3.11 Insulation Resistance Test 3.11 SD-08 Manufacturer’s Instructions Manufacturer's Instructions 1.5 26 05 19.00 10 SD-03 Product Data Installation Instructions 3.1 SD-06 Test Reports Tests, Inspections, and 3.2 Verifications 26 24 16.00 40 SD-02 Shop Drawings Detail Drawings 1.2 Outline Drawings 1.2 SD-03 Product Data Panelboards 2.1 SD-04 Samples keys SD-06 Test Reports Continuity Tests 3.2 Insulation Tests 3.2 SD-07 Certificates Statements 1.2 SD-08 Manufacturer’s Instructions Panelboards 2.1 26 41 00.00 20 SD-02 Shop Drawings

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 13 OF 14 PAGES CONTRACT NO. SUBMITTAL REGISTER

TITLE AND LOCATION CONTRACTOR Trash Rake & Rack Replacements at S-362

CONTRACTOR: CONTRACTOR APPROVING AUTHORITY SCHEDULE DATES ACTION G O V T C T R L A A O A N S R A A C S S C C T M S P I A T T I I P A F / I I V T E R I E O DATE FWD O MAILED I T C A C N TO APPR N TO T A G # A R AUTH/ CONTR/ Y L S R T E C C E DESCRIPTION A I V APPROVAL MATERIAL O DATE DATE RCD DATE FWD DATE RCD O DATE DATE RCD N N C P O W NEEDED NEEDED D OF FROM TO OTHER FROM OTH D OF FRM APPR O O T ITEM SUBMITTED H N R SUBMIT BY BY E ACTION CONTR REVIEWER REVIEWER E ACTION AUTH REMARKS

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) (p) (q) (r)

26 41 00.00 20 Overall lightning protection 1.4.1 G AO system Each major component 1.4.1 G AO SD-06 Test Reports Grounding system test 3.4.1 G AO Lightning protection system 3.4.2 G AO inspection SD-07 Certificates UL listing or label 1.4.2 G AO

SUBMITTAL FORM,Jan 96 PREVIOUS EDITION IS OBSOLETE PAGE 14 OF 14 PAGES Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 35 25

OWNER SAFETY REQUIREMENTS - DIVING

PART 1 GENERAL

1.1 SUMMARY 1.1.1 Related Section 1.2 REFERENCES 1.3 SAFETY AND HEALTH REQUIREMENTS MANUAL 1.4 DEFINITIONS 1.5 SUBMITTALS 1.6 DIVE PLAN 1.6.1 Dive Plan Reviewer 1.7 MEETINGS 1.7.1 Phase Meetings

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.1 EMERGENCY MEDICAL TREATMENT 3.2 DIVING OPERATIONS 3.2.1 Dive Operations Execution

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 35 25 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 35 25

OWNER SAFETY REQUIREMENTS - DIVING

PART 1 GENERAL

1.1 SUMMARY

Section covers job specific underwater diving requirements and dive safety.

1.1.1 Related Section

Section 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS.

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 (2008) U.S. Army Corps of Engineers Safety and Health Requirements Manual

1.3 SAFETY AND HEALTH REQUIREMENTS MANUAL

EM 385-1-1, is available at http://140.194.76.129/publications/eng-manuals/. One copy will be provided to Contractor at a Preconstruction Conference (refer to Section 01 30 00 ADMINISTRATIVE PROCEDURES.

1.4 DEFINITIONS

Use definitions found in EM 385-1-1 in transmitted dive plan submittal items.

Dive Supervisor - A person with specialized training or experience in Dive safety.

1.5 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

Dive Operations Plan; G|RO

Refer to paragraphs DIVE PLAN, DIVING OPERATIONS, and DIVE OPERATIONS below.

W912EP-11-R-0042 SECTION 01 35 25 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SD-07 Certificates

Dive Personnel Qualifications; G|RO

Qualifications, and training certificates of dive personnel.

1.6 DIVE PLAN

Dive plan shall address all requirements of Section DIVING OPERATIONS of EM 385-1-1. See paragraph DIVE OPERATIONS below. An approved Dive Plan and Safe Practices Manual is required on all projects with work on, or over water; see paragraph DIVING OPERATIONS below.

1.6.1 Dive Plan Reviewer

Dive Plans shall be submitted by Contractor to Contracting Officer in accordance with Section 01 33 00 SUBMITTAL PROCEDURES. Dive Operations Plans are "District Office (DO)" secondary reviewed by Jacksonville District Diving Coordinator or his Alternate.

Dive Coordinator: Mr. Bruce Tappmeyer W 904-232-3835, Fax 904-232-1590 [email protected]

Alternate Dive Coordinator: Mr. Jim Vecchitto W 904-232-3808, Fax 904-232-2147 [email protected].

When a transmittal with a Dive Plan submittal item is delivered to Resident Engineer, send a copy directly to:

Delivery Address: U.S. Army Corps of Engineers - Jacksonville District ATTN: CESAJ-CD-Q (Mr. Tappmeyer) 701 San Marco Blvd Jacksonville, FL 32207-8175

Mailing Address is PO Box 4970

U.S. Army Corps of Engineers - Jacksonville District ATTN: CESAJ-CD-Q (Mr. Tappmeyer) PO Box 4970 Jacksonville, FL 32232-0019

1.7 MEETINGS

1.7.1 Phase Meetings

Each Dive shall be treated as a "definable feature of work" in accordance with accepted Quality Control Plan. Perform a Preparatory and Initial Phase meeting for all Dives.

W912EP-11-R-0042 SECTION 01 35 25 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

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 EM 385-1-1.

3.2 DIVING OPERATIONS

Submit a Dive Operations Plan when work is performed on or over water. No matter if a dive is actually planned or only required as a contingency (i.e., most dredging projects) submit a Diving Operations Plan for Contracting Officer's approval. Dive Operations Plan shall cover all requirements in Section DIVING OPERATIONS of EM 385-1-1. Dive Operations Plan consists of a "Safe Practices Manual" describing Contractor's diving program and a "Dive Plan" describing site specific information of proposed dive or contingency dive. Safe Practices Manual, Dive Plan and revisions shall have cover sheets signed and dated by Contractor. When diving is subcontracted, cover sheets shall also be signed and dated by diving contractor's principal or authorized representative.

3.2.1 Dive Operations Execution

Execute dives in accordance with approved Dive Operations Plan submittal; Section DIVING OPERATIONS of EM 385-1-1. Contractor shall submit completed daily dive logs at the end of each dive day. Daily dive logs shall be faxed to District Dive Coordinator 904-232-1590 or his authorized representative. Contractor shall use COE form ENG 4615 and ENG 4616 to record daily diving activities. Dive forms may be downloaded from Jacksonville Construction-Operations web site at: http://www.saj.usace.army.mil/Divisions/Construction/programs_UnderwaterDive.htm. -- End of Section --

W912EP-11-R-0042 SECTION 01 35 25 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 35 26

GOVERNMENTAL SAFETY REQUIREMENTS

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 DEFINITIONS 1.4 CONTRACTOR SAFETY SELF-EVALUATION CHECKLIST 1.5 REGULATORY REQUIREMENTS 1.6 SITE QUALIFICATIONS, DUTIES AND MEETINGS 1.6.1 Personnel Qualifications 1.6.1.1 Site Safety and Health Officer (SSHO) 1.6.1.2 Construction Safety Hazard Awareness Training 1.6.1.3 Competent Person for Confined Space Entry 1.6.1.4 Crane Operators 1.6.2 Personnel Duties 1.6.2.1 Site Safety and Health Officer (SSHO) 1.6.3 Meetings 1.6.3.1 Preconstruction Conference 1.6.3.2 Safety Meetings 1.7 ACCIDENT PREVENTION PLAN (APP) 1.7.1 EM 385-1-1 Contents 1.8 ACTIVITY HAZARD ANALYSIS (AHA) 1.9 DISPLAY OF SAFETY INFORMATION 1.10 SITE SAFETY REFERENCE MATERIALS 1.11 EMERGENCY MEDICAL TREATMENT 1.12 REPORTS 1.12.1 Accident Reports 1.12.2 Accident Notification 1.12.3 Crane Reports 1.12.4 Certificate of Compliance 1.12.5 Third Party Certification of Barge-Mounted Mobile Cranes 1.13 HOT WORK 1.14 FACILITY OCCUPANCY CLOSURE 1.15 SEVERE STORM PLAN 1.16 CONFINED SPACE ENTRY REQUIREMENTS.

PART 2 PRODUCTS

2.1 CONFINED SPACE SIGNAGE 2.2 FALL PROTECTION ANCHORAGE

PART 3 EXECUTION

3.1 CONSTRUCTION AND/OR OTHER WORK 3.1.1 Hazardous Material Use 3.1.2 Unforeseen Hazardous Material 3.2 CONTROL OF HAZARDOUS ENERGY (LOCKOUT/TAGOUT)

W912EP-11-R-0042 SECTION 01 35 26 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.2.1 Tag Placement 3.2.2 Tag Removal 3.3 FALL HAZARD PROTECTION AND PREVENTION PROGRAM 3.3.1 Training 3.3.2 Fall Protection Equipment and Systems 3.3.2.1 Personal Fall Arrest Equipment 3.3.3 Existing Anchorage 3.3.4 Horizontal Lifelines 3.3.5 Guardrails and Safety Nets 3.3.6 Rescue and Evacuation Procedures 3.4 EQUIPMENT 3.4.1 Material Handling Equipment 3.4.2 Weight Handling Equipment 3.4.3 Equipment and Mechanized Equipment 3.5 UTILITIES WITHIN CONCRETE SLABS 3.6 ELECTRICAL 3.6.1 Conduct of Electrical Work 3.6.2 Portable Extension Cords 3.7 WORK IN CONFINED SPACES

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 35 26 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

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 ENGINEERS (ASSE/SAFE)

ASSE/SAFE A10.32 (2004) Fall Protection

ASSE/SAFE A10.34 (2001; R 2005) Protection of the Public on or Adjacent to Construction Sites

ASSE/SAFE Z359.1 (2007) Safety Requirements for Personal Fall Arrest Systems, Subsystems and Components

ASME INTERNATIONAL (ASME)

ASME B30.22 (2005) Articulating Boom Cranes

ASME B30.3 (2009) Tower Cranes

ASME B30.5 (2007) Mobile and Locomotive Cranes

ASME B30.8 (2004) Floating Cranes and Floating Derricks

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 10 (2010) Standard for Portable Fire Extinguishers

NFPA 241 (2009) Standard for Safeguarding Construction,Alteration, and Demolition Operations

NFPA 51B (2009) Standard for Fire Prevention During Welding, Cutting, and Other Hot Work

NFPA 70 (2008; AMD 1 2008) National Electrical Code

NFPA 70E (2009; Errata 09-1) Standard for Electrical Safety in the Workplace

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2008) Safety and Health Requirements Manual

W912EP-11-R-0042 SECTION 01 35 26 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

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

29 CFR 1910 Occupational Safety and Health Standards

29 CFR 1910.146 Permit-required Confined Spaces

29 CFR 1915 Confined and Enclosed Spaces and Other Dangerous Atmospheres in Shipyard Employment

29 CFR 1919 Gear Certification

29 CFR 1926 Safety and Health Regulations for Construction

29 CFR 1926.500 Fall Protection

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:

Government acceptance is required for submittals with a "G|AO" designation.

SD-01 Preconstruction Submittals

Accident Prevention Plan (APP); G|AO

Activity Hazard Analysis (AHA); G|AO

Crane Critical Lift Plan; G|AO

Proof of qualification for Crane Operators; G|AO

SD-06 Test Reports

Reports

Submit reports as their incidence occurs, in accordance with the requirements of the paragraph entitled, "Reports."

Accident Reports

Crane Reports

SD-07 Certificates

Confined Space Entry Permit

Hot work permit

License Certificates

Contractor Safety Self-Evaluation Checklist; G|AO

W912EP-11-R-0042 SECTION 01 35 26 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.3 DEFINITIONS

a. Competent Person for Fall Protection. A person who is capable of identifying hazardous or dangerous conditions in the personal fall arrest system or any component thereof, as well as their application and use with related equipment, and has the authority to take prompt corrective measures to eliminate the hazards of falling.

b. High Visibility Accident. Any mishap which may generate publicity and/or high visibility.

c. Medical Treatment. 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 through provided by a physician or registered personnel.

d. Operating Envelope. The area surrounding any crane. Inside this "envelope" is the crane, the operator, riggers and crane walkers, rigging gear between the hook and the load, the load and the crane's supporting structure (ground, rail, etc.).

e. Qualified Person for Fall Protection. A person with a recognized degree or professional certificate, and with extensive knowledge, training and experience in the field of fall protection; who is capable of performing design, analysis, and evaluation of fall protection systems and equipment.

f. Recordable Injuries or Illnesses. Any work-related injury or illness that results in:

(1) Death, regardless of the time between the injury and death, or the length of the illness;

(2) Days away from work (any time lost after day of injury/illness onset);

(3) Restricted work;

(4) Transfer to another job;

(5) Medical treatment beyond first aid;

(6) Loss of consciousness; or

(7) A significant injury or illness diagnosed by a physician or other licensed health care professional, even if it did not result in (1) through (6) above.

g. "USACE" property and equipment specified in USACE EM 385-1-1 should be interpreted as Government property and equipment.

h. Weight Handling Equipment (WHE) Accident. A WHE accident occurs when any one or more of the six 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; and/or collision, including unplanned contact between the load, crane, and/or other objects. A dropped load, derailment, two-blocking, overload and collision are considered accidents even though no material

W912EP-11-R-0042 SECTION 01 35 26 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

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, roll over, etc.) Any mishap meeting the criteria described above shall be documented in both the Contractor Significant Incident Report (CSIR) and using the NAVFAC prescribed Navy Crane Center (NCC) form submitted within five days both as provided by the Contracting Officer.

1.4 CONTRACTOR SAFETY SELF-EVALUATION CHECKLIST

Contracting Officer will provide a "Contractor Safety Self-Evaluation checklist" to the Contractor at the pre-construction conference. The checklist will be completed monthly by the Contractor and submitted with each request for payment voucher. Additionally, monthly exposure reporting to the Contracting Officer is required to be attached to the monthly billing request. This report is a compilation of employee-hours worked each month for all site workers, both prime and subcontractor. The Contracting Officer will provide copies of any special forms. An acceptable score of 90 or greater is required. Failure to submit the completed safety self-evaluation checklist or achieve a score of at least 90, will result in a 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 addition of USACE EM 385-1-1, and the following federal, state, and local, laws, ordinances, criteria, rules and regulation. 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)

The contractor shall provide a Safety oversight team that includes a minimum of one (1) Competent Person at each project site to function as the Safety and Health Officer (SSHO). The SSHO shall be at the work site at all times, unless specified differently in the contract, to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contractor, and their training, experience, and qualifications shall be as required by EM 385-1-1 paragraph 01.A.17 and all associated sub-paragraphs. A Competent Personal shall be provided for all of the hazards identified in the Contractor's Safety and Health Program in accordance with the accepted Accident Prevention Plan, and shall be on-site at all times when the work that presents the hazards associated with their professional expertise is being performed. The credentials of the Competent Persons(s) shall be approved by the Contracting Officer in consultation with the Safety Office.

The Contractor Quality Control (QC) person cannot be the SSHO on this project, even though the QC has safety inspection responsibilities as part of the QC duties.

W912EP-11-R-0042 SECTION 01 35 26 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.6.1.2 Construction Safety Hazard Awareness Training

The training requirementsfor the Site Safety and Health Officer (SSHO) must include the successful completion of the course entitled "Construction Safety Hazard Awareness Training for Contractors". If the SSHO does not have a current certification, they must obtain the course certification within sixty (60) calendar days from award.

1.6.1.3 Competent Person for Confined Space Entry

Provide a competent person for confined space meeting the definition and requirements of EM 385-1-1.

1.6.1.4 Crane Operators

Meet the crane operators requirements in USACE EM 385-1-1, Section 16 and Appendix I. In addition, for mobile cranes with Original Equipment Manufacturer (OEM) rated capacitates of 50,000 pounds or greater, designate crane operators as qualified by a source that qualifies crane operators (i.e., union, a government agency, or and organization that tests and qualifies crane operators). Provide proof of current qualification.

1.6.2 Personnel Duties

1.6.2.1 Site Safety and Health Officer (SSHO)

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 quality control report.

b. Conduct mishap investigations and complete required reports. Maintain the OSHA Form 300 and Daily Production reports for prime and sub-contractors.

c. Maintain applicable safety reference material on the job site.

d. Attend the pre-construction conference, pre-work meetings including preparatory inspection meeting, and periodic in-progress meetings.

e. Implement and enforce accepted APPS and AHAs.

f. Maintain a safety and health deficiency tracking system that monitors outstanding deficiencies until resolution. Post a list of unresolved safety and health deficiencies on the safety bulletin board.

g. Ensure sub-contractor compliance with safety and health requirements.

Failure to perform the above duties will result in dismissal of the superintendent, QC Manager, and/or SSHO, and a project work stoppage. The project work stoppage will remain in effect pending approval of a suitable replacement.

h. Maintain a list of hazardous chemicals on site and their material safety data sheets.

W912EP-11-R-0042 SECTION 01 35 26 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

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 shall attend the preconstruction conference. This includes the project superintendent, site safety and health officer, quality control supervisor, 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's representative as to which phases will require an analysis. In addition, establish a schedule for the preparation, submittal, review, and acceptance of AHAs to preclude project delays.

c. Deficiencies in the submitted APP will be brought to the attention of the Contractor at the preconstruction conference, and the Contractor shall revise the plan to correct deficiencies and re-submit it for acceptance. Do not begin work until there is an accepted APP.

d. The functions of a Preconstruction conference may take place at the Post-Award Kickoff meeting for Design Build Contracts.

1.6.3.2 Safety Meetings

Conduct and document meetings as required by EM 385-1-1. Attach minutes showing contract title, signatures of attendees and a list of topics discussed to the Contractors' daily quality control report.

1.7 ACCIDENT PREVENTION PLAN (APP)

Use a qualified person to prepare the written site-specific APP. Prepare the APP in accordance with the format and requirements of USACE EM 385-1-1 and as supplemented herein. Cover all paragraph and subparagraph elements in USACE EM 385-1-1, Appendix A, "Minimum Basic Outline for Accident Prevention Plan". Specific requirements for some of the APP elements are described below. The APP shall be job-specific and address any unusual or unique aspects of the project or activity for which it is written. The APP shall interface with the Contractor's overall safety and health program. Include any portions of the Contractor's overall safety and health program referenced in the APP in the applicable APP element and made site-specific. 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 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 shall be signed by the person and firm (senior person) preparing the APP, the Contractor, the on-site superintendent, the designated site safety and health officer, the Contractor Quality control Manager, and any designated CSP and/or CIH.

W912EP-11-R-0042 SECTION 01 35 26 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Submit the APP to the Contracting Officer 15calendar days prior to the date of the preconstruction conference for acceptance. Work cannot proceed without an accepted APP.

Once 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 will be cause for stopping of work, at the discretion of the Contracting Officer, until the matter has been rectified.

Once work begins, changes to the accepted APP shall be made with the knowledge and concurrence of the Contracting Officer, project superintendent, SSHO and quality control manager. 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/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 ASSE/SAFE A10.34,) and the environment.

Copies of the accepted plan will be maintained at the Contracting Officer's office and at the job site. Continuously reviewed and amended the APP, as necessary, throughout the life of the contract. Incorporate unusual or high-hazard activities not identified in the original APP as they are discovered.

1.7.1 EM 385-1-1 Contents

In addition to the requirements outlines in Appendix A of USACE EM 385-1-1, the following is required:

a. Names and qualifications (resumes including education, training, experience and certifications) of all site safety and health personnel designated to perform work on this project to include the designated site safety and health officer and other competent and qualified personnel to be used such as CSPs, CIHs, STSs, CHSTs. 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; personal protective equipment and clothing to include selection, use and maintenance.

c. Confined Space Entry Plan. Develop a confined and/or enclosed space entry plan in accordance with USACE EM 385-1-1, applicable OSHA standards 29 CFR 1910, 29 CFR 1915, and 29 CFR 1926, OSHA Directive 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.)

d. Fall Protection and Prevention (FP&P) Program Documentation. The

W912EP-11-R-0042 SECTION 01 35 26 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

program documentation shall 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 qualified person for fall protection shall prepare and sign the program documentation. Include fall protection and prevention systems, equipment and methods employed for every phase of work, responsibilities, assisted rescue, self-rescue and evacuation procedures, training requirements, and monitoring methods. Revise the Fall Protection and Prevention Program documentation 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 Program documentationat the job site for the duration of the project. Include the Fall Protection and Prevention Program documentation in the Accident Prevention Plan (APP).

1.8 ACTIVITY HAZARD ANALYSIS (AHA)

The Activity Hazard Analysis (AHA) format shall be in accordance with USACE EM 385-1-1, Section 1. Submit the AHA for review at least 15 calendar days prior to the start of each phase. Format subsequent AHAs as amendments to the APP. The analysis should be used during daily inspections to ensure the implementation and effectiveness of the activity's safety and health controls.

The AHA list will be reviewed periodically (at least monthly) at the Contractor supervisory safety meeting and updated as necessary when procedures, scheduling, or hazards change.

Develop the activity hazard analyses using the project schedule as the basis for the activities performed. Any activities listed on the project schedule will require an AHA. The AHAs will be developed by the contractor, supplier or subcontractor and provided to the prime contractor for submittal to the Contracting Officer.

1.9 DISPLAY OF SAFETY INFORMATION

Within 1 calendar day after commencement of work, erect a safety 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, shall 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.06. Additional items required to be posted include:

a. Confined space entry permit.

b. Hot work permit.

1.10 SITE SAFETY REFERENCE MATERIALS

Maintain safety-related references applicable to the project, including those listed in the article "References." Maintain applicable equipment manufacturer's manuals.

1.11 EMERGENCY MEDICAL TREATMENT

Contractors will arrange for their own emergency medical treatment.

W912EP-11-R-0042 SECTION 01 35 26 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Government has no responsibility to provide emergency medical treatment.

1.12 REPORTS

1.12.1 Accident Reports

a. Conduct an accident investigation for recordable injuries and illnesses, as defined in 1.3.h and property damage accidents resulting in at least $2,000 in damages, to establish the root cause(s) of the accident, complete the 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. Conduct an accident investigation for any weight handling equipment accident (including rigging gear accidents) to establish the root cause(s) of the accident, complete the WHE Accident Report (Crane and Rigging Gear) 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.

1.12.2 Accident Notification

Notify the Contracting Officer as soon as practical, but not later than four hours, after any accident meeting the definition of Recordable Injuries or Illnesses or High Visibility Accidents, property damage equal to or greater than $2,000, or any weight handling equipment accident. 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 (to include type of construction equipment used, PPE used, etc.). Preserve the conditions and evidence on the accident site until the Government investigation team arrives on-site and Government investigation is conducted.

1.12.3 Crane Reports

Submit crane inspection reports required in accordance with USACE EM 385-1-1, Appendix I and as specified herein with Daily Reports of Inspections.

1.12.4 Certificate of Compliance

Provide a Certificate of Compliance for each crane entering an activity under this contract (see Contracting Officer for a blank certificate). State within the certificate that the crane and rigging gear meet applicable OSHA regulations (with the Contractor citing which OSHA regulations are applicable, e.g., cranes used in construction, demolition, or maintenance comply with 29 CFR 1926 and USACE EM 385-1-1 Section 16 and Appendix I. Certify on the Certificate of Compliance that the crane operator(s) is qualified and trained in the operation of the crane to be used. Post certifications on the crane.

1.12.5 Third Party Certification of Barge-Mounted Mobile Cranes

Certify barge-mounted mobile cranes in accordance with 29 CFR 1919 by an

W912EP-11-R-0042 SECTION 01 35 26 Page 11 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

OSHA accredited person.

1.13 HOT WORK

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. The Contractor will provide at least two (2) twenty (20) pound 4A:20 BC rated extinguishers for normal "Hot Work". All extinguishers shall be current inspection tagged, 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 shall be trained in accordance with NFPA 51B and remain on-site for a minimum of 30 minutes 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. ANY FIRE, NO MATTER HOW SMALL, SHALL BE REPORTED TO THE RESPONSIBLE FIRE DEPARTMENT IMMEDIATELY.

1.14 FACILITY OCCUPANCY CLOSURE

Streets, walks, and other facilities occupied and used by the Government shall not be closed or obstructed without written permission from the Contracting Officer.

1.15 SEVERE STORM PLAN

In the event of a severe storm warning, the Contractor must:

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.

1.16 CONFINED SPACE ENTRY REQUIREMENTS.

Contractors entering and working in confined spaces performing shipyard industry work are required to follow the requirements of OSHA 29 CFR Part 1915 Subpart B. Contractors entering and working in confined spaces performing general industry work are required to follow the requirements of OSHA 29 CFR Part 1926.

Navy personnel entering and working in confined spaces performing naval maritime facility work are required to follow the requirements of NAVSEA S6470-AA-SAF-101 Rev. 03. Navy personnel entering and working in confined spaces performing non-maritime facility work are required to follow the requirements of OPNAVINST 5100.23G Chapter 27.

PART 2 PRODUCTS

2.1 CONFINED SPACE SIGNAGE

Provide permanent signs integral to or securely attached to access covers

W912EP-11-R-0042 SECTION 01 35 26 Page 12 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

for new permit-required confined spaces. Signs wording: "DANGER--PERMIT-REQUIRED CONFINED SPACE - DO NOT ENTER -" in bold letters a minimum of one inch in height and constructed to be clearly legible with all paint removed. The signal word "DANGER" shall be red and readable from 5 feet.

2.2 FALL PROTECTION ANCHORAGE

Leave in place fall protection anchorage, conforming to ASSE/SAFE Z359.1, installed under the supervision of a qualified person in fall protection, for continued customer use and so identified by signage stating the capacity of the anchorage (strength and number of persons who may be tied-off to it at any one time).

PART 3 EXECUTION

3.1 CONSTRUCTION AND/OR OTHER WORK

Comply with USACE EM 385-1-1, NFPA 241, the APP, the AHA, Federal and/or State OSHA regulations, and other related submittals and activity fire and safety regulations. The most stringent standard prevails.

3.1.1 Hazardous Material Use

Each hazardous material must receive approval from the Contracting Office or their designated representative prior to being brought onto the job site or prior to any other use in connection with this contract. Allow a minimum of 10 working days for processing of the request for use of a hazardous material.

3.1.2 Unforeseen Hazardous Material

The design should have identified 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 additional material, not indicated, that may be hazardous to human health upon disturbance during construction operations is encountered, 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 CONTROL OF HAZARDOUS ENERGY (LOCKOUT/TAGOUT)

Contractor shall ensure that each employee is familiar with and complies with these procedures and USACE EM 385-1-1, Section 12, Control of Hazardous Energy.

Contracting Officer will, at the Contractor's request, apply lockout/tagout tags and take other actions that, because of experience and knowledge, are known to be necessary to make the particular equipment safe to work on for government owned and operated systems.

No person, regardless of position or authority, shall operate any switch, valve, or equipment that has an official lockout/tagout tag attached to it, nor shall such tag be removed except as provided in this section. No person shall work on any energized equipment including, but not limited to

W912EP-11-R-0042 SECTION 01 35 26 Page 13 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

activities such as erecting, installing, constructing, repairing, adjusting, inspecting, un-jamming, setting up, trouble shooting, testing, cleaning, dismantling, servicing and maintaining machines equipment of processes until an evaluation has been conducted identifying the energy source and the procedures which will be taken to ensure the safety of personnel.

When work is to be performed on electrical circuits, only qualified personnel shall perform work on electrical circuits.

A supervisor who is required to enter an area protected by a lockout/tagout tag will be considered a member of the protected group provided he notifies the holder of the tag stub each time he enters and departs from the protected area.

Identification markings on building light and power distribution circuits shall not be relied on for established safe work conditions.

Before clearance will be given on any equipment other than electrical (generally referred to as mechanical apparatus), the apparatus, valves, or systems shall be secured in a passive condition with the appropriate vents, pins, and locks.

Pressurized or vacuum systems shall be vented to relieve differential pressure completely.

Vent valves shall be tagged open during the course of the work.

Where dangerous gas or fluid systems are involved, or in areas where the environment may be oxygen deficient, system or areas shall be purged, ventilated, or otherwise made safe prior to entry.

3.2.1 Tag Placement

Lockout/tagout tags shall be completed in accordance with the regulations printed on the back thereof and attached to any device which, if operated, could cause an unsafe condition to exist.

If more than one group is to work on any circuit or equipment, the employee in charge of each group shall have a separate set of lockout/tagout tags completed and properly attached.

When it is required that certain equipment be tagged, the Government will review the characteristics of the various systems involved that affect the safety of the operations and the work to be done; take the necessary actions, including voltage and pressure checks, grounding, and venting, to make the system and equipment safe to work on; and apply such lockout/tagout tags to those switches, valves, vents, or other mechanical devices needed to preserve the safety provided. This operation is referred to as "Providing Safety Clearance."

3.2.2 Tag Removal

When any individual or group has completed its part of the work and is clear of the circuits or equipment, the supervisor, project leader, or individual for whom the equipment was tagged shall turn in his signed lockout/tagout tag stub to the Contracting Officer. That group's or individual's lockout/tagout tags on equipment may then be removed on authorization by the Contracting Officer.

W912EP-11-R-0042 SECTION 01 35 26 Page 14 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.3 FALL HAZARD PROTECTION AND PREVENTION PROGRAM

Establish a fall protection and prevention program, for the protection of all employees exposed to fall hazards. Within the program include company policy, identify 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.

3.3.1 Training

Institute a fall protection training program. As part of the Fall Hazard Protection and Prevention Program, provide training for each employee who might be exposed to fall hazards. Provide training by a competent person for fall protection in accordance with USACE EM 385-1-1, Section 21.B.

3.3.2 Fall Protection Equipment and Systems

Enforce use of the fall protection equipment and systems designated for each specific work activity in the Fall Protection and Prevention Plan and/or 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. In addition to the required fall protection systems, safety skiff, personal floatation devices, life rings etc., are required when working above or next to water in accordance with USACE EM 385-1-1, Paragraphs 21.N through 21.N.04. Personal fall arrest systems are required when working from an articulating or extendible boom, swing stages, or suspended platform. In addition, personal fall arrest systems are required when operating other equipment such as scissor lifts if the work platform is capable of being positioned outside the wheelbase. The need for tying-off in such equipment is to prevent ejection of the employee from the equipment during raising, lowering, or travel. Fall protection must comply with 29 CFR 1926.500, Subpart M, USACE EM 385-1-1 and ASSE/SAFE A10.32.

3.3.2.1 Personal Fall Arrest Equipment

Personal fall arrest equipment, systems, subsystems, and components shall meet ASSE/SAFE Z359.1. Only a full-body harness with a shock-absorbing lanyard or self-retracting lanyard is an acceptable personal fall arrest body support device. Body belts may only be used as a positioning device system (for uses such as steel reinforcing assembly and in addition to an approved fall arrest system). Harnesses shall 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. Only locking hooks and carabiners shall be used. Webbing, straps, and ropes shall be made of synthetic fiber. The maximum free fall distance when using fall arrest equipment shall not exceed 6 feet. The total fall distance and any swinging of the worker (pendulum-like motion) that can occur during a fall shall always be taken into consideration when attaching a person to a fall arrest system.

3.3.3 Existing Anchorage

Certified (or re-certified) by a qualified person for fall protection existing anchorages, to be used for attachment of personal fall arrest equipment in accordance with ASSE/SAFE Z359.1. Exiting horizontal lifeline anchorages must be certified (or re-certified) by a registered professional engineer with experience in designing horizontal lifeline systems.

W912EP-11-R-0042 SECTION 01 35 26 Page 15 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.3.4 Horizontal Lifelines

Design, install, certify and use under the supervision of a qualified person horizontal lifelines for fall protection as part of a complete fall arrest system which maintains a safety factor of 2 (29 CFR 1926.500).

3.3.5 Guardrails and Safety Nets

Design, install and use guardrails and safety nets in accordance with EM 385-1-1 and 29 CFR 1926 Subpart M.

3.3.6 Rescue and Evacuation Procedures

When personal fall arrest systems are used, the contractor must 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; 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).

3.4 EQUIPMENT

3.4.1 Material Handling Equipment

a. Material handling equipment such as forklifts shall not be modified with work platform attachments for supporting employees unless specifically delineated in the manufacturer's printed operating instructions.

b. The use of hooks on equipment for lifting of material must be in accordance with manufacturer's printed instructions.

c. Operators of forklifts or power industrial trucks shall be licensed in accordance with OSHA.

3.4.2 Weight Handling Equipment

a. Equip cranes and derricks as specified in EM 385-1-1, section 16.

b. Notify the Contracting Officer 15 days in advance of any cranes entering the activity so that necessary quality assurance spot checks can be coordinated. Contractor's operator shall remain with the crane during the spot check.

c. Comply with the crane 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, and ASME B30.8 for floating cranes and floating derricks.

W912EP-11-R-0042 SECTION 01 35 26 Page 16 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

e. Under no circumstance shall a Contractor make a lift at or above 90 percent of the cranes rated capacity in any configuration.

f. When operating in the vicinity of overhead transmission lines, operators and riggers shall be alert to this special hazard and follow the requirements of USACE EM 385-1-1 Section 11 and ASME B30.5 or ASME B30.22 as applicable.

g. Do not 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.

h. Inspect, maintain, and recharge portable fire extinguishers as specified in NFPA 10, Standard for Portable Fire Extinguishers.

i. All employees must keep clear of loads about to be lifted and of suspended loads.

j. Use cribbing when performing lifts on outriggers.

k. The crane hook/block must be positioned directly over the load. Side loading of the crane is prohibited.

l. A physical barricade must be positioned to prevent personnel from entering the counterweight swing (tail swing) area of the crane.

m. Certification records which include the date of inspection, signature of the person performing the inspection, and the serial number or other identifier of the crane that was inspected shall always be available for review by Contracting Officer personnel.

n. Written reports listing the load test procedures used along with any repairs or alterations performed on the crane shall be available for review by Contracting Officer personnel.

o. Certify that all crane operators have been trained in proper use of all safety devices (e.g. anti-two block devices).

p. Take steps to ensure that wind speed does not contribute to loss of control of the load during lifting operations. Prior to conducting lifting operations set a maximum wind speed at which a crane can be safely operated based on the equipment being used, the load being lifted, experience of operators and riggers, and hazards on the work site. This maximum wind speed determination shall be included as part of the activity hazard analysis plan for that operation.

3.4.3 Equipment and Mechanized Equipment

a. Proof of qualifications for operator shall be kept on the project site for review.

b. Manufacture specifications or owner's manual for the equipment shall 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.

W912EP-11-R-0042 SECTION 01 35 26 Page 17 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.5 UTILITIES WITHIN CONCRETE SLABS

Utilities located within concrete slabs or pier structures, bridges, and the like, are extremely difficult to identify due to the reinforcing steel used in the construction of these structures. Whenever contract work involves concrete chipping, saw cutting, or core drilling, the existing utility location must be coordinated with station utility departments in addition to a private locating service. 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.

3.6 ELECTRICAL

3.6.1 Conduct of Electrical Work

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. Positive cable identification must be made prior to submitting any outage request for electrical systems. Arrangements are to be coordinated with the Contracting Officer and Station Utilities for identification. The Contracting Officer will not accept an outage request until the Contractor satisfactorily documents that the circuits have been clearly identified. 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 will be 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 will be permitted to enter. When work requires Contractor to work near energized circuits as defined by the NFPA 70, high voltage personnel must use personal protective equipment that includes, as a minimum, electrical hard hat, safety shoes, insulating gloves with leather protective sleeves, fire retarding shirts, coveralls, face shields, and safety glasses. In addition, provide 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.

3.6.2 Portable Extension Cords

Size portable extension cords in accordance with manufacturer ratings for the tool to be powered and protected from damage. Immediately removed from service all damaged extension cords. Portable extension cords shall meet the requirements of NFPA 70E and OSHA electrical standards.

3.7 WORK IN CONFINED SPACES

Comply with the requirements in Section 34 of USACE EM 385-1-1, OSHA 29 CFR 1910.146 and OSHA 29 CFR 1926.21(b)(6). Any potential for a hazard in the confined space requires a permit system to be used.

a. 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. (See Section 34 of USACE

W912EP-11-R-0042 SECTION 01 35 26 Page 18 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

EM 385-1-1 for entry procedures.) All hazards pertaining to the space shall be reviewed with each employee during review of the AHA.

b. 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.

-- End of Section --

W912EP-11-R-0042 SECTION 01 35 26 Page 19 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 45 04

CONTRACTOR QUALITY CONTROL

PART 1 GENERAL

1.1 QUALITY CONTROL SYSTEM (QCS) 1.1.1 QCS Forms and Signatures 1.1.2 QCS Software 1.1.3 Help Support 1.1.4 Contract Database 1.1.4.1 Schedule Standard Data Exchange 1.1.5 Database Maintenance 1.1.5.1 Administration 1.1.5.2 Finances 1.1.5.3 Quality Control 1.1.5.4 Submittal Management 1.1.5.5 Schedule 1.1.5.6 Import/Export of Data 1.1.6 Implementation 1.1.7 Data Submission Via CD-ROM 1.1.7.1 File Medium 1.1.7.2 CD-ROM Labels 1.1.7.3 File Names 1.1.8 Monthly Coordination Meeting 1.2 DEFINITIONS 1.2.1 Contractor's Representative (Site Superintendent or Project Manager) 1.2.2 Definable Features of Work 1.2.3 Quality Control System Manager 1.2.4 Quality Control Staff 1.2.5 Safety Officer 1.3 REFERENCES 1.4 SUBMITTALS

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.1 GENERAL 3.2 CONTRACTOR QUALITY CONTROL (CQC) PLAN 3.2.1 General 3.2.1.1 CQC Plan Resubmittal 3.2.1.2 Failure 3.2.2 Content of CQC Plan 3.2.3 Additional Requirements for Design Quality Control (DQC) Plan 3.2.4 Acceptance of Plan 3.2.5 Notification of Changes 3.3 COORDINATION MEETING

W912EP-11-R-0042 SECTION 01 45 04 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.4 QUALITY CONTROL ORGANIZATION 3.4.1 General 3.4.2 CQC System Manager 3.4.3 CQC Personnel 3.4.4 CQM-C Training Requirement 3.4.5 Organizational Changes 3.5 SUBMITTALS AND DELIVERABLES 3.6 CONTROL 3.6.1 Preparatory Phase 3.6.2 Initial Phase 3.6.3 Follow-up Phase 3.6.4 Additional Preparatory and Initial Phases 3.7 TESTS 3.7.1 Testing Procedure 3.8 COMPLETION INSPECTIONS 3.8.1 Punch-Out Inspection 3.8.2 Pre-Final Inspection 3.8.3 Final Acceptance Inspection 3.9 DOCUMENTATION 3.10 NOTIFICATION OF NONCOMPLIANCE 3.11 SAMPLE FORMS

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 45 04 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 45 04

CONTRACTOR QUALITY CONTROL

PART 1 GENERAL

1.1 QUALITY CONTROL SYSTEM (QCS)

Contractor shall use Government-furnished "Quality Control System (QCS)" software. There is no separate payment for using QCS. Include all costs in pricing work. Download Quality Control System software, user manual, and updates from web site http://www.rmssupport.com. Software and hardware requirements and download instructions are indicated in the QCS Manual on this web site. Upon download, provide "QCS Site ID" number to Contracting Officer (Area Office RMS Administrator). QCS is used to share information with the Government in the following areas:

Administration Finances Quality Control Submittal Monitoring Scheduling Import/Export of Data

QCS/RMS data file imports and exports are how all payments, schedule changes, transmittal tracking, submittal review, quality control reporting, requests for information (RFI), punch list items, and warranty management are processed.

1.1.1 QCS Forms and Signatures

QCS generates electronic forms and reports. For ease and speed of communications, both Government and Contractor will, exchange these documents in electronic format. Provide signed and dated paper copies of transmittals, pay requests and other contract records when directed. Signed paper documents will govern, when there is a conflict with electronic version.

1.1.2 QCS Software

QCS is Windows-based application that can be run stand-alone or be networked. At Notice Of Award, download QCS software from website. See download tutorial at http://www.rmssupport.com. Download QCS updates when notified. Download "power user" default user name is "SYSDBA" and password is "masterkey".

1.1.3 Help Support

Contractor should contact following help phone numbers for assistance.

Step 1 - Call your Area Office RMS Administrator:

Area Office RMS Administrators: North Florida - 904-232-3818 Gulf Coast - 813-831-4894

W912EP-11-R-0042 SECTION 01 45 04 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

South Florida - 561-472-3533 San Juan - 787-707-6165 x3008

Step 2 - Call RMS Help Desk 760-247-0217

1.1.4 Contract Database

Prior to pre-construction conference, Contracting Officer will provide Contractor with an initial RMS export file RMS_K3_____QCS.rxf. This will appear as "full export" file for Contractor to "add" and create a QCS contract file. Contracting Officer will provide "QA Data" export updates to Contractor on a regular basis. In order to correctly link QCS data and schedule Contractor must first build "Features" and "Subcontractor" and then use these to link Pay Activities. Within 14 days after receiving the initial RMS export, fill in data for Administrations; Prime Contractor, Subcontractors, Pay Activities, Activity Schedule, Features Schedule, and export it to Contracting Officer.

1.1.4.1 Schedule Standard Data Exchange

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: www.rmssupport.com. The SDEF format is as follows:

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)

1.1.5 Database Maintenance

Establish, maintain, and update contract data for duration of contract. Update QCS database each workday. Ensure sufficient resources are available to maintain QCS database, and to provide regular database updates. QCS shall be an integral part of the Contractor's management of quality control. At least monthly, generate and submit an export file to Government with schedule update and progress payment request. Submit data updates to the Government (e.g., daily reports, submittals, RFI's, schedule updates, payment requests, etc.) using the Government's SFTP repository built into QCS export function. If permitted by the Contracting Officer, e-mail or CD-ROM may be used instead of E-mail (see Paragraph DATA SUBMISSION VIA CD-ROM). The QCS database typically includes current data on the following items:

1.1.5.1 Administration

a. Contractor Information. Contain within the database the Contractor's name, address, telephone numbers, management staff, and

W912EP-11-R-0042 SECTION 01 45 04 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

other required items. Within 14 calendar days of receipt of QCS software from the Government, deliver Contractor administrative data in electronic format.

b. Subcontractor Information. Contain within the database the name, trade, address, phone numbers, and other required information for all subcontractors. A subcontractor must be listed separately for each trade to be performed. Assign each subcontractor/trade a unique Responsibility Code, provided in QCS. Within 14 calendar days of receipt of QCS software from the Government, deliver subcontractor administrative data in electronic format.

c. 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 must be numbered starting from 0001. (e.g., H-0001 or S-0001). The Government's letters to the Contractor will be prefixed with "C".

d. Equipment. Contain within the Contractor's QCS database a current list of equipment planned for use or being used on the jobsite, including the most recent and planned equipment inspection dates.

e. Management Reporting. QCS 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 QCS. Among these reports are: Progress Payment Request worksheet, QA/QC comments, Submittal Register Status, Three-Phase Inspection checklists.

f. Request for Information (RFI). Exchange all Requests For Information (RFI) using the Built-in RFI generator and tracker in QCS.

1.1.5.2 Finances

a. Pay Activity Data. Include within the QCS database a list of pay activities that the Contractor must develop in conjunction with the construction schedule. The sum of all pay activities must be equal to the total contract amount, including modifications. Group pay activities Contract Line Item Number (CLIN); the sum of the activities must equal the amount of each CLIN. The total of all CLINs equals the Contract Amount.

b. Payment Requests. Prepare all progress payment requests using QCS. Complete the payment request worksheet, prompt payment certification, and payment invoice in QCS. 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 QCS. Submit the payment request, prompt payment certification, and payment invoice with supporting data using the Government's SFTP repository built into QCS export function. If permitted by the Contracting Officer, e-mail or a CD-ROM may be used. A signed paper copy of the approved payment request is also required, which will govern in the event of discrepancy with the electronic version.

1.1.5.3 Quality Control

QCS provides a means to track implementation of the 3-phase QC Control System, prepare daily reports, identify and track deficiencies, document

W912EP-11-R-0042 SECTION 01 45 04 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

progress of work, and support other Contractor QC requirements. Maintain this data on a daily basis. Entered data will automatically output to the QCS generated daily report. Within seven calendar days of Government acceptance, submit a QCS update reflecting the information contained in the accepted CQC Plan: schedule, pay activities, features of work, submittal register, QC requirements, and equipment list.

a. Daily Contractor Quality Control (CQC) Reports. QCS includes the means to produce the Daily CQC Report. The Contractor may use other formats to record basic QC data. However, the Daily CQC Report generated by QCS must be the Contractor's official report. Summarize data from any supplemental reports by the Contractor and consolidate onto the QCS-generated Daily CQC Report. 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.

b. Deficiency Tracking. Use QCS to track deficiencies. Deficiencies identified by the Contractor will be numerically tracked using QC punch list items. Maintain a current log of its QC punch list items in the QCS database. The Government will log the deficiencies it has identified using its 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.

c. 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 QCS. Update all data on these QC requirements as work progresses, and promptly provide this information to the Government via QCS.

d. Three-Phase Control Meetings. Maintain scheduled and actual dates and times of preparatory and initial control meetings in QCS.

e. Labor and Equipment Hours. Log labor and equipment exposure hours on a daily basis. This data will be rolled up into a monthly exposure report.

f. Accident/Safety Reporting. The Government will issue safety comments, directions, or guidance whenever safety deficiencies are observed. The Government's safety comments will be included in its export file to the Contractor. Regularly update the correction status of the safety comments. In addition, utilize QCS to advise the Government of any accidents occurring on the jobsite. This brief supplemental entry is not to be considered as a substitute for completion of mandatory reports, e.g., ENG Form 3394 and OSHA Form 300.

g. Features of Work. Include a complete list of the features of work in the QCS database. A feature of work may be 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.

h. Hazard Analysis. Use QCS to develop a hazard analysis for each feature of work included in the CQC Plan. Address any hazards, or potential hazards, that may be associated with the work.

W912EP-11-R-0042 SECTION 01 45 04 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

i. Warranty. The Government will issue warranty items whenever warranty deficiencies are observed. The Government's warranty comments will be included in its export file to the Contractor during the warranty period. Update the scheduled correction date, actual correction date, and correction status under Contractor remarks. Response times shall comply with warranty requirements outlined in the approved warranty management plan.

1.1.5.4 Submittal Management

The Government will provide the initial submittal register in electronic format. Thereafter, maintain a complete list of all submittals, including completion of all data columns. Dates on which submittals are received and returned by the Government will be included in its export file to the Contractor. Use QCS to track and transmit all submittals. ENG Form 4025, submittal transmittal form, and the submittal register update must be produced using QCS. QCS and RMS will be used to update, store and exchange submittal registers and transmittals, but will not be used for storage of actual submittals.

1.1.5.5 Schedule

Develop a construction schedule consisting of pay activities, in accordance with Section 01 32 01.10 PROJECT SCHEDULE. Input and maintain in the QCS database this schedule by using the Standard Data Exchange Format (SDEF). Include with each pay request the updated schedule.

1.1.5.6 Import/Export of Data

QCS includes the ability to export Contractor data to the Government and to import submittal register and other Government-provided data from RMS, and schedule data using SDEF.

1.1.6 Implementation

Contractor use of QCS as described in the preceding paragraphs is mandatory. Ensure that sufficient resources are available to maintain its QCS database, and to provide the Government with regular database updates. QCS shall be an integral part of the Contractor's management of quality control.

1.1.7 Data Submission Via CD-ROM

The Government-preferred method for Contractor's submission of QCS data is by using the Government's SFTP repository built into QCS export function. Other data should be submitted using E-mail with file attachment(s). For locations where this is not feasible, the Contracting Officer may permit use of CD-ROM for data transfer. Export data onto CDs using the QCS built-in export function. If used, submit CD-ROMs in accordance with the following:

1.1.7.1 File Medium

Submit in English required data on CD-ROM conforming to industry standards used in the United States.

1.1.7.2 CD-ROM Labels

Affix a permanent exterior label to each CD-ROM submitted. Indicate on the

W912EP-11-R-0042 SECTION 01 45 04 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

label in English, the QCS file name, full contract number, contract name, project location, data date, name and telephone number of person responsible for the data.

1.1.7.3 File Names

The files will be automatically named by the QCS software. The naming convention established by the QCS software must not be altered.

1.1.8 Monthly Coordination Meeting

Update the QCS database each workday. At least monthly, generate and submit an export file to the Government with schedule update and progress payment request. As required in Contract Clause "Payments", 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 all required corrections prior to Government acceptance of the export file and progress payment request. Payment requests accompanied by incomplete or incorrect data submittals will be returned. The Government will not process progress payments until an acceptable QCS export file is received.

1.2 DEFINITIONS

1.2.1 Contractor's Representative (Site Superintendent or Project Manager)

Highest level manager located onsite and responsible for site construction and related activities, including quality, safety, environmental protection and production.

1.2.2 Definable Features of Work

Construction task separate and distinct from other tasks and having separate control requirements. A definable feature of work may be identified by different trades or disciplines, or it may be work by the same trade in a different environment. An example for Concrete would be: formwork, placement, finish, curing.

1.2.3 Quality Control System Manager

A person assigned duties to manage Contractor's Quality Control (CQC) system. CQC System Manager shall have written delegated authority sufficient to stop non-conforming work.

1.2.4 Quality Control Staff

Persons assigned CQC functions and performing quality control activities. CQC Staff members may be employees of Contractor, subcontractors, testing laboratories, product representatives; however, CQC Staff are working under direction of CQC System Manger.

1.2.5 Safety Officer

Person assigned responsibility for site safety management.

1.3 REFERENCES

The publications listed below form a part of this specification to the

W912EP-11-R-0042 SECTION 01 45 04 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

extent referenced. The publications are referred to in the text by basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

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

ER 1110-1-12 (1993) Quality Management

ER 1180-1-6 (1995) Construction Quality Management

Corps of Engineers publications Internet location site is: http://140.194.76.129/publications/.

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 shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Laboratory Qualifications; G|RO

Submit laboratory qualifications as specified in subparagraph "Testing Laboratories" below.

Contractor Quality Control (CQC) Plan; G|RO

Contractor's plan describing proposed Quality Control System including organization and procedures to plan and execute quality control activities.

Letter of Authority

Letter to CQC System Manager signed by an authorized Contractor official which describes responsibilities and delegates sufficient authorities to perform functions of the CQC System Manager, including authority to stop work not in compliance with contract.

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.1 GENERAL

Contractor is responsible to plan and execute quality control in accordance with ER 1180-1-6. Establish and maintain an effective quality control system in compliance with the Clause INSPECTION OF CONSTRUCTION of Section 00700 CONTRACT CLAUSES in Volume 1. Quality control system consists of plans, procedures, and organization necessary to produce a quality end product that complies with contract. Quality control system shall cover all construction operations, both onsite and offsite activities, and be keyed to definable features of work, construction sequence and schedule. Project Manager/Superintendent is responsible for quality of work and is subject to removal by Contracting Officer for non-compliance with contract

W912EP-11-R-0042 SECTION 01 45 04 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

quality requirements. Project Manager/Superintendent shall be onsite at all times, except as otherwise approved by the Contracting Officer.

3.2 CONTRACTOR QUALITY CONTROL (CQC) PLAN

Upon receiving Notice of Award, prepare a CQC Plan specific to project organization, site, and features of work. Describe proposed procedures to implement requirements of Clause INSPECTION OF CONSTRUCTION of Section 00700 CONTRACT CLAUSES in Volume 1. After a Preconstruction Conference, Contracting Officer will schedule a Coordination Meeting (see paragraph COORDINATION MEETING below). Contractor's CQC Plan will be discussed in detail by onsite personnel from Contractor and Contracting Officer. Contracting Officer may accept an "interim CQC Plan" under a "conditional acceptance" for first 30 days of operation when CQC Plan first applicable definable features of work are acceptable. Contractor shall furnish, not later than 30 calendar days after commencement of work, an acceptable overall CQC Plan.

3.2.1 General

Within 20 calendar days after Notice of Award, submit a written CQC Plan for review and acceptance by Contracting Officer. CQC Plan submittal will be reviewed by Contracting Officer and discussed in detail at the Coordination Meeting. See paragraph COORDINATION MEETING below. Fully describe proposed procedures to implement requirements of Clause INSPECTION OF CONSTRUCTION of Section 00700 CONTRACT CLAUSES in Volume 1. CQC Plan shall identify personnel, procedures, control, instructions, tests, records, and forms to be used. Contracting Officer may accept an "interim CQC Plan" under a "conditional acceptance" for first 30 calendar days of operation when construction quality control planning for first definable features of work are acceptable. Contractor shall furnish, not later than 30 calendar days after commencement of work, an acceptable overall CQC Plan.

3.2.1.1 CQC Plan Resubmittal

No construction will be allowed to start until an "interim CQC Plan" is "conditionally accepted". When an "interim CQC Plan" is "conditionally accepted", revise and resubmit overall project CQC Plan for Contracting Officer's acceptance. When Contractor is working under an "interim CQC Plan", until Contractor submits an acceptable final CQC Plan, Contracting Officer will retain funds from progress payments in accordance with Clause PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS of Section 00700 CONTRACT CLAUSES in Volume 1. When no acceptable CQC Plan is resubmitted within 14 calendar days, Contracting Officer may order Contractor to stop work until such time as a CQC Plan is accepted. Such a directed stop work order shall not be considered a suspension of work under Clause SUSPENSION OF WORK of Section 00700 CONTRACT CLAUSES in Volume 1. No pay or construction period adjustments will be allowed as a result of a directed stop work order based on Contractor inability to plan quality control in a manner acceptable to Contracting Officer.

3.2.1.2 Failure

Failure to comply with above requirements within time prescribed will be considered a condition endangering contract performance and may be considered grounds for termination of contract in accordance with Clause DEFAULT (FIXED-PRICE CONSTRUCTION) of Section 00700 CONTRACT CLAUSES in Volume 1.

W912EP-11-R-0042 SECTION 01 45 04 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.2.2 Content of CQC Plan

CQC Plan shall cover all construction operations, both onsite and offsite, including work by subcontractors, fabricators, suppliers, and purchasing agents:

a. Describe Quality Control Organization: Include an Organization Chart with lines of authority and reporting. CQC Staff shall include a CQC System Manager who shall perform his duties. For CQC matters, CQC System Manager shall directly report to Contractor other than Project Manager/Site Superintendent.

b. Definable Features of Work: Although each section of specifications may generally be considered as a definable feature of work, there are frequently more than one definable features under a particular section. A definable feature of work list will be agreed upon during the Coordination Meeting.

c. CQC Staff Qualifications: Names, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned a CQC function. If included, see paragraph LIMITATIONS ON SUBSTITUTIONS FOR CERTAIN POSITIONS AND/OR SUBCONTRACTORS of Section 00800 SPECIAL REQUIREMENTS in Volume 1.

d. Letter of Authority: Copy of Letter of Authority to CQC System Manager. CQC System Manager shall issue letters of direction to other quality control staff describing duties, authorities, and responsibilities.

e. Submittal Control: Procedures for scheduling, reviewing, certifying, and managing submittals, including submittal items from subcontractors, offsite fabricators, suppliers, and purchasing agents. Procedures shall be in accordance with Section 01 33 00 SUBMITTAL PROCEDURES.

f. Testing: Control, verification, and acceptance testing procedures. Provide a list of specific tests. Provide information including test type or testing standard, specification paragraph requiring test, feature of work being tested, test frequency, and identify who (i.e., Contractor, subcontractor, Testing Laboratory) is responsible for each test. (Laboratory facilities must be approved by the Contracting Officer.)

g. Three-Phase Control: Procedures to implement three-phase quality control system. Procedures to plan and document preparatory, initial, and follow-up control phases.

h. Deficiency Tracking: Procedures for tracking construction deficiencies from identification through acceptable corrective action. Establish procedures that verify deficiencies have been corrected and document correction.

i. Reports and Forms: Reporting procedures, including proposed reporting formats and sample forms.

3.2.3 Additional Requirements for Design Quality Control (DQC) Plan

The following additional requirements apply to the Design Quality Control (DQC) Plan:

W912EP-11-R-0042 SECTION 01 45 04 Page 11 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

(1) The Contractor's QCP Plan shall provide and maintain a Design Quality Control (DQC) Plan as an effective quality control program which will assure that all services required by this design-build contract are performed and provided in a manner that meets professional architectural and engineering quality standards. As a minimum, all documents shall be technically reviewed by competent, independent reviewers identified in the DQC Plan. The same element that produced the product shall not perform the Independent Technical Review (ITR). In addition, the DQC Plan shall incorporate the Lessons Learned Databases provided by the Contracting Officer. The Contractor shall correct errors and deficiencies in the design documents prior to submitting them to the Contracting Officer.

(2) The Contractor shall include the design schedule in the master project schedule, showing the sequence of events involved in carrying out the project design tasks within the specific contract period. This should be at a detailed level of scheduling sufficient to identify all major design tasks, including those that control the flow of work. The schedule shall include review and correction periods associated with each item. This should be a forward planning as well as a project monitoring tool. The schedule reflects calendar days and not dates for each activity. If the schedule is changed, the Contractor shall submit a revised schedule reflecting the change within 7 calendar days. The Contractor shall include in the DQC Plan the discipline-specific checklists to be used during the design and quality control of each submittal. These completed checklists shall be submitted at each design phase as part of the project documentation. Example checklists can be found in ER 1110-1-12.

(3) The DQC Plan shall be implemented by an Design Quality Control Manager who has the responsibility of being cognizant of and assuring that all documents on the project have been coordinated. This individual shall be a person who has verifiable engineering or architectural design experience and is a registered professional engineer or architect. The Contractor shall notify the Contracting Officer, in writing, of the name of the individual, and the name of an alternate person assigned to the position.

The Contracting Officer will notify the Contractor in writing of the acceptance of the DQC Plan. After acceptance, any changes proposed by the Contractor are subject to the acceptance of the Contracting Officer.

3.2.4 Acceptance of Plan

"Conditional acceptance" of a Contractor's "interim CQC Plan" is required prior to start of construction. Within a specified period after commencement of work, Contractor's overall CQC Plan requires Contracting Officer's acceptance or work is subject to a stop work directive. Contracting Officer's acceptance is conditional and is contingent on satisfactory performance during the construction. Contracting Officer reserves the right to require Contractor to make changes in his CQC Plan and construction operations, including removal of personnel, in order to obtain required contract quality.

W912EP-11-R-0042 SECTION 01 45 04 Page 12 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.2.5 Notification of Changes

Notify Contracting Officer in writing a minimum of 7 calendar days prior to new proposed personnel or CQC Plan procedure changes. Proposed changes are subject to Contracting Officer acceptance.

3.3 COORDINATION MEETING

Refer to Section 01 30 00 ADMINISTRATIVE PROCEDURES. Contracting Officer will schedule a Coordination Meeting where Contractor, CQC Staff, and Contracting Officer will develop a mutual understanding of Contractor's CQC Plan with Contracting Officer's Quality Assurance. CQC Plan will be discussed in detail, including forms for recording CQC operations, control activities, testing, administration of the system for both onsite and offsite work. Contractor's quality control both onsite and offsite, safety and environmental protection and supervision by Quality Control personnel will be discussed. Meeting minutes will be prepared by Contracting Officer and signed by both parties. Minutes will become part of contract files. There may be occasions when subsequent conferences will be called by either party to reconfirm mutual understandings or address deficiencies in CQC system or procedures requiring corrective action.

3.4 QUALITY CONTROL ORGANIZATION

3.4.1 General

CQC Organization shall have a CQC System Manager, and sufficient number of additional qualified personnel to ensure contract quality control for workmanship and materials, including safety and environmental protection compliance. Designate a Safety Officer who shall serve as a member of CQC Staff. Personnel identified in other contract sections as requiring specialized skills to assure work is performed properly shall also be included as part of CQC Organization. Contractor's CQC Staff shall be present onsite during work and shall have authority and responsibility to ensure contract compliance. CQC Staff shall be subject to acceptance by Contracting Officer. Provide office space, filing systems and other resources as necessary to maintain an effective and functional CQC Organization. Complete records of letters, transmitted submittal items, shop drawings, progress schedules, changes to contract drawings, test results, and other project documentation shall be given promptly furnished to CQC Organization by Contractor. CQC Organization shall be responsible to maintain these documents and records onsite, unless otherwise approved by Contracting Officer.

3.4.2 CQC System Manager

Appoint a CQC System Manager, an individual employed by Contractor, within onsite organization who shall be responsible for CQC management. CQC System Manager shall have authority to act in all CQC matters for Contractor. CQC System Manager shall be an experienced construction person with a minimum of 5 years in related work. In the CQC Plan identify an alternate for CQC System Manager to manage CQC during CQC System Manager's absences. Designated alternate shall be a construction person with a minimum three years experience on similar projects and shall meet CQM-C Training requirement below. CQC System Manager or designated alternate shall be onsite during construction. CQC System Manager shall be assigned as CQC System Manager but may have duty as Site Superintendent in addition to quality control.

W912EP-11-R-0042 SECTION 01 45 04 Page 13 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.4.3 CQC Personnel

In addition to CQC personnel specified elsewhere in contract, Contractor shall provide as part of CQC Organization specialized personnel to assist CQC System Manager. CQC Staff shall be under direction of CQC System Manager to perform CQC activities. CQC Staff must be of sufficient size to ensure adequate CQC coverage of work phases, work shifts, and work crews involved in construction. Personnel may perform other duties, but must be fully qualified by experience and technical training to perform their assigned CQC responsibilities. CQC personnel shall be allowed sufficient time to carry out CQC responsibilities. CQC Plan shall describe duties and responsibilities of CQC Staff positions.

Experience Matrix

Area Qualifications

a. Surveyor Persons with 3 yrs survey experience currently working under direct supervision of Professional Surveyor and Mapper (PSM).

b. Civil Graduate Civil Engineer with 2 yrs related experience or person with 5 yrs related experience.

c. Mechanical Graduate Mechanical Engineer with 2 yrs experience or person with 5 yrs related experience.

d. Electrical Graduate Electrical Engineer with 2 yrs related experience or person with 5 yrs related experience.

e. Structural Graduate Structural Engineer with 2 yrs experience or person with 5 yrs related experience.

f. Architectural Graduate Architect with 2 yrs experience or person with 5 yrs related experience.

g. Environmental Graduate Environmental Engineer with 2 yrs experience.

h. Submittals Submittal Clerk with 1 yr experience.

i. Concrete, Pavements and Soils Materials Technician with 2 yrs experience for the appropriate area.

W912EP-11-R-0042 SECTION 01 45 04 Page 14 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

j. Testing, Adjusting and Balancing Specialist must be a member (TAB) Personnel of AABC or an experienced technician of the firm certified by the NEBB.

k. Design Quality Control Manager Registered Architect or Professional Engineer.

3.4.4 CQM-C Training Requirement

CQC System Manager and alternate shall have completed U.S. Army Corps of Engineers (COE) course "Construction Quality Management For Contractors" within the previous 5 years. A completion certificate from any Corps District or Naval Facilities Command is acceptable. In event proposed CQC System Manager has not completed CQM-C training, Contractor shall take this course within 60 days after Notice of Award. CQM-C is periodically offered by Jacksonville District. Information regarding course can be obtained from the following web site: http://www.saj.usace.army.mil/Divisions/Construction or by contacting Chief, Quality Assurance Section at 904-232-1128.

3.4.5 Organizational Changes

When CQC Staff changes are needed, revise CQC Organization Chart in CQC Plan to reflect changes and submit changes to Contracting Officer for acceptance.

3.5 SUBMITTALS AND DELIVERABLES

Submittals shall be prepared and transmitted as specified in Section 01 33 00 SUBMITTAL PROCEDURES. CQC Organization shall certify submittals comply with contract requirements. Items delivered to Contracting Officer shall be controlled, packaged, transported and stored in a manner to prevent damage or loss. Deliverables including quality control documentation, invoices, correspondence shall be controlled to prevent loss or delays.

3.6 CONTROL

Contractor Quality Control is the means by which Contractor ensures construction, including that of subcontractors and suppliers, complies with contract. Conduct Preparatory Phase and Initial Phase meetings for each definable feature of work. (Refer to Section 01 30 00 ADMINISTRATIVE PROCEDURES.) At least three phases of control shall be conducted by the CQC System Manager for each definable feature of the construction work as follows:

3.6.1 Preparatory Phase

Preparatory Phase shall be performed prior to beginning work on each definable feature of work. Notify Contracting Officer at least 24 hours in advance of beginning preparatory control phase. Ensure proposed plans, activity hazard analyses, permits and submittals, are approved and copies are onsite. Conduct a Preparatory Phase meeting headed by CQC System Manager and attended by Superintendent, other CQC personnel, and foremen responsible for supervising workmanship for definable feature of work. Document Preparatory Phase actions using "Preparatory Phase Checklist" and meeting minutes prepared by CQC System Manager. Sample Preparatory Phase Checklist is on any of the web sites indicated at the end of this Section.

W912EP-11-R-0042 SECTION 01 45 04 Page 15 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Attach checklist and minutes to Contractor's Quality Control (CQC) Report (sample CQC form is on any of the web sites indicated at the end of this Section). Preparatory Phase actions include:

a. Review each paragraph of specifications, reference codes, and standards. Review copies of referenced codes and standards applicable to work to be accomplished. Make copies available for use by Contracting Officer personnel and Contractor CQC Staff at Preparatory Phase meeting. Maintain copies available until final acceptance of work.

b. Review of contract drawings.

c. Check to assure that all materials and equipment have been tested, submitted, and approved.

d. Review provisions that have been made to provide required control inspection and testing.

e. Examine work area to assure required preliminary work is complete and in compliance with contract.

f. Inspect materials, equipment, and sample work to assure that they are on hand, conform to approved or information only submittal items, and are properly stored.

g. Review of activity hazard analysis to assure safety requirements are met.

h. Discuss procedures for controlling quality of the work including preventing repetitive deficiencies. Document construction tolerances and workmanship standards for that feature of work.

i. Check to ensure that portion of plan for work to be performed has been accepted by Contracting Officer.

j. Discuss initial control phase.

3.6.2 Initial Phase

Notify Contracting Officer at least 24 hours in advance of beginning the Initial Phase. Initial Phase is workmanship oriented and shall be accomplished at the beginning of physical work on a definable feature of work. CQC Staff, testing personnel, foremen, workers shall attend an "Initial Phase Meeting" conducted by CQC System Manager. Exact location of Initial Phase actions shall be indicated for future reference and comparison with follow-up phases. Document "Initial Phase Meeting" using an Initial Phase Checklist and minutes prepared by CQC System Manager. Sample Initial Phase Checklist is on any of the web sites indicated at the end of this Section. Attach checklist and minutes to Contractor's Quality Control (CQC) Report (sample CQC form is on any of the web sites indicated at the end of this Section). Initial Phase actions include:

a. Check preliminary work to ensure that it complies with contract. Review minutes of preparatory meeting.

b. Verify adequacy of controls to ensure full contract compliance. Verify required control inspection and testing.

W912EP-11-R-0042 SECTION 01 45 04 Page 16 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

c. Establish level of workmanship and verify that it meets minimum acceptable contract 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 activity analysis with each worker.

f. Initial Phase shall be repeated for new crews working onsite, and when contract workmanship quality standards are not being met.

3.6.3 Follow-up Phase

Follow-up Phase consists of daily checks performed to assure quality control activities, including testing, to provide continued compliance with contract requirements, until feature of work is complete. Record inspection and check results in CQC documentation. Complete follow-up checks and inspections and correct deficiencies prior to starting features of work which may be affected by deficient work. No non-conforming work shall be concealed to build upon.

3.6.4 Additional Preparatory and Initial Phases

Additional preparatory and initial phases shall be conducted on same definable features of work when: quality of on-going work is unacceptable; there are changes in applicable CQC Staff, production supervision or work crews; work on a definable feature is resumed after a period of inactivity; or, when other problems develop. Contracting Officer may direct additional phase meetings as needed to assure contract compliance.

3.7 TESTS

3.7.1 Testing Procedure

Perform specified or required tests to verify that control measures are adequate and provide an end product conforming to contract. When requested, Contractor shall furnish Contracting Officer duplicate samples of test specimens for possible testing by Contracting Officer. Testing includes operation and acceptance tests when specified. The Contractor shall procure the services of a Corps of Engineers approved testing laboratory or establish an approved testing laboratory at the project site. The Contractor shall 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. Results of all tests taken, both passing and failing tests, shall

W912EP-11-R-0042 SECTION 01 45 04 Page 17 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

be recorded on the CQC report for the date taken. Specification paragraph reference, location where tests were taken, and the sequential control number identifying the test shall be given. If approved by the Contracting Officer, actual test reports may be submitted later with a reference to the test number and date taken. An information copy of tests performed by an offsite or commercial test facility shall be provided directly to the Contracting Officer. Failure to submit timely test reports as stated may result in nonpayment for related work performed and disapproval of the test facility for this contract.

3.8 COMPLETION INSPECTIONS

3.8.1 Punch-Out Inspection

Near end of project, or phase of work established for beneficial occupancy, Contractor shall conduct a "Punch-Out Inspection" jointly inspecting completed work with subcontractors. Contractors shall develop a "punch list" of work which does not conform to contract. Provide punch list to Contracting Officer. Punch list shall include estimated date by which deficiencies will be corrected. Contractor shall make a second inspection to ensure deficiencies have been corrected. Once this is accomplished, notify Contracting Officer that work is ready for Contracting Officer Pre-Final Inspection.

3.8.2 Pre-Final Inspection

Contracting Officer will jointly perform a "Pre-Final Inspection" with Contractor to verify work is complete and ready for acceptance or occupancy. New punch list items may be developed as a result of Pre-Final Inspection. Contractor shall ensure items on this punch list have been corrected before notifying Contracting Officer to schedule a Final Inspection with Owner. Items on a Pre-Final punch list shall be corrected in a timely manner. Complete inspections and correct any deficiencies within construction period for completion of work or for a particular phase of work when contract has separate completion dates.

3.8.3 Final Acceptance Inspection

Contractor, Project Manager/Superintendent, CQC System Manager shall attend Final Inspection. Contracting Officer, and additional persons including, but not limited to, those from user agency and other agencies may also attend. Final Inspection will be scheduled by Contracting Officer based upon results of the Pre-Final Inspection and Contractor's notification. Notify Contracting Officer at least 14 days prior to Final Inspection. Include a statement assuring deficiencies will be corrected and work will be acceptable by date proposed for Final Inspection. Contractor's failure to correct deficiencies and have work complete for Final Inspection will be cause for Contracting Officer to deduct from Contractor for Contracting Officer's additional reinspection cost from contract payment in accordance with Clause INSPECTION OF CONSTRUCTION of Section 00 70 00 CONTRACT CLAUSES.

3.9 DOCUMENTATION

Contractor shall maintain records for each construction day documenting quality control activities that have been performed. Records shall include testing record, work of subcontractors and suppliers. A CQC report with supporting attachments shall be prepared daily on an acceptable form that includes the following information:

W912EP-11-R-0042 SECTION 01 45 04 Page 18 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

a. Contractor/subcontractor and their area of responsibility.

b. 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 (Refer to Section 01 32 01.10 PROJECT SCHEDULE).

d. Testing and control activities performed with results and references to specifications or drawings requirements. Identify control phase (Preparatory, Initial, Follow-up). List deficiencies noted, along with corrective action.

e. Quantity of materials received at the site with statement as to acceptability, storage, and reference to specifications or 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 or received and conflicts in plans or specifications.

j. Contractor's verification statement.

Describe trades working on the project; number of personnel working; weather conditions encountered; and delays encountered. Records shall cover both conforming and deficient work and shall include a statement that equipment and materials incorporated into work and workmanship comply with contract. Original and one copy of these records shall be furnished to Contracting Officer daily within 24 hours after the date covered by report. No CQC daily report is required for days on which no work is performed; however, next report shall document weather during those days and note possible effects on restarting work. Submit a report for a minimum every 7 days of no work and on the last day of a no work period. All contract calendar days shall be accounted for. CQC System Manager or Alternate shall sign and date reports. CQC System Manager's reports shall include copies of test reports, phase checklists, meeting minutes, inspector notes, and copies of reports prepared by other quality control personnel.

3.10 NOTIFICATION OF NONCOMPLIANCE

Contracting Officer will notify Contractor of noncompliance with contract requirements. Take corrective action immediately after receipt of noncompliance notification. Contractor personnel notified at work site is sufficient for the purpose of Contractor notification. If Contractor fails to comply promptly, Contracting Officer may issue an order stopping all or part of work until satisfactory corrective action has been taken. Such stop orders shall not be made a basis of a Contractor's claim for time extension or other damages.

W912EP-11-R-0042 SECTION 01 45 04 Page 19 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.11 SAMPLE FORMS

Forms are available for Contractor use at the following web sites: http://www.saj.usace.army.mil/Divisions/Construction, and http://140.194.76.129/publications/. See paragraph QUALITY CONTROL SYSTEM (QCS) above for construction forms to be completed in the QCS program.

-- End of Section --

W912EP-11-R-0042 SECTION 01 45 04 Page 20 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 50 02

TEMPORARY CONSTRUCTION FACILITIES

PART 1 GENERAL

1.1 SUMMARY 1.2 REFERENCES 1.3 SUBMITTALS 1.4 EXISTING UTILITIES 1.4.1 Water 1.4.2 Electricity

PART 2 PRODUCTS

2.1 CONSTRUCTION PROJECT SIGNS 2.1.1 Haul Road Traffic and Construction Warning Signs 2.2 STORAGE CONTAINERS

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS 3.1.1 Identification of Employees 3.1.2 Employee Parking 3.1.3 Onsite Information 3.1.4 Janitorial Services 3.2 AVAILABILITY AND USE OF UTILITY SERVICES 3.2.1 Lighting 3.2.2 Heating and Cooling 3.2.3 Water 3.2.4 Fire Extinguisher 3.2.5 Utility Lines 3.2.6 Electric Power 3.3 BULLETIN BOARD, PROJECT SIGN, AND PROJECT SAFETY SIGN 3.3.1 Bulletin Board 3.3.2 Project and Safety Signs 3.4 PROTECTION AND MAINTENANCE OF TRAFFIC 3.4.1 Barricades 3.5 HAUL AND ACCESS ROADS 3.6 CONTRACTOR'S TEMPORARY FACILITIES 3.6.1 Contractor Field Office 3.6.2 Appearance of Trailer(s) 3.6.3 Storage Area 3.6.3.1 Maintenance of Storage Area 3.6.4 Waste Storage 3.6.5 Fuel Storage and Fueling Operations 3.7 SECURITY PLAN 3.7.1 Visitors 3.8 TEMPORARY PROJECT SAFETY FENCING 3.9 CONSTRUCTION FENCING AND DANGER SIGNS

W912EP-11-R-0042 SECTION 01 50 02 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.10 CLEANUP 3.11 RESTORATION OF STORAGE AREA 3.12 CONSTRUCTION FORMS AND DETAILS

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 50 02 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 50 02

TEMPORARY CONSTRUCTION FACILITIES

PART 1 GENERAL

1.1 SUMMARY

In addition to Construction Facilities this Section covers:

Temporary Utilities Construction Aids Vehicular Access and Parking Project Identification

See Section 01 57 20 ENVIRONMENTAL PROTECTION for requirements including silt control, trailer placement, fueling restrictions, dust control, solid waste, and cleanup. Upon completion of project, clean up and restore area in accordance with Clause CLEANING UP of Section 00700 CONTRACT CLAUSES in Volume 1.

a. Construction Facilities include, but are not limited to, the following:

(1) Contractor Offices (2) Information Bulletin Board (3) Material and Equipment Storage Area (4) Fueling Area (5) Secured Storage Area (6) Employee Parking Area (7) Debris Container (dumpster) (8) Construction Signage to include Project Sign; Safety Sign; and, Construction Warning Signs

b. Temporary Utilities include, but are not limited to, the following:

(1) Water (2) Electric (3) Sewage (4) Communications (5) Lighting

1.2 REFERENCES

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

FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT)

FDOT (2010) Standard Specifications for Road and Bridge Construction

W912EP-11-R-0042 SECTION 01 50 02 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE)

IEEE C2 (2007; Errata 2006; Errata 2007; INT 44-56 2007; INT 47, 49, 50, 52-56 2008; INT 57, 58, 51, 48 2009) National Electrical Safety Code

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 70 (2008; AMD 1 2008) National Electrical Code - 2008 Edition

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2008) 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. Within 30 days following date of receipt of Notice to Proceed and prior to mobilization to site submit following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Mobilization/Demobilization Plan

Plan shall include, but not be limited to, the following:

a. Mobilization Requirements:

(1) Methods, equipment and materials (2) Connection of utilities (3) Placement of site facilities and temporary controls (4) Construction of facilities

b. Demobilization Requirements (methods, equipment and materials required to clean-up and restore site at project conclusion):

(1) Collection, recycle and disposal of solid waste (2) Contract-generated material (3) Utility disconnection (4) Removal of Contractor facilities (5) Repair and restoration of site (i.e., fences, roads, or permanent facilities)

Security Plan

Prepare a Security Plan for Contracting Officer describing site security.

SD-02 Shop Drawings

Contractor's Temporary Facilities

General layout sketch of temporary site facilities shall

W912EP-11-R-0042 SECTION 01 50 02 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

include, but not be limited to, the following:

a. Trailer locations b. Parking areas c. Material storage d. Equipment lay down area e. Areas for gravel f. Fuel areas g. Temporary well, water supply h. Septic field or holding tanks, port-a-lets i. Contaminated water handling j. Concrete cleaning area and methods of disposal k. Fences -- location and dimensions, entrance and exit points, and details of installation

Temporary Electric Drawings

Electricity supply and lighting - from Florida Power and Light (FPL) transformer source sketch layout locations, fixtures, and materials, to include outdoor lighting as described in subparagraph "Electric Power" below.

Construction Drawings; G|RO

Contractor shall prepare and furnish six (6) copies each of Construction Drawings for approval at least 20 calendar days before work on the applicable feature is commenced. Prepare construction drawings in accordance with the paragraph SUBMITTAL PROCEDURES of Section 01 33 00 SUBMITTAL PROCEDURES, and consisting of the following features:

a. Excavation Plan. The Contractor shall submit drawings showing the structure excavation area with details of his plan for excavation to include slopes, lines, grades, and shoring required for the structure excavation.

b. Dewatering Plan. This plan is to be furnished for information purposes only and the Contractor is solely responsible for the technical and operational features of his dewatering system.

1.4 EXISTING UTILITIES

Nearest electric line is FP&L. Contractor is responsible for electricity from transformer. There is no potable water, sanitary sewer, or natural gas available at the site. Contractor is responsible for furnishing at the project site.

1.4.1 Water

In addition to the above, the Contractor shall provide and maintain at his own expense an adequate supply of water for his use for construction, and to install and maintain necessary supply connections and piping for same, but only at such locations and in such manner as may be approved by the Contracting Officer. The Contractor shall also provide and maintain his own temporary toilet and washing facilities. Toilet and washing facilities shall be installed and maintained in a location approved by the Contracting Officer. Refer to paragraph AVAILABILITY AND USE OF UTILITY SERVICES below.

W912EP-11-R-0042 SECTION 01 50 02 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.4.2 Electricity

In addition to the above, all electric current required by the Contractor shall be furnished at his own expense. All temporary lines will be furnished, installed, connected, and maintained by the Contractor in a workmanlike manner satisfactory to the Contracting Officer and shall be removed by the Contractor in like manner at his expense prior to completion of the construction. Refer to paragraph AVAILABILITY AND USE OF UTILITY SERVICES below.

PART 2 PRODUCTS

2.1 CONSTRUCTION PROJECT SIGNS

Refer to paragraph BULLETIN BOARD, PROJECT SIGN, AND PROJECT SAFETY SIGN below and the web site indicated in paragraph CONSTRUCTION FORMS AND DETAILS below.

2.1.1 Haul Road Traffic and Construction Warning Signs

1/2 inch HDO plywood, or aluminum sheet, conforming to FDOT Section 700 Uniform Traffic Manual Standard Signs, non-standard signage high visibility orange with black lettering. Orange fabric mesh acceptable for temporary survey crew use.

2.2 STORAGE CONTAINERS

Welded steel construction, locking, shipping containers or equal.

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS

3.1.1 Identification of Employees

The Contractor shall be responsible for furnishing to each employee, and for requiring each employee engaged on the work to display, identification as approved and directed by the Contracting officer. Prescribed identification shall immediately be delivered to the Contracting Officer for cancellation upon release of any employee. When required, the Contractor shall obtain and provide fingerprints of persons employed on the project. Contractor and subcontractor personnel shall wear identifying markings on hard hats clearly identifying the company for whom the employee works.

3.1.2 Employee Parking

a. Park employee's vehicles in areas designated by Contractor, away from construction traffic, within reasonable walking distance of site. Maintain area free of ruts, mud holes and puddles. Place gravel where required by deteriorated conditions.

b. Contractor should protect unattended equipment as it may be subject to vandalism.

c. Storage trailers and storage area with Government material should be locking type with lighting.

W912EP-11-R-0042 SECTION 01 50 02 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.1.3 Onsite Information

Keep copy of contract drawings, specifications, and other contract documents at Contractor's Office onsite, available for use at all times.

3.1.4 Janitorial Services

a. Daily -- Sweep; empty wastebaskets; service toilets b. Weekly -- Mop floors; sanitize toilet seats c. Monthly -- Wash floors, windows (inside and out) d. Cut grass as needed to keep below 3 inches high

3.2 AVAILABILITY AND USE OF UTILITY SERVICES

Install temporary facilities and utilities in accordance with IEEE C2, EM 385-1-1, NFPA 70. Obtain necessary construction, building, zoning, or soil erosion and sediment control approvals required by local authorities and utility companies. Equip trailer(s) with wind tie downs in accordance with local wind and building code requirements.

3.2.1 Lighting

Electric light, non-glare type luminaries to provide a minimum illumination, level of 30-foot candles at desk height level. Comply with temporary lighting, wiring and Ground Fault Circuit Interrupter (GFCI) requirements found in EM 385-1-1.

3.2.2 Heating and Cooling

Adequate equipment to maintain internal ambient air temperature of 75 degrees F in 105 degrees F and 70 degrees F in 30 degrees F. Equip trailer(s) with smoke alarms. If bottled gas is used to heat, equip trailer(s) with carbon monoxide alarms.

3.2.3 Water

Non-potable well water may be used to flush toilets, dish and hand washing. Provide bulk potable water storage tanks or provide bottled water for drinking.

3.2.4 Fire Extinguisher

Refer to EM 385-1-1. Non-toxic, dry chemical, fire extinguisher meeting Underwriters Laboratories, Inc., approval for Class A, Class B, and Class C fires with a minimum rating of 2A; 10B; and 10C.

3.2.5 Utility Lines

Install, connect and modify temporary lines as coordinated with owning utility. Conform requirements in accordance with IEEE C2 and NFPA 70 for Temporary Electric Lines. Remove temporary line at completion of project.

3.2.6 Electric Power

Provide electrical service and transformers sufficient to operate heating/air conditioning units. Electrical power shall be purchased directly by Contractor.

W912EP-11-R-0042 SECTION 01 50 02 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.3 BULLETIN BOARD, PROJECT SIGN, AND PROJECT SAFETY SIGN

3.3.1 Bulletin Board

Immediately upon beginning of work, the Contractor shall provide a weatherproof glass-covered bulletin board not less than 36 by 48 inches in size for displaying the Equal Employment Opportunity poster, a copy of the wage decision contained in the contract, Wage Rate Information poster, and other information approved by the Contracting Officer. The bulletin board shall be located at the project site in a conspicuous place easily accessible to all employees, as approved by the Contracting Officer. Legible copies of the aforementioned data shall be displayed until work is completed. Upon completion of work the bulletin board shall be removed by and remain the property of the Contractor.

3.3.2 Project and Safety Signs

The requirements for the signs, their content, and location shall be as indicated on the web site provided in paragraph CONSTRUCTION FORMS AND DETAILS below. On the Safety Performance Sign, replace the Safety Green First Aid Logo with the Safety Pays Logo indicated on the web site provided in paragraph CONSTRUCTION FORMS AND DETAILS below with the color pattern as shown. The Safety Pays Logo shall have a bottom width of 8 inches, and be placed 2 inches from the top of the sign and centered between Legend Group 1 and the right edge. The signs shall be erected within 15 days after receipt of the Notice to Proceed. The data required by the safety sign shall be corrected daily, with light colored metallic or non-metallic numerals. Upon completion of the project, the signs shall be removed from the site.

3.4 PROTECTION AND MAINTENANCE OF TRAFFIC

During construction the Contractor shall provide access and temporary relocated roads as necessary to maintain traffic. The Contractor shall maintain and protect traffic on all affected roads during the construction period except as otherwise specifically directed by the Contracting Officer. Measures for the protection and diversion of traffic, including the provision of watchmen and flagmen, erection of barricades, placing of lights around and in front of equipment and the work, and the erection and maintenance of adequate warning, danger, and direction signs, shall be as required by the State and local authorities having jurisdiction. The traveling public shall be protected from damage to person and property. The Contractor's traffic on roads selected for hauling material to and from the site shall interfere as little as possible with public traffic. The Contractor shall investigate the adequacy of existing roads and the allowable load limit on these roads. The Contractor shall be responsible for the repair of any damage to roads caused by construction operations.

3.4.1 Barricades

The Contractor shall erect and maintain temporary barricades to limit public access to hazardous areas. Such barricades shall be required whenever safe public access to paved areas such as roads, parking areas or sidewalks is prevented by construction activities or as otherwise necessary to ensure the safety of both pedestrian and vehicular traffic. Barricades shall be securely placed, clearly visible with adequate illumination to provide sufficient visual warning of the hazard during both day and night.

W912EP-11-R-0042 SECTION 01 50 02 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.5 HAUL AND ACCESS ROADS

The Contractor shall, at its own expense, construct access and haul roads necessary for proper prosecution of the work under this contract. Haul roads shall be constructed with suitable grades and widths; sharp curves, blind corners, and dangerous cross traffic shall be avoided. The Contractor shall provide necessary lighting, signs, barricades, and distinctive markings for the safe movement of traffic. The method of dust control, although optional, shall be adequate to ensure safe operation at all times. Location, grade, width, and alignment of construction and hauling roads shall be subject to approval by the Contracting Officer. Lighting shall be adequate to assure full and clear visibility for full width of haul road and work areas during any night work operations. Upon completion of the work and as directed by the Contracting Officer, remove and dispose of portions of any contractor constructed access and haul roads. The Contracting Officer will require removal of road segments which, in his determination, impede proper function or maintenance of the permanent project features; adversely impact local stormwater drainage; or adversely impact environmentally sensitive areas. The access and haul road portions removed shall be graded to approximately match the original ground contours.

Whenever practical, one-way haul roads shall be used on this contract. Haul roads built and maintained for this work shall comply with the following:

a. One-way haul roads for off-the-road equipment; e.g., belly dumps, scrapers, and off-the-road trucks shall have a minimum usable width of 25 ft. One-way haul roads for over-the-road haulage equipment only (e.g., dump trucks, etc.) may be reduced to a usable width of 15 feet. When the Contracting Officer determines that it is impractical to obtain the required width for one-way haul roads (e.g., a road on top of a levee), a usable width of not less than 10 feet may be approved by the Contracting Officer, provided a positive means of traffic control is implemented. Such positive means shall be signs, signals, and/or signalman and an effective means of speed control.

b. Two-way haul roads for off-the-road haulage equipment shall have a usable width of 60 feet. Two-way haul roads for over-the-road haulage equipment only may be reduced to a usable width of 30 feet.

c. Haul roads shall be upgraded and otherwise maintained to keep the surface free from potholes, ruts, and similar conditions that could result in unsafe operation.

d. Grades and curves shall allow a minimum sight distance of 200 feet for one-way roads and 300 feet for two-way roads. Sight distance is defined as the centerline distance an equipment operator (4.5 feet above the road surface) can see an object 4.5 feet above the road surface. When conditions make it impractical to obtain the required sight distance (e.g., ramps over levees), a positive means of traffic control, indicated above, shall be implemented.

e. Dust abatement shall permit observation of objects on the roadway at a minimum distance of 300 feet.

f. Haul roads shall have the edges of the usable portion marked with posts at intervals of 50 feet on curves and 200 feet maximum elsewhere. Such markers shall extend 6 feet above the road surface,

W912EP-11-R-0042 SECTION 01 50 02 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

and for nighttime haulage, be provided with reflectors in both directions.

3.6 CONTRACTOR'S TEMPORARY FACILITIES

The Contractor's field offices, staging areas, stockpile storage, and temporary buildings shall be placed in areas as directed by the Contracting Officer and in accordance with Section 01 57 20 ENVIRONMENTAL PROTECTION. Temporary movement or relocation of Contractor facilities shall be made when approved by the Contracting Officer.

3.6.1 Contractor Field Office

Provide on-site field office of sufficient size and staff capability to manage project activities. Provide communications and computer capabilities to manage the work, including implementing QCS, facsimile, electronic mail, reproduction, to track schedule and cost. Contractor's field office should include a conference area with table and chairs to accommodate a minimum of 8 people. Provide handicap access with a 1 on 12 ramp and gravel parking spot marked with handicap parking sign.

3.6.2 Appearance of Trailer(s)

Trailer(s), used for both office and material storage purposes, shall be clean, neat exterior appearance and in good repair. Trailer(s) requiring exterior painting or maintenance will not be allowed on site until determined satisfactory by Contracting Officer.

3.6.3 Storage Area

Provide temporary six-foot high chain link fence for storage containers, trailers or sheds containing Government property. Fence posts may be driven. Ground chain link fence against lightning in compliance with IEEE C2. Store Contracting Officer's property, owned materials and equipment within fenced storage area. Store small size Government property, equipment, tools, materials in locked steel containers. No Government property and materials shall be stockpiled outside fence in preparation for next day's work. Park mobile equipment, tractors, wheeled lifting equipment, cranes, trucks, and like equipment, within fenced areas on weekends.

3.6.3.1 Maintenance of Storage Area

Fencing shall be kept in a state of good repair and proper alignment. Should the Contractor elect to traverse, with construction equipment or other vehicles, grassed or unpaved areas which are not established roadways, such areas shall be covered with a layer of gravel as necessary to prevent rutting and the tracking of mud onto paved or established roadways; gravel gradation shall be at the Contractor's discretion. Grass located within the boundaries of the construction site shall be mowed for the duration of the project. Grass and vegetation along fences, buildings, under trailers, and in areas not accessible to mowers shall be edged or trimmed neatly.

3.6.4 Waste Storage

Provide dumpsters or suitable debris containers. Prevent wind blown trash; cover as needed. Dispose of offsite when needed. Refer to Section 01 57 20 ENVIRONMENTAL PROTECTION.

W912EP-11-R-0042 SECTION 01 50 02 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.6.5 Fuel Storage and Fueling Operations

Refer to Section 01 57 20 ENVIRONMENTAL PROTECTION. Provide light when fueling at night.

3.7 SECURITY PLAN

Prepare a Security Plan for Contracting Officer describing site security. Site security shall include, but not be limited, to:

a. Limit vehicular access to authorized vehicles and personnel only.

b. Maintain a list of authorized personnel and subcontractors available at site offices.

c. Maintain a sign-in log documenting visitors, deliveries, and security incidents. Include date, name, address, company, time in and time out for each employee and visitor.

d. Check equipment and trailers on a daily basis. If damage is observed or vandalism is found report to Contracting Officer.

3.7.1 Visitors

No visitors will be allowed on site without knowledge of Contractor and permission of Contracting Officer. Direct visitors to report upon arrival to Contractor's Field Office for site safety and accident prevention briefing. Provide visitors appropriate protective equipment (i.e., ear plugs, safety glasses, etc.).

3.8 TEMPORARY PROJECT SAFETY FENCING

As soon as practicable, but not later than 15 days after the date established for commencement of work, the Contractor shall furnish and erect temporary project safety fencing at the work site. The 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. The 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.

3.9 CONSTRUCTION FENCING AND DANGER SIGNS

a. The Contractor shall furnish danger signs, as indicated on the sketch on the web site indicated in paragraph CONSTRUCTION FORMS AND DETAILS below, and post them on the fence at locations directed by the Contracting Officer. The signs shall be of the format, style, and minimum size indicated, shall be neatly and sturdily constructed, and shall be securely erected in a workmanlike manner to support the sign properly for the life of the contract.

b. Upon completion of construction and when so directed by the Contracting Officer, the fencing and signs shall be removed by the Contractor during the final cleanup process. The fencing and signs shall be disposed of by the Contractor in a manner satisfactory to the Contracting Officer.

W912EP-11-R-0042 SECTION 01 50 02 Page 11 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.10 CLEANUP

Construction debris, waste materials, packaging material and the like shall be removed from the work site daily. Any dirt or mud which is tracked onto paved or surfaced roadways shall be cleaned away. Materials resulting from demolition activities which are salvageable shall be stored within the fenced area described above or at the supplemental storage area. Stored material not in trailers, whether new or salvaged, shall be neatly stacked when stored. Refer to Section 01 57 20 ENVIRONMENTAL PROTECTION for solid waste and post construction cleanup.

3.11 RESTORATION OF STORAGE AREA

Upon completion of the project and after removal of trailers, materials, and equipment from within the fenced area, the fence shall be removed and will become the property of the Contractor. Areas used by the Contractor for the storage of equipment or material, or other use, shall be restored to the original or better condition. Gravel used to traverse grassed areas shall be removed and the area restored to its original condition, including top soil and seeding as necessary.

3.12 CONSTRUCTION FORMS AND DETAILS

From the Jacksonville District Home Page, click the links ENGINEERING DIVISION, then CONSTRUCTION FORMS AND DETAILS. See web site address http://www.saj.usace.army.mil/Divisions/Engineering/FormsDetails.htm.

-- End of Section --

W912EP-11-R-0042 SECTION 01 50 02 Page 12 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 52 10

CONTRACTING OFFICER'S FIELD OFFICE

PART 1 GENERAL

1.1 SUMMARY 1.2 SUBMITTALS 1.3 EXISTING UTILITIES 1.4 TEMPORARY SERVICES

PART 2 PRODUCTS

2.1 CONTRACTING OFFICER'S FIELD OFFICE TRAILER

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS 3.1.1 Parking 3.1.2 Janitorial Services 3.2 AVAILABILITY AND USE OF UTILITY SERVICES 3.3 FIELD OFFICE 3.3.1 Office Trailer 3.3.2 Office Equipment 3.3.3 Accommodation for Government Installed Equipment 3.4 CONSTRUCTION FORMS AND DETAILS

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 52 10 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 52 10

CONTRACTING OFFICER'S FIELD OFFICE

PART 1 GENERAL

1.1 SUMMARY

This section covers the requirements regarding the Contracting Officer's Field Office. See Section 01 50 02 TEMPORARY CONSTRUCTION FACILITIES and Section 01 57 20 ENVIRONMENTAL PROTECTION for requirements including silt control, trailer placement, fueling restrictions, dust control, solid waste, and cleanup. Upon completion of project, clean up and restore area in accordance with Clause CLEANING UP of Section 00700 CONTRACT CLAUSES in Volume 1. Services required in this section will be paid for by separate line item (See Section 01 22 00 MEASUREMENT AND PAYMENT).

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. Within 30 days following date of receipt of Notice to Proceed and prior to mobilization to site submit following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-02 Shop Drawings

Contracting Officer's Field Office Trailer

Supplier or Manufacturer scale drawings of trailer floor plans for Contracting Officer's Field Office. Plans should show a minimum of two offices, toilet, and conference area.

1.3 EXISTING UTILITIES

See Section 01 50 02 TEMPORARY CONSTRUCTION FACILITIES.

1.4 TEMPORARY SERVICES

Furnish following services for Contracting Officer's Field Office:

a. Janitorial service. b. Lawn service. c. Waste removal. d. Bottled water.

PART 2 PRODUCTS

2.1 CONTRACTING OFFICER'S FIELD OFFICE TRAILER

A trailer in good working condition that has, at a minimum, heat and air conditioning, running water, restroom facilities, a minimum of 600 square feet, and accomodates equipment to be installed by the Government. See paragraph FIELD OFFICE below.

W912EP-11-R-0042 SECTION 01 52 10 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS

3.1.1 Parking

Provide Contracting Officer six gravel parking spaces at Contracting Officer's Field Office. Place parking signs reserved for use of Contracting Officer and visitors. Contractor shall maintain these spaces clear of other vehicles. Designate one parking spot with sign for handicap use only. The Contractor shall comply with all ADA parking requirements for size and accessibility.

3.1.2 Janitorial Services

See Section 01 50 02 TEMPORARY CONSTRUCTION FACILITIES.

3.2 AVAILABILITY AND USE OF UTILITY SERVICES

See Section 01 50 02 TEMPORARY CONSTRUCTION FACILITIES. Provide Contracting Officer's Field Office sufficient continuous power and electric supply to assure operation of systems, including computer, light and HVAC. Provide one 20 amp dedicated circuit to be used for Government installed data and communications equipment. Dedicated circuit wall termination shall be at the central location where Government equipment will be installed.

3.3 FIELD OFFICE

Supply and maintain lockable field office separate from Contractor for use by Contracting Officer.

3.3.1 Office Trailer

a. An all metal exterior, sides and roof; double-insulated walls, floor, and roof; electric baseboard heat; self-contained, built-in air conditioning; and 110 volt wall outlets.

b. Security guard screens, screens, and blinds for all windows.

c. Toilet facility -- A separately enclosed room properly ventilated and complying with applicable sanitary codes including hot and cold running water and operable flush type toilet.

d. Installed during site mobilization.

e. Contractor shall make the office trailer handicap accessible and comply with all ADA requirements.

f. Trailer shall have two offices, one on each end of the trailer, with a central meeting area in between. Individual offices shall be lockable.

3.3.2 Office Equipment

Provide following furnishings:

2 - Office desks with five lockable drawers (60 inches by 30 inches,

W912EP-11-R-0042 SECTION 01 52 10 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

laminated top) and swivel chair for each (desks should be designed for use with PCs). 1 - Conference Table with eight chairs. 1 - 16-unit first aid kit, wall mounted. 1 - Fire resistant, five drawer, legal size lockable filing cabinet. 2 - Five drawer, letter size lockable filing cabinets. 1 - Table to support FAX and printer. 2 shelf sets - Four shelves high by 12 inches deep by 3 feet long (attachable to wall). 2 - 3' x 6' Cork Bulletin Boards. 3 - 3' x 6' Dry Erase Boards. 5 - Waste baskets, one for each office and bathroom, and 2 in central meeting room. 1 - Plan Table installed in a location directed by the Contracting Officer (may be built in) with a minimum working surface of 4 feet by 6 feet, and draftsman stool. 1 - Vertical filing plan rack sufficient for contract drawings. 1 - Seven cubic foot refrigerator with freezer. 1 - Microwave oven. 1 - Water cooler/dispenser with minimum 3 gallon capacity.

3.3.3 Accommodation for Government Installed Equipment

Provide accommodation for the following equipment to be installed by the Government:

Uninterrupted Power Supply (UPS). Communications rack. 3 - Telephones with speakerphones, one in each office and one in the central meeting space. 1 - Telephone answering machine with remote answering capability and voice time/day stamp. 1 - Photo-static copy/scan/fax machine. 1 - Floor standing Data/Communications rack, approximately 4 feet by 4 feet by 19 inches at location where dedicated 20 amp electrical circuit terminates.

3.4 CONSTRUCTION FORMS AND DETAILS

From the Jacksonville District Home Page, click the links ENGINEERING DIVISION, then CONSTRUCTION FORMS AND DETAILS. See web site address http://www.saj.usace.army.mil/Divisions/Engineering/FormsDetails.htm.

-- End of Section --

W912EP-11-R-0042 SECTION 01 52 10 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 57 20

ENVIRONMENTAL PROTECTION

PART 1 GENERAL

1.1 SCOPE 1.2 REFERENCES 1.2.1 Miscellaneous Environmental Laws And Regulations 1.2.2 Publication Reference(s) 1.3 QUALITY CONTROL 1.4 PERMITS AND AUTHORIZATIONS 1.5 SUBMITTALS 1.6 SUBCONTRACTORS 1.7 NOTIFICATION 1.8 CONTRACTOR PERSONNEL QUALIFICATIONS IN POLLUTION CONTROL

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.1 PROTECTION OF ENVIRONMENTAL RESOURCES 3.1.1 General Project Environmental Design and Installation Criteria 3.1.1.1 Petroleum-Based Systems Environmental Design and Installation Criteria 3.1.1.2 Sewage-Based Systems Environmental Design and Installation Criteria 3.1.2 Protection of Land Resources 3.1.2.1 Work Area Limits 3.1.2.2 Solid Wastes 3.1.2.3 Fuel, Oil, and Lubricants 3.1.2.4 Hazardous Waste 3.1.2.5 Hazardous Materials 3.1.2.6 Disposal of Other Materials 3.1.3 Preservation and Recovery of Historic, Archeological, and Cultural Resources 3.1.3.1 Applicable Law 3.1.3.2 Known Resources 3.1.3.3 Inadvertent Discoveries 3.1.3.4 Claims for Downtime due to Inadvertent Discoveries 3.1.4 Protection of Water Resources 3.1.4.1 Washing and Curing Water 3.1.4.2 Cofferdam and Diversion Operations 3.1.4.3 Stream Crossings 3.1.4.4 Monitoring of Water Areas 3.1.4.5 Turbidity 3.1.4.6 Oil, Fuel, and Hazardous Substance Spill Prevention and Mitigation 3.1.5 Protection of Fish and Wildlife Resources

W912EP-11-R-0042 SECTION 01 57 20 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.1.5.1 Protection of Migratory Bird Species 3.1.5.2 American Alligator 3.1.6 Protection of Air Resources 3.1.6.1 Particulates 3.1.6.2 Burning 3.1.6.3 Odors 3.1.7 Protection of Sound Intrusions 3.2 POSTCONSTRUCTION CLEANUP 3.3 PRESERVATION AND RESTORATION OF LANDSCAPE AND MARINE VEGETATION DAMAGES 3.4 MAINTENANCE OF POLLUTION CONTROL FACILITIES 3.5 CONSTRUCTION FORMS AND DETAILS

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 57 20 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 57 20

ENVIRONMENTAL PROTECTION

PART 1 GENERAL

1.1 SCOPE

This Section covers prevention of environmental damage as the result of construction operations under this contract and for those measures set forth in other Technical Requirements of these specifications. For the purpose of this specification, environmental damage is defined as the presence of hazardous, physical, chemical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances; affect other species, biological communities, or ecosystems; or degrade the quality of the environment for aesthetic, cultural, and/or historical purposes. The control of environmental damage requires consideration of land, water, and air, and includes management of visual aesthetics, noise, solid waste, radiant energy and radioactive materials, as well as other pollutants.

1.2 REFERENCES

1.2.1 Miscellaneous Environmental Laws And Regulations

There are numerous environmental laws and regulations. At the Federal level, the applicable laws and regulations include compliance with the Clean Water Act (CWA); Clean Air Act (CAA); Coastal Zone Management Act (CZMA); Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA); Endangered Species Act (ESA); Fish and Wildlife Coordination Act (FWCA); Marine Protection, Research, and Sanctuaries Act (MPRSA); Magnuson-Stevens Fishery Conservation and Management Act (MSFCMA); National Environmental Policy Act (NEPA); National Historic Preservation Act (NHPA); National Pollution Discharge Elimination System (NPDES); Research and Sanctuaries Act; Native American Graves Protection and Repatriation Act (NAGPRA); Resource Conservation and Recovery Act (RCRA); Rivers and Harbors Act (R&H); Safe Drinking Water Act (SDWA); Toxic Substance Control Act (TSCA); Wild and Scenic Rivers Act (WSRA); Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA); Marine Mammal Protection Act (MMPA); Code of Federal Regulations (CFRs); Executive Orders; and, Environmental Protection Agency (EPA) requirements. NEPA compliance measures specified in an Environmental Assessment (EA) or Environmental Impact Statements (EIS) are also applicable with regard to compliance.

1.2.2 Publication Reference(s)

The publication(s) listed below form(s) a part of this specification to the extent referenced. The publication is referred to in the text by basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2008) U.S. Army Corps of Engineers Safety and Health Requirements Manual

W912EP-11-R-0042 SECTION 01 57 20 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.3 QUALITY CONTROL

The Contractor shall establish and maintain quality control for environmental protection of all items set forth herein. The Contractor shall record on daily quality control reports or attachments thereto, any problems in complying with laws, regulations and ordinances, and corrective action taken.

1.4 PERMITS AND AUTHORIZATIONS

The Contractor shall comply with all requirements under the terms and conditions set out in the following permit(s) and authorization(s) obtained by the Corps of Engineers listed below.

a. Florida Department of Environmental Protection Permit No. 0279499-001-EM to South Florida Water Management District; Effective Date: 11/16/2007; Expiration Date: 11/15/2012.

The above permits indicate issuing agency approval of work required by this contract. Permits and Environmental Compliance Matrices (ECM) are available on the PD-E "On-Line Environmental Documents & Notices" website:

http://www.saj.usace.army.mil/Divisions/Planning/Branches/Environmental/ DocsNotices_OnLine_PermitComplMatrix.htm.

The Contractor shall obtain and comply with the requirements of all other permits or licenses required for construction of this project in accordance with the Clause PERMITS AND RESPONSIBILITIES of Section 00700 CONTRACT CLAUSES in Volume 1.

1.5 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

Environmental Protection Plan; G|DO

No later than 15 calendar days prior to the Preconstruction Conference, the Contractor shall submit an Environmental Protection Plan for review and acceptance by the Contracting Officer. The Government will consider an interim plan for the first 30 days of operations. However, the Contractor shall furnish an acceptable final plan no later than 30 calendar days after receipt of Notice to Proceed. Acceptance of the Contractor's plan shall not relieve the Contractor of his responsibility for adequate and continuing control of pollutants and other environmental protection measures. Acceptance of the plan is conditional and predicated on satisfactory performance during construction. The Government reserves the right to require the Contractor to make changes to the Environmental Protection Plan or operations if the Contracting Officer determines that environmental protection requirements are not being met. No physical work at the site shall begin prior to acceptance of the Contractor's plan or an interim plan covering the work to be

W912EP-11-R-0042 SECTION 01 57 20 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

performed. The Environmental Protection Plan shall include but not be limited to the following:

a. A list of Federal, State, and local laws, regulations, and permits concerning environmental protection, pollution control, and abatement that are applicable to the Contractor's proposed operations and the requirements imposed by those laws, regulations, and permits.

b. Methods for protection of features to be preserved within authorized work areas. The Contractor shall prepare a listing of methods to protect resources needing protection, i.e., trees, shrubs, vines, grasses and ground cover, landscape features, air and water quality, fish and wildlife, soil, historical, archeological, and cultural resources.

c. Procedures to be implemented to provide the required environmental protection and to comply with the applicable laws and regulations. The Contractor shall provide written assurance that immediate corrective action will be taken to correct pollution of the environment due to accident, natural causes, or failure to follow the procedures set out in accordance with the environmental protection plan.

d. A permit or license for and the location of the solid waste disposal area.

e. Drawings showing locations of any proposed temporary excavations or embankments for haul roads, stream crossing, material storage areas, structures, sanitary facilities, and stockpiles of excess or spoil materials.

f. Environmental monitoring plans for the job site, including land, water, air, and noise monitoring.

g. Methods of protecting surface and ground water during construction activities.

h. Spill prevention. The Contractor shall specify all potentially hazardous substances to be used on the job site and intended actions to prevent accidental or intentional introduction of such materials into the air, ground, water, wetlands, or drainage areas. The plan shall specify the Contractor's provisions to be taken to meet Federal, State, and local laws and regulations regarding labeling, storage, removal, transport, and disposal of potentially hazardous substances.

i. Spill contingency plan for hazardous, toxic, or petroleum material.

j. Work area plan showing the proposed activity in each portion of the area and identifying the areas of limited use or nonuse. Plan should include measures for marking the limits of use areas.

k. A statement as to the person who shall be responsible for implementation of the Environmental Protection Plan. The Contractor personnel responsible shall report directly to the Contractor's top management and shall have the authority to act

W912EP-11-R-0042 SECTION 01 57 20 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

for the Contractor in all environmental protection matters.

l. Recycling and Waste Management Plan. Executive Order 12873 of 20 October 1993 requires a number of considerations in planning a project. Fallen trees should not be burned or buried. Mulching, composting, and other uses for trees should be considered. Also, recovery of metals at the job site, including aluminum cans, should be considered with proceeds to be retained by the Contractor. Non-Federal recycling and waste minimization efforts shall also be incorporated into this plan.

m. Construction activities shall be conducted in a manner as not to impact migratory birds or induce their nesting.

Bird Monitoring Qualifications

No later than 15 calendar days prior to the Preconstruction Conference, the Contractor shall furnish to the Contracting Officer for approval, the qualifications of the bird monitor/observer. Appropriate qualifications for bird monitor/observer shall be a demonstrated ability to find and/or identify bird species, nesting behavior, eggs and nests, and habitat requirements. The Contractor shall consult with and coordinate all monitoring plans and activities with Ms. Amy Thompson at 904-232-1545.

SD-11 Closeout Submittals

Logs/Final Summary Report

Contractor shall submit as specified, logs and final summary report of sightings and incidents with endangered species.

Project Environmental Summary Sheet

Contractor shall submit within 30 days following completion of the project, a written report of the absence or occurrence of environmental incidents. In addition, for construction activities whose anticipated duration is more than one calendar year, the Contractor shall complete a sheet each May 31st (plus/minus 14 days).

Logs/Summary of Bird Nesting Monitoring

Contractor shall submit as specified, logs and summary of monitoring detailing nesting and nesting success.

1.6 SUBCONTRACTORS

Assurance of compliance with this section by subcontractors shall be the responsibility of the Contractor.

1.7 NOTIFICATION

The Contracting Officer will notify the Contractor in writing of any observed noncompliance with the aforementioned Federal, State, or local laws or regulations, permits and other elements of the Contractor's environmental protection plan. The Contractor shall, after receipt of such notice, inform the Contracting Officer of proposed corrective action and

W912EP-11-R-0042 SECTION 01 57 20 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

take such action as may be approved. If the Contractor fails to comply promptly, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No time extensions shall be granted or costs or damages allowed to the Contractor for any such suspension.

Additionally, the Contractor shall notify the Contracting Officer, in writing, of the absence or occurrence of environmental incidents, as required on the Project Environmental Summary Sheet, copy on the first web site indicated in paragraph CONSTRUCTION FORMS AND DETAILS below. Refer to paragraph SUBMITTALS above.

1.8 CONTRACTOR PERSONNEL QUALIFICATIONS IN POLLUTION CONTROL

The Contractor's personnel shall be qualified to perform all phases of environmental protection, including methods of detecting and avoiding pollution, familiarization with pollution standards, both statutory and contractual, and careful installation and monitoring of the project to ensure adequate and continuous environmental pollution control. Quality Control and supervisory personnel shall be thoroughly knowledgeable of Federal, State, and local laws, regulations, and permits as listed in the Environmental Protection Plan submitted by the Contractor. Quality Control personnel will be identified in the Quality Control Plan submitted in accordance with Section 01 45 04 CONTRACTOR QUALITY CONTROL.

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.1 PROTECTION OF ENVIRONMENTAL RESOURCES

For contract work, the Contractor shall comply with all applicable Federal, State, or local laws and regulations. The environmental resources within the project boundaries and those affected outside the limits of permanent work under this contract shall be protected at least during the entire period of this contract. The Contractor shall confine his activities to areas defined by the drawings and specifications. Environmental protection shall be as stated in the following subparagraphs.

3.1.1 General Project Environmental Design and Installation Criteria

Some project sites have features that shall not be impacted in any way, including cultural, historic, or archeological features. At all sites, the Contractor shall minimize disturbance to existing features at the site to the extent possible, including vegetative, topographic, and drainage pattern features. Wetland impacts (temporary access, detours, staging areas, and other work area impacts) to project sites should be avoided and may require separate permitting action. Any wetlands temporarily impacted shall have its soil restored upon project completion. Expansion of previously permitted project footprints may likewise require separate permitting action.

In all cases, the installation of temporary systems to aid construction shall provide for protection of the environment during handling, installing, storing, utilizing, transporting, servicing, testing, refilling, transferring, pumping, processing, removing waste products, repairing and maintaining systems and their components. Necessary protection shall also be considered that would prevent contamination of the environment from impacts to the systems caused by storm water runoff and

W912EP-11-R-0042 SECTION 01 57 20 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

flooding. Retrofit of temporary systems on project sites to modern environmental protection design standards shall also be considered.

In the event environmental protection measures fail, the Contractor shall implement procedures to control and correct environmental damage.

3.1.1.1 Petroleum-Based Systems Environmental Design and Installation Criteria

For petroleum-based systems, a statement of site suitability shall be provided and shall include what would be necessary to prevent adverse impact to water quality; natural resources; habitat; historic, cultural, and archeological sites; and fragile local resources in the event of a fuel spill. Human error and mechanical/electrical failure of components without human intervention shall also be considered in the design with regard to spills. Additionally, appropriate noise and emissions controls shall be incorporated into the design, including vapor and exhaust controls.

At a minimum, environmental protection design requirements shall also include the following: (1) stationary tanks and piping shall have secondary containment features; (2) approved materials and corrosion protection systems shall be utilized; (3) system leaks shall be readily detected and contained without human intervention; and, (4) overfill containment systems shall be provided.

Applicable Federal, State, and local codes and requirements shall be strictly adhered to in the design, including those of the U.S. Environmental Protection Agency (EPA), the State of Florida, the South Florida Water Management District (SFWMD), and other local governing agencies such as those of counties and municipalities. In the case of the State, requirements include Chapter of the Florida Administrative Code (FAC) such as 62-17 (Approved Materials), 62-252 (Vapor Emissions), 62-296 (Emissions), 62-761 (Underground Storage Tanks), and 62-762 (Aboveground Tanks). Note that Chapters 62-761 and 62-762 of the FAC may be combined into one Chapter. Best Management Practices from the applicable agencies shall also be adhered to in the design.

3.1.1.2 Sewage-Based Systems Environmental Design and Installation Criteria

In general, there shall be no waste or debris discharges of any kind for a project unless authorized by the Contracting Officer. This shall include the Contractor's providing sufficient temporary sanitary equipment and facilities for the project. The design and/or installation of temporary or permanent sewage systems shall ensure that waters will be free of effects of sewage discharges. Applicable Federal, State, or local codes and requirements regarding sewage shall be strictly adhered to in the design, such as those of the EPA and, in the case of the State, Chapter 62-620 (Wastewater Facilities) of the FAC. Best Management Practices from the applicable agencies shall also be adhered to in the design.

3.1.2 Protection of Land Resources

Prior to the beginning of any construction, the Contractor shall identify all land resources to be preserved or avoided within the Contractor's work area. Materials displaced into uncleared areas shall be removed. The Contractor shall not remove, cut, deface, injure, or destroy land resources including trees, shrubs, vines, grasses, topsoil, and land forms without special permission from the Contracting Officer. The Contractor shall engage a qualified tree surgeon to perform all tree surgery. The

W912EP-11-R-0042 SECTION 01 57 20 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Contractor shall be responsible to repair injuries to bark, trunk, branches, and roots of protected trees by dressing, cutting, and painting as specified for Class I Fine Pruning, of the National Arborist Association Pruning Standards for Shade Tree or as per State's Agricultural Extension Agency Guidelines, immediately as occurrences arise. No ropes, cables, or guys shall be fastened to or attached to any trees for anchorage unless specifically authorized. Where such special emergency use is permitted, the Contractor shall provide effective protection for land and vegetation resources at all times as defined in the following subparagraphs.

3.1.2.1 Work Area Limits

Prior to any construction, the Contractor shall mark the areas that are not required to accomplish all work to be performed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. The Contractor shall protect from damage all existing trees designated to remain. Protection of tree roots shall be provided against noxious materials in solution caused by run-off or spillage. Fires shall be located outside the canopy of protected trees. No materials, trailers, or equipment shall be stored within the drip line of any protected tree. Monuments and markers shall be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor shall convey to his personnel the purpose of marking and/or protection of all necessary objects.

3.1.2.2 Solid Wastes

Solid wastes (excluding clearing debris) shall be placed in containers which are emptied on a regular schedule. All handling and disposal shall be conducted to prevent contamination. Solid waste materials shall be hauled to an approved solid waste disposal site designated by the Contracting Officer. The Contractor shall comply with Federal, State, and local regulations pertaining to the use of the solid waste disposal site.

3.1.2.3 Fuel, Oil, and Lubricants

Fuel, oil, and lubricants shall be managed so as to prevent spills and evaporation. To prevent spills, fuel dispensers shall have a 4-foot square, 16-gauge metal pan with borders banded up and welded at corners right below the bibb. Edges of the pans shall be 8-inch minimum in depth to ascertain that no contamination of the ground takes place. Pans shall be cleaned by an approved method immediately after every dispensing of fuel and wastes disposed of offsite in an approved area. Should any spilling of fuel occur, the Contractor shall immediately recover the contaminated ground and dispose of it offsite in an approved area. Petroleum waste generated shall be stored in marked corrosion-resistant containers and recycled or disposed of in accordance with 40 CFR 279, State, and local regulations.

3.1.2.4 Hazardous Waste

Hazardous wastes are defined in 40 CFR 261. The Contractor shall ensure that hazardous wastes are stored and disposed of in accordance with 40 CFR 261 and State and local regulations. The Contractor shall ensure that hazardous wastes are packed, labeled, and transported in accordance with 49 CFR 173 and State and local regulations.

W912EP-11-R-0042 SECTION 01 57 20 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.1.2.5 Hazardous Materials

The Contractor shall ensure that hazardous materials are labeled, stored, and transported in accordance with 49 CFR 173, State, and local regulations.

3.1.2.6 Disposal of Other Materials

Other materials than previously discussed (Construction and Demolition, vegetative waste, etc.) shall be handled as directed.

3.1.3 Preservation and Recovery of Historic, Archeological, and Cultural Resources

3.1.3.1 Applicable Law

A number of Federal laws require protection of cultural resources. Two laws, in particular, can be potentially involved with dredging activities: (1) the National Historic Preservation Act, as amended; and, (2) the Abandoned Shipwreck Act.

3.1.3.2 Known Resources

If known historic, archeological and cultural resources within the Contractor's work area(s) are present, it will be designated as a "potentially significant cultural resource" on the contract drawings or other documents. If so designated, the Contractor shall install protection for these resources and shall be responsible for their preservation during the contract's duration. The Contractor shall not distribute maps or other information on these resource locations except for distribution among the Contractor's staff with a "need to know" technical responsibility for protecting the resources.

3.1.3.3 Inadvertent Discoveries

If, during construction activities, the Contractor observes items that may have historic or archeological value, such observations shall be reported immediately to the Contracting Officer so that the appropriate Corps staff may be notified and a determination for what, if any, additional action is needed. Examples of historic, archeological and cultural resources are bones, remains, artifacts, shell, midden, charcoal or other deposits, rocks or coral, evidences of agricultural or other human activity, alignments, and constructed features. The Contractor shall cease all activities that may result in the destruction of these resources and shall prevent his employees from further removing, or otherwise damaging, such resources.

The possibility of encountering submerged cultural resources is inherent in dredging and snagging operations. Such findings could include shipwrecks, shipwreck debris fields (such as steam engine parts), prehistoric watercraft (such as log "dugouts"), and other structural features intact or displaced. The materials may be deeply buried in sediment, resting in shallow sediments or above them, or protruding into water. Suspected cultural materials inadvertently gathered from a water-saturated context should be kept moist by re-immersion, spraying, or some other expedient means of wetting until the appropriate Corps staff provide further directives. No interviews or other contact with media shall occur without clear authorization from the Contracting Officer or the appropriate Corps representative.

W912EP-11-R-0042 SECTION 01 57 20 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.1.3.4 Claims for Downtime due to Inadvertent Discoveries

Upon discovery and subsequent reporting of a possible inadvertent discovery of cultural resources, the Contractor shall seek to continue work well away from, or otherwise protectively avoiding, the area of interest, or in some other manner that strives to continue productive activities in keeping with the contract. Should an inadvertent discovery be of the nature that substantial impact(s) to the work schedule are evident, such delays shall be coordinated with the Contracting Officer. Contract adjustments resulting from compliance with this paragraph shall be determined in accordance with Clause DIFFERING SITE CONDITIONS of Section 00700 CONTRACT CLAUSES in Volume 1.

3.1.4 Protection of Water Resources

The Contractor shall keep construction activities under surveillance, management, and control to avoid pollution of surface, ground waters, and wetlands. The Contractor shall plan his operation and perform all work necessary to minimize adverse impact or violation of the water quality standard. Special management techniques as set out below shall be implemented to control water pollution by the listed construction activities which are included in this contract. The Contractor's construction methods shall protect wetland and surface water areas from damage due to mechanical grading, erosion, sedimentation and turbid discharges. There shall be no storage or stockpiling of equipment, tools, or materials within wetlands or along the shoreline within the littoral zone unless specifically authorized.

3.1.4.1 Washing and Curing Water

Waste waters directly derived from construction activities shall not be allowed to enter water areas. These waste waters shall be collected and placed in retention ponds where suspended materials can be settled out or the water evaporates so that pollutants are separated from the water. Analysis shall be performed and results reviewed and approved by Corps staff before water in retention ponds is discharged.

3.1.4.2 Cofferdam and Diversion Operations

Construction for dewatering, removal of cofferdams, tailrace excavation, and tunnel closure shall be controlled at all times to limit the impact of water turbidity on the habitat for wildlife and impacts on water quality for downstream use.

3.1.4.3 Stream Crossings

Stream crossings shall be controlled during construction. Crossings shall provide movement of materials or equipment without violating water pollution control standards of the Federal, State, or local government.

3.1.4.4 Monitoring of Water Areas

Monitoring of water areas affected by construction activities shall be the responsibility of the Contractor. All water areas affected by construction activities shall be monitored by the Contractor.

3.1.4.5 Turbidity

The Contractor shall conduct his operations in a manner to minimize

W912EP-11-R-0042 SECTION 01 57 20 Page 11 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

turbidity and shall conform to all water quality standards as prescribed by Chapter 62-302, State of Florida, Department of Environmental Protection (FDEP). FDEP surface water quality standards can be obtained from the following web sites: http://www.dep.state.fl.us/ogc/documents/rules/shared/62-302.pdf and http://www.dep.state.fl.us/ogc/documents/rules/shared/62.302t.pdf.

3.1.4.6 Oil, Fuel, and Hazardous Substance Spill Prevention and Mitigation

The Contractor shall prevent oil, fuel, or other hazardous substances from entering the air, ground, drainage, local bodies of water, or wetlands. This shall be accomplished by design and procedural controls. In the event that a spill occurs despite the design and procedural controls, the following shall occur:

(1) Immediate action shall be taken to contain and cleanup any spill of oil, fuel or other hazardous substance.

(2) Spills shall be immediately reported to the Contracting Officer.

(3) Spill contingency planning shall be strictly in accordance with the criteria of 40 CFR, Part 109.

(4) To control the spread of any potential spill, absorbent materials shall be readily available and capable of absorbing the contents of the single largest tank.

(5) To control the spread of any potential spill, the Contractor shall provide a written certification of commitment of manpower, equipment, and materials required to expeditiously cleanup and dispose of spill materials.

a. Spill Preventive Systems: System design and installation requirements have been discussed at the beginning of this Section. Temporary or portable tanks shall conform to applicable Federal, State, and local codes and requirements and shall not be placed where they may be affected by storm, flooding, or washout. Diversionary structures for spills shall be put in place in advance where practical. Both spill preventive systems and any deviations from associated requirements must be approved by the Contracting Officer prior to implementation.

b. Liabilities: The Contractor shall be liable in the amounts established in 40 CFR, Part 113 when it can be shown that oil was discharged as a result of willful negligence or willful misconduct. The penalty for failure to report the discharge of oil shall be in accordance with the provision of 33 CFR, Part 153.

3.1.5 Protection of Fish and Wildlife Resources

The Contractor shall keep construction activities under surveillance, management, and control to minimize interference with, disturbance to, and damage of fish and wildlife. Species that require specific attention along with measures for their protection shall be listed in the Contractor's Environmental Protection Plan prior to the beginning of construction operation.

In the event that a threatened or endangered species is harmed as a result

W912EP-11-R-0042 SECTION 01 57 20 Page 12 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

of construction activities, the Contractor shall cease all work and notify the Contracting Officer. The order of contact within the Corps of Engineers shall be as follows:

Order of Contact of Corps Personnel

Title Telephone Number

Corps, Inspector Onsite/After hours to be provided Area Engineer, 561-472-3511 To be provided Chief, Environmental Branch Planning Division (CESAJ-PD-E) 904-232-1665 Chief, Construction Division (CESAJ-CD) 904-232-1118

3.1.5.1 Protection of Migratory Bird Species

The Contractor shall keep construction activities under surveillance, management, and control to prevent impacts to migratory birds and their nests. All construction personnel shall be advised that migratory birds are protected by the Florida Endangered and Threatened Species Act of 1977, Title XXVIII, Chapter 372.072, and the U.S. Fish and Wildlife Service pursuant to the Migratory Bird Treaty Act of 1918 and the Endangered and Threatened Species Act of 1982, as amended. The Contractor may be held responsible for harming or harassing the birds, their eggs or their nests as a result of the construction.

a. Monitoring of Construction Area: In order to meet these responsibilities, the Contractor shall conduct monitoring of the construction area during construction activities. Daily monitoring using the Daily Bird Monitoring Report shall be conducted during the dawn or dusk time frames by a bird monitor approved by the Contracting Officer. (Caution shall be taken by the monitor to avoid disturbance to the nesting birds.) The Contractor shall maintain a daily log detailing monitoring and nesting activity (not all bird species are listed). Sample monitoring report and qualification sheet are on the first web site indicated in paragraph CONSTRUCTION FORMS AND DETAILS below. Within 30 days after completion of construction, a summary of monitoring shall be submitted to the Corps detailing nesting and nesting success/failure including species, number of nests created, location, number of eggs, number of offspring generated during the project and reasons for nesting success or failure, if known.

(1) Black-Necked Stilts are likely to be present within the project area. In order to meet the responsibilities of the Avian Protection Plan for Black-Necked Stilts Nesting in the Everglades Agricultural Area Stormwater Treatment Areas (South Florida Water Management District September 2008), the Contractor shall conduct monitoring of the construction area beginning 1 April through 31 July, if construction activities occur during that period.

(2) Florida Burrowing Owls are likely to be present within the project area. In order to meet the responsibilities of the Avian Protection Plan for Florida Burrowing Owls Nesting in the Everglades Agricultural Area Stormwater Treatment Areas (South Florida Water Management District September 2008) the Contractor shall conduct monitoring of the construction area beginning 15 February through 10 July or until all nests have fledged, if

W912EP-11-R-0042 SECTION 01 57 20 Page 13 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

construction activities occur during that period.

b. Nesting Activity Notification: Any nesting activity observed by the Contractor shall be reported immediately to the Contracting Officer who shall have sole authority for any work stoppages, creation of the buffer area, or restart of construction activities. In addition, notify the personnel indicated in the table "Order of Contact of Corps Personnel" above.

c. Nesting within Construction Area:

(1) Should nesting begin within the construction area, a temporary, 200-foot buffer shall be created around the nests and marked to avoid entry (the Contracting Officer will provide signs). The area shall be left undisturbed until nesting is completed or terminated, and the chicks fledge. The decision to allow construction in a former nesting site will be determined by the Contracting Officer in consultation with the U.S. Fish and Wildlife Service and the FF&WCC. Access to the nesting sites by humans (except limited access when accompanied by the bird monitor or Contracting Officer), equipment or pets under control of the Contractor is prohibited.

(2) If nesting occurs within the construction area, a bulletin board shall be placed and maintained by the Contractor in the contracting shed with the location map of the construction site showing the bird nesting areas and a warning, clearly visible, stating that "BIRD NESTING AREAS ARE PROTECTED BY THE FLORIDA THREATENED AND ENDANGERED SPECIES ACT AND THE FEDERAL MIGRATORY BIRD TREATY ACT".

(3) Florida Burrowing Owls are listed as a Species of Special Concern by the State of Florida, and therefore it is illegal to take (pursue, hunt, capture, molest, or kill) them and their nest burrows or eggs without a permit issued by the Executive Director of the Commission. The Contractor may be held responsible for harming or harassing the birds, their eggs, or their nests as a result of the construction. If a temporary buffer is infeasible for the Florida Burrowing Owl, a take permit can be requested by submitting an application packet to the Protected Species Permit Coordinator, Bureau of Wildlife Diversity Conservation, Florida Fish and Wildlife Conservation Commission, 620 S. Merididan St., Mail Station WLD-BLX, Tallahassee, FL 32399-1600, (850) 921-5990, ext 17310.

d. Bird Monitoring Qualifications: The Contractor's Environmental Protection Plan shall contain the qualifications of the bird monitor and the steps to be taken to construct the project in such a manner as not to impact migratory birds or induce their nesting. The qualifications of the bird monitor are a demonstrated ability to identify bird species, general and nesting behavior characteristics, nests and eggs, and a knowledge of habitat requirements. In addition, references must be provided to verify non-educational experience. The qualifications shall be submitted on the Bird Monitoring Qualification Sheet.

e. Work Delay: Delays in work due to the fault of negligence of the Contractor or the Contractor's failure to comply with this specification shall not be compensable. Any adjustments to the contract

W912EP-11-R-0042 SECTION 01 57 20 Page 14 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

performance period or price that are required as a result of compliance with this section shall be made in accordance with the Clause SUSPENSION OF WORK of Section 00700 CONTRACT CLAUSES in Volume 1.

f. Wood Storks: Wood stork nests and nest trees are protected year-round and shall not be disturbed or removed. Disturbance to actively foraging wood storks shall be avoided. Project activities in areas with actively feeding wood storks shall be halted until the storks leave the area. The Contracting Officer and Environmental Branch, south Florida Section (CESAJ-PD-ES) shall be contacted. No human intrusion will be allowed within 100 m (328 feet) of an active nest colony. A 100-m (328 feet) buffer distance will be kept from the foraging birds to minimize human disturbance. Active roost sites should be avoided. Disturbance, especially at night, will be limited to no closer than 152 m (500 feet) from the roost.

g. Snail Kites: Monthly surveys of the project area for Everglade snail kites shall be conducted by qualified personnel from December 1 to July 31, (but including all periods when active nests are known), while construction activities are taking place. Logs of monthly monitoring shall be included in the Migratory Bird Summary Report. The location of all snail kites and/or nests observed during the survey shall be recorded, and the Contracting Officer and Environmental Branch, south Florida Section (CESAJ-PD-ES) shall be notified immediately if any snail kites or their nests are observed. The snail kite survey protocol provided shall be followed. Two buffer zones will be established around every active snail kite nest. This includes all nests reported to the USFWS by researchers and any unreported nest that is encountered during other activities. These buffer zones will be in effect from when kites begin nest building through the time when breeding activity is no longer observed at the site. Because kites can renest, and often renest in the same area as previous attempts, buffer zones may remain in place past the time when fledglings leave the area if adult kites continue to show breeding activity, includingcourtship, in the general area. Kites do not exhibit fidelity to a specific nest site from year to year. Consequently, all restrictions within these buffer zones will be lifted once breeding activity has ceased.

(1) No-entry Buffer Zones - A 500-foot (ft) (~150 meter) radius no-entry buffer zone will be established around all active nests that are discovered. The purpose of this buffer zone is to protect kites from direct disturbance that may affect the fate of nesting. Airboats, personnel, helicopters, and other equipment and activity must stay outside of these areas at all times when kite breeding activity is occurring.

(2) Limited Activity Buffer Zones - A 1,640 ft (500 meter) radius limited-activity buffer zone will be established around all active kite nests. This buffer zone is intended to maintain and protect foraging opportunities and habitat conditions around each nest to allow the nest to succeed. The goal is to maintain habitat conditions for the entire nesting period similar to those that were present when the birds selected the site. Airboats, personnel, helicopters, and other equipment and activity should stay outside of this buffer when possible, and activity within the buffer should be limited to the minimum time necessary to complete appropriate management activities. Only management activities that are expected to maintain or improve the existing kite foraging and nesting habitat within these areas should occur while there is

W912EP-11-R-0042 SECTION 01 57 20 Page 15 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

evidence of kite breeding activity.

3.1.5.2 American Alligator

Numerous large alligators are likely to be present within the project area and are part of the existing environmental conditions. The Contractor shall hold a safety briefing prior to construction activities to inform its personnel of the presence of alligators and their legal protection under Florida Statutes and the Endangered Species Act. It is the Contractor's responsibility to avoid harm to the alligators. The Contractor shall acquire the necessary permits through the Nuisance Alligator Program (863-462-0016) to remove nuisance alligators, if present, from the construction site, and will be responsible for coordination with the Nuisance Trapper or Guard assigned to them, if removal becomes necessary. The Contractor is responsible for attaining an approved alligator trapper to be on site if construction personnel will be in the water. If an alligator nest is encountered within the project area and removal of the nest is necessary, it is the Contractor's responsibility to obtain all permits from the Florida Fish and Wildlife Conservation Commission for its removal. The Contractor shall contact Melissa Nasuti with the U.S. Army Corps of Engineers at 904-232-1368 concerning any issues related to alligators within the project site.

3.1.6 Protection of Air Resources

The Contractor shall keep construction activities under surveillance, management, and control to minimize pollution of air resources. All activities, equipment, processes and work operated or performed by the Contractor in accomplishing the specified construction shall be in strict accordance with the applicable air pollution standards of the State of Florida (Florida Statute, Chapter 403 and others and Chapters 200 series of the FAC) and all Federal emission and performance laws and standards, including the U.S. Environmental Protection Agency's Ambient Air Quality Standards. Information regarding Florida Statutes can be obtained from the following web site: http://www.dep.state.fl.us.

3.1.6.1 Particulates

Particulates, such as dust, shall be controlled at all times, including weekends, holidays, and hours when work is not in progress. The Contractor shall maintain excavations, stockpiles, haul roads, permanent and temporary access roads, plant sites, spoil areas, borrow areas, and work areas within or outside the project boundaries free from particulates that would cause air pollution standards to be exceeded or that would cause a hazard or nuisance. The Contractor shall have the necessary equipment and approved methods to control particulates as the work proceeds and before a problem develops.

3.1.6.2 Burning

All burning shall be subject to State and local requirements, including requirements for burn permits and bans during certain conditions such as droughts.

3.1.6.3 Odors

Odors shall be controlled at all times for all construction activities.

W912EP-11-R-0042 SECTION 01 57 20 Page 16 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.1.7 Protection of Sound Intrusions

The Contractor shall keep construction activities under surveillance and control to minimize damage to the environment by noise.

3.2 POSTCONSTRUCTION CLEANUP

The Contractor shall clean up any area(s) used for construction.

3.3 PRESERVATION AND RESTORATION OF LANDSCAPE AND MARINE VEGETATION DAMAGES

The Contractor shall restore all landscape features and marine vegetation damaged or destroyed during construction operations outside the limits of the approved work areas. Such restoration shall be a part of the Environmental Protection Plan as defined in subparagraph "Environmental Protection Plan" of paragraph SUBMITTALS above. This work shall be accomplished at the Contractor's expense.

3.4 MAINTENANCE OF POLLUTION CONTROL FACILITIES

The Contractor shall maintain all constructed facilities and pollution control facilities and devices for the duration of the contract or for that length of time construction activities create the particular pollutant.

3.5 CONSTRUCTION FORMS AND DETAILS

From the Jacksonville District Home Page, click the links ENGINEERING DIVISION, then CONSTRUCTION FORMS AND DETAILS. See web site address http://www.saj.usace.army.mil/Divisions/Engineering/FormsDetails.htm. Also, see web site address http://el.erdc.usace.army.mil/seaturtles to obtain the Sea Turtle/Post-Hopper Dredging Project Checklist, Endangered Species Observer Program Forms, Sea Turtle Tagging and Relocation Report, and Sea Turtle Trawling Report. Links to these forms are under the heading "Turtle Information".

-- End of Section --

W912EP-11-R-0042 SECTION 01 57 20 Page 17 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 78 02

CLOSEOUT SUBMITTALS

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 PROJECT RECORD DOCUMENTS 1.3.1 Definitions 1.3.1.1 Design Files 1.3.1.2 Working As-Built Drawings 1.3.1.3 Completed Working As-Built Drawings 1.3.1.4 As-Built Files 1.3.1.5 As-Builts 1.3.1.6 As-Built Shop Drawings 1.3.2 Preparation of As-Builts 1.3.2.1 Government-Furnished Materials 1.3.2.2 Working As-Built and Completed Working As-Built Drawings 1.3.2.3 Drawing Preparation 1.3.2.4 Computer Aided Design and Drafting (CADD) Drawings 1.3.2.5 Completion of As-Builts 1.3.3 As-Built Record of Equipment and Materials 1.3.4 As-Built Shop Drawings 1.3.5 Construction Contract Specifications 1.3.6 Real Property Equipment 1.4 WARRANTY MANAGEMENT 1.4.1 Warranty Management Plan 1.4.2 Performance Bond 1.4.3 Pre-Warranty Conference 1.4.4 Contractor's Response to Construction Warranty Service Requirements 1.4.5 Warranty Tags 1.5 MECHANICAL TESTING, ADJUSTING, BALANCING, AND COMMISSIONING 1.6 OPERATION AND MAINTENANCE MANUALS 1.7 FINAL CLEANING

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 78 02 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 78 02

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 in the text by the basic designation only.

U.S. DEPARTMENT OF DEFENSE (DOD)

ERDC/ITL TR-01-6 (2009) A/E/C CADD Standard, Release 4.0 Obtain from the following web site: https://cadbim.usace.army.mil/CAD

U.S. ARMY CORPS OF ENGINEERS (USACE)

CESAJR 1110-4-2 (2006) CADD Standards Guide, Jacksonville District, Change 1; Obtain from the following web site: http://www.saj.usace.army.mil/Divisions/ Engineering/CADD_MmgtSup.htm

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. For each submittal identified in this section an equal number of electronic copies shall be submitted on CD-ROM media in Adobe Acrobat format, most recent version. The following shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-02 Shop Drawings

As-Builts; G|RO

Submit as indicated in the subparagraph "Preparation of As-Builts" of paragraph PROJECT RECORD DOCUMENTS below. All drawing revisions and as-builts will be checked for compliance with ERDC/ITL TR-01-6 and CESAJR 1110-4-2.

SD-03 Product Data

As-Built Record of Equipment and Materials

Six copies of the record listing the as-built materials and equipment as approved during shop drawing submittal, review and approval process, incorporated into the construction of the project.

W912EP-11-R-0042 SECTION 01 78 02 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Warranty Management Plan; G|RO

Six sets of the warranty management plan containing information relevant to the warranty of materials and equipment incorporated into the construction project, including the starting date of warranty of construction. The Contractor shall furnish with each warranty the name, address, and telephone number of each of the guarantor's representatives nearest to the project location.

Warranty Tags; G|RO

Six record copies of the warranty tags showing the layout and design.

Final Cleaning; G|RO

Six copies of the listing of completed final clean-up items.

1.3 PROJECT RECORD DOCUMENTS

1.3.1 Definitions

1.3.1.1 Design Files

Design files are the latest version electronic CADD files.

1.3.1.2 Working As-Built Drawings

Working as-built drawings are full-sized contract drawings (hard copy) marked up in red to indicate as-built conditions.

1.3.1.3 Completed Working As-Built Drawings

Completed working as-built drawings are the final working as-built drawings (hard copy) for a completed feature certified by the Contractor.

1.3.1.4 As-Built Files

As-built files are corrected design files (CADD) showing the as-constructed condition identical to the completed working as-built drawings. As-built files are produced by making changes to the design files using CADD.

1.3.1.5 As-Builts

As-builts are the complete set, as indicated below, including as-built files (CADD) and completed working as-built drawings in hard copy and electronic format.

1.3.1.6 As-Built Shop Drawings

As-built shop drawings are detailed shop drawings of components incorporated into the completed work indicating as-built conditions.

1.3.2 Preparation of As-Builts

This paragraph covers obtaining completed working as-built drawings and as-built files (CADD), as a requirement of the contract. These as-builts are part of the permanent records of this project and will be retained by

W912EP-11-R-0042 SECTION 01 78 02 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

the Contracting Officer after approval by the Government. Any drawings damaged or lost by the Contractor shall be satisfactorily replaced by the Contractor at no expense to the Government.

1.3.2.1 Government-Furnished Materials

One set of electronic CADD files (design files) in the specified software and format revised to reflect all bid amendments will be provided by the Government at the Preconstruction Conference for projects requiring CADD file as-built drawings (as-built files).

1.3.2.2 Working As-Built and Completed Working As-Built Drawings

The Contractor shall revise 1 set of paper drawings by red-line process to show the as-built conditions during the prosecution of the project. These working as-built drawings shall be kept current on a weekly basis and at least one set shall be available on the jobsite at all times. Changes from the contract plans which are made in the work or additional information which might be uncovered in the course of construction shall be accurately and neatly recorded as they occur by means of details and notes. All mechanical and electrical changes due to field Request for Information (RFI) process, equipment shop drawings reflecting modified data due to submittal and approval process, and contract field and design modifications shall be incorporated in the working as-built drawings. Completed working as-built drawings shall be prepared after the completion of each definable feature of work as listed in the Contractor Quality Control Plan (Foundations, Utilities, Structural Steel, etc., as appropriate for the project). The working as-built drawings and completed working as-built drawings will be jointly reviewed for accuracy and completeness by the Contracting Officer and the Contractor prior to submission of each monthly pay estimate. The working as-built drawings and completed working as-built drawings shall show, but shall not be limited to, the following information:

a. Topographic Survey of the actual location and elevation of beach berm along range lines shown on the drawings. The survey shall also include the actual location of structures and kinds and sizes of all types of utilities. 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, these drawings shall show, by offset dimensions to two permanently fixed surface features, the end of each run including each change in direction. Valves, splice boxes and similar appurtenances shall be located by dimensioning along the utility run from a reference point. The average depth below the surface of each run shall also be recorded.

b. The location and dimensions of any changes within the building structure.

c. Correct grade, elevations, cross section, or alignment of roads, earthwork, structures or utilities if any changes were made from contract plans.

d. Changes in details of design or additional information obtained from shop drawings specified to be prepared and/or furnished by the Contractor; including but not limited to fabrication, erection, installation plans and placing details, pipe sizes, insulation material, dimensions of equipment foundations, etc.

e. The topography, invert elevations and grades of drainage

W912EP-11-R-0042 SECTION 01 78 02 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

installed or affected as part of the project construction.

f. Changes or modifications which result from the final inspection.

g. Where contract drawings or specifications present options, only the option selected for construction shall be shown on the completed working as-built drawings.

h. Systems designed or enhanced by the Contractor; such as, but not limited to, HVAC controls, fire alarm, fire sprinkler, irrigation systems, pumping equipment, hydraulic , fuel system, electrical controls, one-line diagram telemetry and SCADA system, conduit and piping layout, etc.

i. Modifications (change order price shall include the Contractor's cost to change working as-built drawings and completed working as-built drawings to reflect modifications) and compliance with the following procedures.

(1) Directions in the modification for posting descriptive changes shall be followed.

(2) A Modification Circle shall be placed at the location of each deletion.

(3) For new details or sections which are added to a drawing, a Modification Circle shall be placed by the detail or section title.

(4) For minor changes, a Modification Circle shall be placed by the area changed on the drawing (each location).

(5) For major changes to a drawing, a Modification Circle shall be placed by the title of the affected plan, section, or detail at each location.

(6) For changes to schedules or drawings, a Modification Circle shall be placed either by the schedule heading or by the change in the schedule.

(7) The Modification Circle size shall be 1/2 inch diameter unless the area where the circle is to be placed is crowded. Smaller size circle shall be used for crowded areas.

1.3.2.3 Drawing Preparation

The as-built files (CADD) shall be modified as may be necessary to correctly show the features of the project as it has been constructed by bringing the contract set into agreement with approved completed working as-built drawings, and adding such additional drawings as may be necessary. The completed working as-built drawings and as-built files shall be neat, legible and accurate.

1.3.2.4 Computer Aided Design and Drafting (CADD) Drawings

Only personnel proficient in the preparation of CADD drawings shall be employed to modify the design files and prepare additional new drawings files when preparing as-built files.

W912EP-11-R-0042 SECTION 01 78 02 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

a. All drawing revisions shall be performed and conform to ERDC/ITL TR-01-6 and CESAJR 1110-4-2.

b. CADD drawings shall utilize Computer Aided Design named levels to add text, redlines and revision areas to the CADD drawings. The first character of the levels shall start with the discipline designator of the sheet type as listed on Table 2-1 of the AEC CADD Standard. The next set of characters is ANNO to represent the annotation field. The final characters represent the type of information TEXT (text), REDL (redlines), and REVS (revisions). An example for an architectural discipline sheet level is A-ANNO-TEXT, A-ANNO-REDL, and A-ANNO-REVS.

c. Additions and corrections to the as-built files shall be equal in quality and detail to that of the original design files. Line colors, line weights, lettering, layering conventions, and symbols shall be the same as the original line colors, line weights, lettering, layering conventions, and symbols. If additional drawings are required in the as-built files, they shall be prepared 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 drawings in the as-built files shall be identical to that used on the design file drawings. The Contractor will be furnished Microstation or AutoCAD design files. The electronic files will be supplied on compact disc, read-only memory (CD-ROM). The Contractor shall use the electronic design files provided by the Government at the Preconstruction Conference to prepare changes and additions to the electronic as-built files. New drawings added to the original set of drawings shall be prepared in the same CADD format used to create the design files provided by the Government. As-built record changes shall be recorded using the manufacturer's program in which the design files were created. The Contractor shall be responsible for providing all programs and hardware necessary to prepare as-built files. The Contracting Officer will review as-built files for accuracy and the Contractor shall make required corrections, changes, additions, and deletions.

d. The design files shall be renamed in a manner related to the contract number (i.e., 98-C-10.DGN) as instructed in the Preconstruction Conference. Marked-up changes shall be made only to those renamed files. The renamed files corrected to reflect the "as-built" condition are hereafter referred to as "as built files".

1.3.2.5 Completion of As-Builts

The completed working as-built drawings (hard copy) and as-built files (CADD) shall be completed as follows:

a. When final revisions have been completed, the cover sheet drawing shall show the wording "RECORD DRAWING AS-BUILT" followed by the name of the Contractor in letters at least 3/16 inch high. All other contract drawings shall be marked either "AS-BUILT" drawing denoting no revisions on the sheet or "REVISED AS-BUILT" denoting one or more revisions. Original contract drawings shall be dated in the revision block. The Contractor shall sign the cover sheet of the marked-up drawings in the following manner: "I CERTIFY THAT THESE CORRECTED DRAWINGS INDICATE CONSTRUCTION AS ACTUALLY PERFORMED AND ARE AN ACCURATE REPRESENTATION OF THE SPECIFIED WORK. THESE CORRECTED DRAWINGS ARE APPROVED FOR PREPARATION OF AS-BUILT CONSTRUCTION DRAWINGS."

W912EP-11-R-0042 SECTION 01 78 02 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

b. Within 30 days after Government approval of all of the working as-built drawings for a phase of work, the Contractor shall prepare the as-built files (CADD) for that phase of work and submit two sets of prints of these drawings for Government review and approval. The Government will promptly return one set of prints annotated with any necessary corrections. Within 30 days, the Contractor shall revise the as-built files accordingly at no additional cost and submit one set of final prints for the completed phase of work to the Government. Within 10 days of substantial completion of all phases of work, the Contractor shall submit the final as-builts for the entire project. The submittal shall consist of 4 sets of as-built files in Microstation and AutoCAD format on compact disc, read-only memory (CD-ROM); 4 sets of the approved completed working as-built drawings; and, 4 CDs containing .pdf files electronically generated or scanned from the approved set of completed working as-built drawings. They shall be complete in all details and identical in form and function to the design files supplied by the Government. The .pdf files produced from the approved completed working as-built drawings shall be of high resolution and quality, and easily readable. Any transactions or adjustments necessary to accomplish this is the responsibility of the Contractor. The Government reserves the right to reject any drawing files it deems incompatible with the customer's CADD system. Paper prints, drawing files and storage media submitted will become the property of the Government upon final approval. Failure to submit as-builts as specified shall be cause for withholding any payment due the Contractor as retainage under the clause PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS of Section 00700 CONTRACT CLAUSES in Volume 1. Approval and acceptance of as-builts shall be accomplished before final payment is made to the Contractor.

1.3.3 As-Built Record of Equipment and Materials

The Contractor shall furnish 4 copies of preliminary record of equipment and materials used on the project 30 days prior to final inspection. This preliminary submittal will be reviewed and returned 15 days after final inspection with Government comments. Three sets of final record of equipment and materials shall be submitted 10 days after final inspection. The designations shall be keyed to the related area depicted on the contract drawings. The record shall list the following data:

RECORD OF DESIGNATED EQUIPMENT AND MATERIALS DATA

Description Specification Manufacturer Composition Where Section and Catalog, and Size Used Model, and Serial Number

1.3.4 As-Built Shop Drawings

The Contractor shall furnish final approved as-built shop drawings 30 days after transfer of the completed facility.

1.3.5 Construction Contract Specifications

The Contractor shall furnish final as-built construction contract specifications, including modifications thereto, 30 days after transfer of the completed facility.

W912EP-11-R-0042 SECTION 01 78 02 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.3.6 Real Property Equipment

The Contractor shall furnish a list of installed equipment furnished under this contract. The list shall include all information usually listed on manufacturer's name plate. The "EQUIPMENT-IN-PLACE LIST" shall include, as applicable, the following for each piece of equipment installed: description of item, location (by room number), model number, serial number, capacity, name and address of manufacturer, name and address of equipment supplier, condition, spare parts list, manufacturer's catalog, and warranty. A draft list shall be furnished at time of transfer. The final list shall be furnished 30 days after transfer of the completed facility.

1.4 WARRANTY MANAGEMENT

1.4.1 Warranty Management Plan

The Contractor shall develop a Warranty Management Plan which shall contain information relevant to the Clause WARRANTY OF CONSTRUCTION of Section 00700 CONTRACT CLAUSES in Volume 1. At least 30 days before the planned pre-warranty conference, the Contractor shall submit the Warranty Management Plan for Government approval. The Warranty Management Plan shall include all required actions and documents to assure that the Government receives all warranties to which it is entitled. The Plan shall be in narrative form and contain sufficient detail to render it suitable for use by future maintenance and repair personnel, whether tradesmen, or of engineering background, not necessarily familiar with this contract. The term "status" as indicated below shall include due date and whether item has been submitted or was accomplished. Warranty information made available during the construction phase shall be submitted to the Contracting Officer for approval prior to each monthly pay estimate. Approved information shall be assembled in a binder and shall be turned over to the Government upon acceptance of the work. The construction warranty period shall begin on the date of project acceptance and shall continue for the full product warranty period. A joint 4 month and 9 month warranty inspection shall be conducted, measured from time of acceptance, by the Contractor, Contracting Officer and the Customer Representative. Information contained in the Warranty Management Plan shall include, but shall not be limited to, the following:

a. Roles and responsibilities of all personnel associated with the warranty process, including points of contact and telephone numbers within the organizations of the Contractors, subcontractors, manufacturers or suppliers involved.

b. Listing and status of delivery of all Certificates of Warranty for extended warranty items, to include trash rake systems.

c. A list for each warranted equipment, item, feature of construction or system indicating:

1. Name of item. 2. Model and serial numbers. 3. Location where installed. 4. Name and phone numbers of manufacturers or suppliers. 5. Names, addresses and telephone numbers of sources of spare parts. 6. Warranties and terms of warranty. This shall include one-year overall warranty of construction. Items which have

W912EP-11-R-0042 SECTION 01 78 02 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

extended warranties shall be indicated with separate warranty expiration dates. 7. Cross-reference to warranty certificates as applicable. 8. Starting point and duration of warranty period. 9. Summary of maintenance procedures required to continue the warranty in force. 10. Cross-reference to specific pertinent Operation and Maintenance Manuals. 11. Organization, names and phone numbers of persons to call for warranty service. 12. Typical response time and repair time expected for various warranted equipment.

d. The Contractor's plans for attendance at the 4 and 9 month post-construction warranty inspections conducted by the Government.

e. Procedure and status of tagging of all equipment covered by extended warranties.

f. Copies of instructions to be posted near selected pieces of equipment where operation is critical for warranty and/or safety reasons.

g. The Contractor shall maintain QCS capabilities during the warranty period to correspond with the Government regarding the correction of warranty items.

1.4.2 Performance Bond

The Contractor's Performance Bond shall remain effective throughout the construction period.

a. In the event the Contractor fails to commence and diligently pursue any construction warranty work required, the Contracting Officer will have the work performed by others, and after completion of the work, will charge the remaining construction warranty funds of expenses incurred by the Government while performing the work, including, but not limited to administrative expenses.

b. In the event sufficient funds are not available to cover the construction warranty work performed by the Government at the Contractor's expense, the Contracting Officer will have the right to recoup expenses from the bonding company.

c. Following oral or written notification of required construction warranty repair work, the Contractor shall respond in a timely manner. Written verification will follow oral instructions. Failure of the Contractor to respond will be cause for the Contracting Officer to proceed against the Contractor.

1.4.3 Pre-Warranty Conference

Prior to contract completion, and at a time designated by the Contracting Officer, the Contractor shall meet with the Contracting Officer to develop a mutual understanding with respect to the requirements of this section. Communication procedures for Contractor notification of construction warranty defects, priorities with respect to the type of defect, reasonable time required for Contractor response, and other details deemed necessary by the Contracting Officer for the execution of the construction warranty

W912EP-11-R-0042 SECTION 01 78 02 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

shall be established/reviewed at this meeting. In connection with these requirements and at the time of the Contractor's quality control completion inspection, the Contractor shall furnish the name, telephone number and address of a licensed and bonded company which is authorized to initiate and pursue construction warranty work action on behalf of the Contractor. This point of contact will be located within the local service area of the warranted construction, shall be continuously available, and shall be responsive to Government inquiry on warranty work action and status. This requirement does not relieve the Contractor of any of its responsibilities in connection with other portions of this provision.

1.4.4 Contractor's Response to Construction Warranty Service Requirements

Following oral or written notification by the Contracting Officer, the Contractor shall respond to construction warranty service requirements in accordance with the "Construction Warranty Service Priority List" and the three categories of priorities listed below. The Contractor shall submit a report on any warranty item that has been repaired during the warranty period. The report shall include the cause of the problem, date reported, corrective action taken, and when the repair was completed. If the Contractor does not perform the construction warranty within the time frames specified, the Government will perform the work and back charge the construction warranty payment item established.

a. First Priority Code 1. Perform onsite inspection to evaluate situation, and determine course of action within 4 hours, initiate work within 6 hours and work continuously to completion or relief.

b. Second Priority Code 2. Perform onsite inspection to evaluate situation, and determine course of action within 8 hours, initiate work within 24 hours and work continuously to completion or relief.

c. Third Priority Code 3. All other work to be initiated within 3 work days and work continuously to completion or relief.

d. The "Construction Warranty Service Priority List" is as follows:

Code 2-Trash Rake Systems (1) Power failure (no power to a room or part of building). (2) Receptacle and lights (in a room or part of building).

1.4.5 Warranty Tags

At the time of installation, each warranted item shall be tagged with a durable, oil and water resistant tag approved by the Contracting Officer. Each tag shall be attached with a copper wire and shall be sprayed with a silicone waterproof coating. The date of acceptance and the QC signature shall remain blank until project is accepted for beneficial occupancy. The tag shall show the following information.

a. Type of product/material______.

b. Model number______.

c. Serial number______.

d. Contract number______.

e. Warranty period______from______to______.

W912EP-11-R-0042 SECTION 01 78 02 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

f. Inspector's signature______.

g. Construction Contractor______.

Address______.

Telephone number______.

h. Warranty contact______.

Address______.

Telephone number______.

i. Warranty response time priority code______.

j. WARNING - PROJECT PERSONNEL TO PERFORM ONLY OPERATIONAL MAINTENANCE DURING THE WARRANTY PERIOD.

1.5 MECHANICAL TESTING, ADJUSTING, BALANCING, AND COMMISSIONING

Prior to final inspection and transfer of the completed facility; all reports, statements, certificates, and completed checklists for testing, adjusting, balancing, and commissioning of mechanical systems shall be submitted to and approved by the Contracting Officer as specified in applicable technical specification sections.

1.6 OPERATION AND MAINTENANCE MANUALS

Operation manuals and maintenance manuals shall be submitted as specified. Operation manuals and maintenance manuals provided in a common volume shall be clearly differentiated and shall be separately indexed. Refer to Section 01 78 23 OPERATION AND MAINTENANCE DATA.

1.7 FINAL CLEANING

The premises shall be left broom clean. Stains, foreign substances, and temporary labels shall be removed from surfaces. Carpet and soft surfaces shall be vacuumed. Equipment and fixtures shall be cleaned to a sanitary condition. Filters of operating equipment shall be replaced. Debris shall be removed from roofs, drainage systems, gutters, and downspouts. Paved areas shall be swept and landscaped areas shall be raked clean. The site shall have waste, surplus materials, and rubbish removed. The project area shall have temporary structures, barricades, project signs and construction facilities removed. A list of completed clean-up items shall be submitted on the day of final inspection.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

-- End of Section --

W912EP-11-R-0042 SECTION 01 78 02 Page 11 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 78 23

OPERATION AND MAINTENANCE DATA

PART 1 GENERAL

1.1 SUBMISSION OF OPERATION AND MAINTENANCE DATA 1.1.1 Quantity 1.1.2 Package Quality 1.1.3 Package Content 1.1.4 Delivery 1.1.5 Changes to Submittals 1.2 TYPES OF INFORMATION REQUIRED IN O&M DATA PACKAGES 1.2.1 Operating Instructions 1.2.1.1 Safety Precautions 1.2.1.2 Operator Prestart 1.2.1.3 Startup, Shutdown, and Postshutdown Procedures 1.2.1.4 Normal Operations 1.2.1.5 Emergency Operations 1.2.1.6 Operator Service Requirements 1.2.1.7 Environmental Conditions 1.2.2 Preventive Maintenance 1.2.2.1 Lubrication Data 1.2.2.2 Preventive Maintenance Plan and Schedule 1.2.3 Corrective Maintenance (Repair) 1.2.3.1 Troubleshooting Guides and Diagnostic Techniques 1.2.3.2 Wiring Diagrams and Control Diagrams 1.2.3.3 Maintenance and Repair Procedures 1.2.3.4 Removal and Replacement Instructions 1.2.3.5 Spare Parts and Supply Lists 1.2.3.6 Corrective Maintenance Work-Hours 1.2.4 Appendices 1.2.4.1 Parts Identification 1.2.4.2 Warranty Information 1.2.4.3 Personnel Training Requirements 1.2.4.4 Testing Equipment and Special Tool Information 1.2.4.5 Contractor Information 1.3 SCHEDULE OF OPERATION AND MAINTENANCE DATA PACKAGES 1.3.1 Data Package 1 1.3.2 Data Package 2 1.3.3 Data Package 3 1.3.4 Data Package 4 1.3.5 Data Package 5

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.1 DATA PACKAGE SUBMITTALS

W912EP-11-R-0042 SECTION 01 78 23 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.2 PACKAGE FORMAT REQUIREMENTS

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 78 23 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 78 23

OPERATION AND MAINTENANCE DATA

PART 1 GENERAL

1.1 SUBMISSION OF OPERATION AND MAINTENANCE DATA

Submit Operation and Maintenance (O&M) Data/Manuals specifically applicable to this contract and a complete and concise depiction of the provided equipment, product, or system. Organize and present information in sufficient detail to clearly explain O&M requirements at the system, equipment, component, and subassembly level. Include an index preceding each submittal. Submit in accordance with this Section and Section 01 33 00 SUBMITTAL PROCEDURES.

1.1.1 Quantity

Submit five copies and one reproducible original for total of six copies of the supplier/manufacturers' O&M information specified herein for the components, assemblies, subassemblies, attachments, and accessories. Submit one electronic copy of the above submittal in Abode Acrobat (.pdf) format on CD-ROM media. The items for which O&M Data/Manuals are required are listed in the Technical Sections which specifies those particular items.

1.1.2 Package Quality

Documents must be fully legible. Poor quality copies and material with hole punches obliterating the text or drawings will not be accepted.

1.1.3 Package Content

Data package content shall be as shown in the paragraph SCHEDULE OF OPERATION AND MAINTENANCE DATA PACKAGES below. Comply with the data package requirements specified in the individual Technical Sections, including the content of the packages and addressing each product, component, and system designated for data package submission.

1.1.4 Delivery

Submit O&M Data Manuals to the Contracting Officer for review and acceptance; submit data specified for a given item within 30 calendar days after the item is delivered to the contract site.

a. In the event the Contractor fails to deliver O&M Data/Manuals within the time limits set forth above, the Contracting Officer may withhold from progress payments 50 percent of the price of the item with which such O&M Data/Manuals are associated.

1.1.5 Changes to Submittals

Manufacturer-originated changes or revisions to submitted data shall be furnished by the Contractor if a component of an item is so affected subsequent to acceptance of the O&M Data. Changes, additions, or revisions required by the Contracting Officer for final acceptance of submitted data,

W912EP-11-R-0042 SECTION 01 78 23 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

shall be submitted within 30 calendar days of the notification of this change requirement.

1.2 TYPES OF INFORMATION REQUIRED IN O&M DATA PACKAGES

1.2.1 Operating Instructions

Include specific instructions, procedures, and illustrations for the following phases of operation:

1.2.1.1 Safety Precautions

List personnel hazards and equipment or product safety precautions for all operating conditions.

1.2.1.2 Operator Prestart

Include procedures required to set up and prepare each system for use.

1.2.1.3 Startup, Shutdown, and Postshutdown Procedures

Provide narrative description for startup, shutdown, and postshutdown operating procedures including the control sequence for each.

1.2.1.4 Normal Operations

Provide narrative description of Normal Operating Procedures. Include Control Diagrams with data to explain operation and control of systems and specific equipment.

1.2.1.5 Emergency Operations

Include Emergency Procedures for equipment malfunctions to permit a short period of continued operation or to shutdown the equipment to prevent further damage to system and equipment. Include Emergency Shutdown Instructions for fire, explosion, spills, or other foreseeable contingencies. Provide guidance and procedures for emergency operation of all utility systems including required valve positions, valve locations and zones or portions of systems controlled.

1.2.1.6 Operator Service Requirements

Include instructions for services to be performed by the operator such as lubrication, adjustment, inspection, and recording gage readings.

1.2.1.7 Environmental Conditions

Include a list of Environmental Conditions (temperature, humidity, and other relevant data) that are best suited for the operation of each product, component or system. Describe conditions under which the item of equipment should not be allowed to run.

1.2.2 Preventive Maintenance

Include the following information for preventative and scheduled maintenance to minimize corrective maintenance and repair.

W912EP-11-R-0042 SECTION 01 78 23 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.2.2.1 Lubrication Data

Include preventative maintenance lubrication data, in addition to instructions for lubrication in accordance with subparagraph "Operator Service Requirements" above:

a. A table showing recommended lubricants for specific temperature ranges and applications.

b. Charts with a schematic diagram of the equipment showing lubrication points, recommended types and grades of lubricants, and capacities.

c. A Lubrication Schedule showing service interval frequency.

1.2.2.2 Preventive Maintenance Plan and Schedule

Include manufacturer's schedule for routine preventive maintenance inspections, tests and adjustments required to ensure proper and economical operation and to minimize corrective maintenance. Provide manufacturer's projection of preventive maintenance work-hours on a daily, weekly, monthly, and annual basis including craft requirements by type of craft. For periodic calibrations, provide manufacturer's specified frequency and procedures for each separate operation.

1.2.3 Corrective Maintenance (Repair)

Include manufacturer's recommended procedures and instructions for correcting problems and making repairs.

1.2.3.1 Troubleshooting Guides and Diagnostic Techniques

Include step-by-step procedures to promptly isolate the cause of typical malfunctions. Describe clearly why the checkout is performed and what conditions are to be sought. Identify tests or inspections and test equipment required to determine whether parts and equipment may be reused or require replacement.

1.2.3.2 Wiring Diagrams and Control Diagrams

Wiring diagrams and control diagrams shall be point-to-point drawings of wiring and control circuits including factory-field interfaces. Provide a complete and accurate depiction of the actual job specific wiring and control work. On diagrams, number electrical and electronic wiring and pneumatic control tubing and the terminals for each type, identically to actual installation numbering.

1.2.3.3 Maintenance and Repair Procedures

Include instructions and a list tools required to repair or restore the product or equipment to proper condition or operating standards.

1.2.3.4 Removal and Replacement Instructions

Include step-by-step procedures and a list of required tools and supplies for removal, replacement, disassembly and assembly of components, assemblies, subassemblies, accessories, and attachments. Provide tolerances, dimensions, settings and adjustments required. Instructions shall include a combination of text and illustrations.

W912EP-11-R-0042 SECTION 01 78 23 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.2.3.5 Spare Parts and Supply Lists

Include lists of spare parts and supplies required for maintenance and repair to ensure continued service or operation without unreasonable delays. Parts lists shall include the identifications, nomenclature, part numbers, required number of parts, recommended list of spare parts to be stocked at the project, and actual spare parts supplied. All data shall match the actual equipment furnished, and standard catalog sheets, cuts, and diagrams will not be acceptable unless all irrelevant parts are marked out and relevant parts are identified by heavy arrows at each side of the applicable data. Special consideration is required for facilities at remote locations. List spare parts and supplies that have a long lead time to obtain.

1.2.3.6 Corrective Maintenance Work-Hours

Include manufacturer's projection of corrective maintenance work-hours including requirements by type of craft. Corrective maintenance that requires completion or participation of the equipment manufacturer shall be identified and tabulated separately.

1.2.4 Appendices

Provide information required below and information not specified in the preceding paragraphs but pertinent to the maintenance or operation of the product or equipment. Include the following:

1.2.4.1 Parts Identification

Provide identification and coverage for all parts of each component, assembly, subassembly, and accessory of the end items subject to replacement. Include special hardware requirements, such as requirement to use high-strength bolts and nuts. Identify parts by make, model, serial number, and source of supply to allow reordering without further identification. Provide clear and legible illustrations, drawings, and exploded views to enable easy identification of the items. When illustrations omit the part numbers and description, both the illustrations and separate listing shall show the index, reference, or key number which will cross-reference the illustrated part to the listed part. Parts shown in the listings shall be grouped by components, assemblies, and subassemblies in accordance with the manufacturer's standard practice. Parts data may cover more than one model or series of equipment, components, assemblies, subassemblies, attachments, or accessories, such as typically shown in a master parts catalog.

1.2.4.2 Warranty Information

List and explain the various warranties and include the servicing and technical precautions prescribed by the manufacturers or contract documents in order to keep warranties in force. Include warranty information for primary components such as the motor of the trash rake system.

1.2.4.3 Personnel Training Requirements

Provide information available from the manufacturers that is needed for use in training designated personnel to properly operate and maintain the equipment and systems.

W912EP-11-R-0042 SECTION 01 78 23 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.2.4.4 Testing Equipment and Special Tool Information

Include information on test equipment required to perform specified tests and on special tools needed for the operation, maintenance, and repair of components.

1.2.4.5 Contractor Information

Provide a list that includes the name, address, and telephone number of the General Contractor and each Subcontractor who installed the product or equipment, or system. For each item, also provide the name, address, and telephone number of the manufacturer's representatives and service organization most convenient to the project site. Provide the name, address, and telephone number of the product, equipment, and system manufacturers.

1.3 SCHEDULE OF OPERATION AND MAINTENANCE DATA PACKAGES

Furnish the O&M Data Package specified in individual Technical Sections. The required information for each O&M Data Package is as follows:

1.3.1 Data Package 1

a. Safety precautions

b. Maintenance and repair procedures

c. Warranty information

d. Contractor information

e. Spare parts and supply list

1.3.2 Data Package 2

a. Safety precautions

b. Normal operations

c. Environmental conditions

d. Lubrication data

e. Preventive maintenance plan and schedule

f. Maintenance and repair procedures

g. Removal and replacement instructions

h. Spare parts and supply list

i. Parts identification

j. Warranty information

k. Contractor information

W912EP-11-R-0042 SECTION 01 78 23 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.3.3 Data Package 3

a. Safety precautions

b. Normal operations

c. Emergency operations

d. Environmental conditions

e. Lubrication data

f. Preventive maintenance plan and schedule

g. Troubleshooting guides and diagnostic techniques

h. Wiring diagrams and control diagrams

i. Maintenance and repair procedures

j. Removal and replacement instructions

k. Spare parts and supply list

l. Parts identification

m. Warranty information

n. Testing equipment and special tool information

o. Contractor information

1.3.4 Data Package 4

a. Safety precautions

b. Operator prestart

c. Startup, shutdown, and postshutdown procedure

d. Normal operations

e. Emergency operations

f. Operator service requirements

g. Environmental conditions

h. Lubrication data

i. Preventive maintenance plan and schedule

j. Troubleshooting guides and diagnostic techniques

k. Wiring diagrams and control diagrams

l. Maintenance and repair procedures

m. Removal and replacement instructions

W912EP-11-R-0042 SECTION 01 78 23 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

n. Spare parts and supply list

o. Corrective maintenance man-hours

p. Parts identification

q. Warranty information

r. Personnel training requirements

s. Testing equipment and special tool information

t. Contractor information

1.3.5 Data Package 5

a. Safety precautions

b. Operator prestart

c. Startup, shutdown, and postshutdown procedures

d. Normal operations

e. Environmental conditions

f. Preventive maintenance plan and schedule

g. Troubleshooting guides and diagnostic techniques

h. Wiring and control diagrams

i. Maintenance and repair procedures

j. Spare parts and supply list

k. Testing equipments and special tools

l. Warranty information

m. Contractor information

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION

3.1 DATA PACKAGE SUBMITTALS

The following O&M Manuals shall be furnished for the identified Data Packages, in addition to the requirements specified in Technical Section of the specifications. The O&M Manuals not listed here shall be furnished as required under each Technical Section of the specifications.

Item Data Package

Automatic Trash Raking System (Per Section 11 82 15 RAIL, TELESCOPING ARM TYPE AUTOMATIC TRASH RAKE AND RACK

W912EP-11-R-0042 SECTION 01 78 23 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SYSTEMS 4

Electrical Systems (Per Section 26 24 16.00 40 PANELBOARDS) for the following items: 4

- Wire and Cable - Grounding - Miscellaneous Electrical - Lightning Protection System

3.2 PACKAGE FORMAT REQUIREMENTS

In addition to the above requirements, the above data for each group or type of equipment shall be assembled in a durable plastic or leatherette binder. Binders shall be for 8-1/2 by 11-inch sheets with slide binding or fastening with screwposts (with sufficient length for future expansion to add additional sheets) enabling ready replacement of sheets. An identifying title shall be provided, which shall be visible from the front cover, giving the name of project, equipment or system title, contract number and bid item number. Ring-type loose lead binders will not be acceptable. Shop drawings, assembly drawings or specially prepared drawings for these manuals or parts catalogs shall be of a size that requires folding only in left-to-right coordinates as the manual or catalog is opened. A permanent film or cloth reproducible shall be furnished for all drawings specially prepared and of special sizes as specified in the preceding sentences. This permanent reproducible shall be in addition to the drawings required to provide the five complete copies specified above. Each sheet in the binder shall be numbered and an index provided for ready reference to the data. All standard catalog cuts, manufacturer's printed data or descriptive literature parts sheets, or illustrations, shall be either original manufacturer sheet or reproduced copies equal in clarity and durability to the original copies. At least one copy of such manual shall contain all original copies of such data. Thermofax and similar nonpermanent copies are not acceptable. All non-applicable data, such as descriptive literature for other drawings, sketches, or data, that data shall be included or the referenced marked out. The final section of each manual shall consist of a list of equipment covered by the manual, the equipment manufacturer and the name, address and telephone number of the local manufacturer's representative or equipment supplier. The procurement order number of the equipment for this contract shall also be listed. Electronic copies of the above package shall be submitted on CD-ROM media in Adobe Acrobat (.pdf) format, latest version.

-- End of Section --

W912EP-11-R-0042 SECTION 01 78 23 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 88 01

TRAINING

PART 1 GENERAL

1.1 DESCRIPTION 1.2 QUALITY ASSURANCE 1.3 SUBMITTALS

PART 2 PRODUCTS

2.1 GENERAL 2.2 LOCATION 2.3 LESSON PLANS 2.4 FORMAT AND CONTENT 2.5 VIDEO RECORDING

PART 3 EXECUTION

3.1 TRAINING SCHEDULING 3.2 TRAINING MATERIALS 3.3 ADDITIONAL TRAINING REQUIREMENTS

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 01 88 01 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 01 88 01

TRAINING

PART 1 GENERAL

1.1 DESCRIPTION

This section contains requirements for training the South Florida Water Management's (SFWMD) personnel, by persons retained by the Contractor specifically for the purpose, in the proper operation and maintenance of the equipment and systems installed under this contract.

1.2 QUALITY ASSURANCE

Where required by the detailed specifications, the Contractor shall provide on-the-job training of the SFWMD personnel. The training sessions shall be conducted by qualified, experienced, factory-trained representatives of the various equipment manufacturers as well as Contractor supplied equipment. Training shall include instruction in both operation and maintenance of the subject equipment.

1.3 SUBMITTALS

The following information shall be submitted to the Contracting Officer in accordance with the provisions of SECTION 01 33 00. The material shall be provided as a line item on the Schedule of Values. This information shall be provided not less than 3 weeks prior to the provision of training (see also paragraph 2.3).

a. Lessons plans for each training session to be conducted by the manufacturer's representatives. In addition, training manuals, handouts, visual aids, and other reference materials shall be included.

b. Subject of each training session, identity and qualifications of individuals to be conducting the training, and tentative date and time of each training session.

PART 2 PRODUCTS

2.1 GENERAL

Where specified, the Contractor shall conduct training sessions for the SFWMD personnel to instruct the staff on the proper operation, care, and maintenance of the equipment and systems installed under this contract. Training shall take place at the site of the work and under the conditions specified in the following paragraphs. Approved operation and maintenance manuals shall be available at least 30 days prior to the date scheduled for the individual training session. See SECTIONS 01 33 00 SUBMITTAL PROCEDURES, and 01 78 23 OPERATION AND MAINTENANCE DATA.

2.2 LOCATION

Training sessions shall take place at the site of the work in Palm Beach County, Florida.

W912EP-11-R-0042 SECTION 01 88 01 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.3 LESSON PLANS

Formal written lesson plans shall be prepared for each training session. Lesson plans shall contain an outline of the material to be presented along with a description of visual aids to be utilized during the session. Each plan shall contain a time allocation for each subject.

One complete set of originals of the lesson plans, training manuals, handouts, visual aids, and reference material shall be the property of the SFWMD and shall be suitably bound for proper organization and easy reproduction. The CONTRACTOR shall furnish ten copies of necessary training manuals, handouts, visual aids and reference materials at least 1 week prior to each training session.

2.4 FORMAT AND CONTENT

Each training session shall be comprised of time spent both in the classroom and at the specific location of the subject equipment or system. As a minimum, training session shall cover the following subjects for each item of equipment or system.

a. Familiarization

(1) Review catalog, parts lists, drawings, etc., which have been previously provided for the plant files and operation and maintenance manuals.

(2) Check out the installation of the specific equipment items.

(3) Demonstrate the unit and indicate how all parts of the specifications are met.

(4) Answer questions.

b. Safety

(1) Using material previously provided, review safety references.

(2) Discuss proper precautions around equipment.

c. Operation

(1) Using material previously provided, review reference literature.

(2) Explain all modes of operation (including emergency).

(3) Check out SFWMD personnel on proper use of the equipment.

d. Preventive Maintenance

(1) Using material previously provided, review preventive maintenance (PM) lists including:

Reference material

Daily, weekly, monthly, quarterly, semiannual, and annual requirements

W912EP-11-R-0042 SECTION 01 88 01 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

(2) Show how to perform PM requirements.

(3) Show SFWMD personnel what to look for as indicators of equipment problems.

e. Corrective Maintenance

(1) List possible problems.

(2) Discuss repairs--point out special problems.

(3) Open up equipment and demonstrate procedures, where practical.

f. Parts

(1) Show how to use previously provided parts list and order parts.

(2) Check over spare parts on hand. Make recommendations regarding additional parts that should be available.

g. Local Representatives

(1) Where to order parts: Name, address, telephone

(2) Service problems

(3) Who to call

(4) How to get emergency help

h. Operation and Maintenance Manuals

(1) Review any other material submitted.

(2) Update material, as required.

2.5 VIDEO RECORDING

The SFWMD will record each training session. The Contractor shall advise all manufacturers providing training sessions that the material will be video taped and shall make available to the SFWMD such utility services and accommodation as may be required to facilitate the production of the video tape recording.

PART 3 EXECUTION

3.1 TRAINING SCHEDULING

Training shall be conducted in conjunction with the operational testing and commissioning periods. Classes shall be scheduled such that classroom sessions are interspersed with field instruction in logical sequence. The Contractor shall arrange to have the training conducted on consecutive days, with no more than 6 hours of classes scheduled for any one day. Concurrent classes shall not be allowed.

3.2 TRAINING MATERIALS

Acceptable operation and maintenance manuals for the specific equipment

W912EP-11-R-0042 SECTION 01 88 01 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

shall be provided to the SFWMD prior to the start of any training. Video taping shall take place concurrently with all training sessions.

3.3 ADDITIONAL TRAINING REQUIREMENTS

The following services shall be provided for each item of equipment or system as required in individual specification sections. Additional services shall be provided, where specifically required in individual specification sections.

a. As a minimum, classroom equipment training for operations personnel will include:

(1) Using slides and drawings, discuss the equipment's specific location in the plant and an operational overview.

(2) Purpose and plant function of the equipment.

(3) A working knowledge of the operating theory of the equipment.

(4) Start-up, shutdown, normal operation, and emergency operating procedures, including a discussion on system integration and electrical interlocks, if any.

(5) Identify and discuss safety items and procedures.

(6) Routine preventative maintenance, including specific details on lubrication and maintenance of corrosion protection of the equipment and ancillary components.

(7) Operator detection, without test instruments, of specific equipment trouble symptoms.

(8) Required equipment exercise procedures and intervals.

(9) Routine disassembly and assembly of equipment if applicable (as judged by the SFWMD on a case-by-case basis) for purposes such as operator inspection of equipment.

b. As a minimum, hands-on equipment training for operations personnel will include:

(1) Identify location of equipment and review the purpose.

(2) Identify piping and flow options.

(3) Identify valves and their purpose.

(4) Identify instrumentation:

Location of primary element.

Location of instrument readout.

Discuss purpose, basic operation, and information interpretation.

(5) Discuss, demonstrate, and perform standard operating procedures and round checks.

W912EP-11-R-0042 SECTION 01 88 01 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

(6) Discuss and perform the preventative maintenance activities.

(7) Discuss and perform start-up and shutdown procedures.

(8) Perform the required equipment exercise procedures.

(9) Perform routine disassembly and assembly of equipment if applicable.

(10) Identify and review safety items and perform safety procedures, if feasible.

c. Classroom equipment training for the maintenance and repair personnel will include:

(1) Theory of operation

(2) Description and function of equipment

(3) Start-up and shutdown procedures

(4) Normal and major repair procedures

(5) Equipment inspection and troubleshooting procedures including the use of applicable test instruments and the "pass" and "no pass" test instrument readings

(6) Routine and long-term calibration procedures

(7) Safety procedures

(8) Preventative maintenance such as lubrication; normal maintenance such as belt, seal, and bearing replacement; and up to major repairs such as replacement of major equipment part(s) with the use of special tools, bridge cranes, welding jigs, etc.

d. Hands-on equipment training for maintenance and repair personnel shall include:

(1) Locate and identify equipment components.

(2) Review the equipment function and theory of operation.

(3) Review normal repair procedures.

(4) Perform start-up and shutdown procedures.

(5) Review and perform the safety procedures.

(6) Practice maintenance and repair job(s), including mechanical and electrical adjustments and calibration and troubleshooting equipment problems.

-- End of Section --

W912EP-11-R-0042 SECTION 01 88 01 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 02 - EXISTING CONDITIONS

SECTION 02 41 00

DEMOLITION AND DECONSTRUCTION

PART 1 GENERAL

1.1 REFERENCES 1.2 PROJECT DESCRIPTION 1.2.1 Demolition Plan and Deconstruction Plan 1.2.2 General Requirements 1.3 ITEMS TO REMAIN IN PLACE 1.3.1 Existing Construction Limits and Protection 1.3.2 Weather Protection 1.3.3 Utility Service 1.3.4 Facilities 1.4 AVAILABILITY OF WORK AREAS 1.5 SUBMITTALS 1.6 QUALITY ASSURANCE 1.6.1 Dust and Debris Control 1.7 PROTECTION 1.7.1 Traffic Control Signs 1.7.2 Protection of Personnel 1.8 RELOCATIONS 1.9 EXISTING CONDITIONS

PART 2 PRODUCTS

2.1 FILL MATERIAL

PART 3 EXECUTION

3.1 EXISTING FACILITIES TO BE REMOVED 3.1.1 Structures 3.1.2 Utilities and Related Equipment 3.1.2.1 General Requirements 3.1.2.2 Disconnecting Existing Utilities 3.1.3 Chain Link Fencing 3.1.4 Paving and Slabs 3.1.5 Concrete 3.1.6 Structural Steel 3.1.7 Miscellaneous Metal 3.1.8 Patching 3.1.9 Miscellaneous Rake System Components 3.1.9.1 Preparation for Storage 3.1.9.2 Fixtures, Motors, and Machines 3.1.10 Electrical Equipment and Fixtures 3.1.10.1 Fixtures 3.1.10.2 Electrical Devices 3.1.10.3 Wiring Ducts or Troughs 3.1.10.4 Conduit and Miscellaneous Items

W912EP-11-R-0042 SECTION 02 41 00 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.1.11 Hoists 3.1.12 Items With Unique/Regulated Disposal Requirements 3.2 CONCURRENT EARTH-MOVING OPERATIONS 3.3 DISPOSITION OF MATERIAL 3.3.1 Title to Materials 3.3.2 Reuse of Materials and Equipment 3.3.3 Salvaged Materials and Equipment 3.3.4 Unsalvageable and Non-Recyclable Material 3.4 CLEANUP 3.5 DISPOSAL OF REMOVED MATERIALS 3.5.1 Regulation of Removed Materials 3.5.2 Removal from Government Property 3.6 REUSE OF SALVAGED ITEMS

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 02 41 00 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 02 41 00

DEMOLITION AND DECONSTRUCTION

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 ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO)

AASHTO M 145 (1991; R 2004) Classification of Soils and Soil-Aggregate Mixtures for Highway Construction Purposes

AMERICAN SOCIETY OF SAFETY ENGINEERS (ASSE/SAFE)

ASSE/SAFE A10.6 (2006) Safety Requirements for Demolition Operations

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2008) Safety and Health Requirements Manual

U.S. FEDERAL AVIATION ADMINISTRATION (FAA)

FAA AC 70/7460-1 (2007; Rev K) Obstruction Marking and Lighting

1.2 PROJECT DESCRIPTION

See drawings and specifications (Sections 01 11 00 SUMMARY OF WORK and 11 82 15 RAIL, TELESCOPING ARM TYPE AUTOMATIC TRASH RAKE AND RACK SYSTEMS) for project requirements and descriptions.

1.2.1 Demolition Plan and Deconstruction Plan

Prepare a Demolition Plan and Deconstruction Plan and submit proposed salvage, demolition, deconstruction, and removal procedures for approval before work is started. Include in the plan procedures for careful removal and disposition of materials specified to be salvaged, coordination with other work in progress, a disconnection schedule of utility services, and a detailed description of methods and equipment to be used for each operation and of the sequence of operations. Identify components and materials to be salvaged for reuse or recycling with reference to paragraph Existing Facilities to be Removed. Provide procedures for safe conduct of the work in accordance with EM 385-1-1. Plan shall be approved by the Corps of Engineers prior to work beginning. See additional plan requirements in Section 01 11 00 SUMMARY OF WORK, Paragraph 1.2 SUBMITTALS.

W912EP-11-R-0042 SECTION 02 41 00 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.2.2 General Requirements

Do not begin demolition or deconstruction until authorization is received from the Contracting Officer. The work of this section is to be performed in a manner that maximizes salvage and recycling of materials. Remove rubbish and debris from the project site daily; do not allow accumulations inside or outside of the buildings. The work includes demolition, deconstruction, salvage of identified items and materials, and removal of resulting rubbish and debris. 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.

1.3 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 or pavements to remain. 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.

1.3.1 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.

1.3.2 Weather Protection

For portions of the building to remain, protect building interior and materials and equipment from the weather at all times. Where removal of existing roofing is necessary to accomplish work, have materials and workmen ready to provide adequate and temporary covering of exposed areas.

1.3.3 Utility Service

Maintain existing utilities indicated to stay in service and protect against damage during demolition and deconstruction operations. Prior to start of work, utilities serving each area of alteration or removal will be shut off by the Government and disconnected and sealed by the Contractor.

1.3.4 Facilities

Protect electrical and mechanical services and utilities. Where removal of existing utilities and pavement is specified or indicated, provide approved barricades, temporary covering of exposed areas, and temporary services or connections for electrical and mechanical utilities. Floors, roofs, walls,

W912EP-11-R-0042 SECTION 02 41 00 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

columns, pilasters, and other structural components that are designed and constructed to stand without lateral support or shoring, and are determined to be in stable condition, must remain standing without additional bracing, shoring, or lateral support until demolished or deconstructed, unless directed otherwise by the Contracting Officer. Ensure that no elements determined to be unstable are left unsupported and place and secure bracing, shoring, or lateral supports as may be required as a result of any cutting, removal, deconstruction, or demolition work performed under this contract.

1.4 AVAILABILITY OF WORK AREAS

Areas in which the work is to be accomplished will be available in accordance with the following schedule:

Area Date

Pumping Station 362 December 1 thru April 30

Staging/Laydown Areas Per Contracting Officer's approval

For additional information, see Specification Section 01 11 00, SD-01 Preconstruction Submittals, Deconstruction/Demolition and Construction Plan.

1.5 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

Existing Conditions

SD-07 Certificates

Demolition Plan; G|DO Deconstruction Plan; G|DO Notification; G|AO

SD-11 Closeout Submittals

Receipts

1.6 QUALITY ASSURANCE

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 ASSE/SAFE A10.6. Comply with the Environmental Protection Agency requirements specified.

1.6.1 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.

W912EP-11-R-0042 SECTION 02 41 00 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.7 PROTECTION

1.7.1 Traffic Control Signs

a. Where pedestrian and driver safety is endangered in the area of removal work, use traffic barricades with flashing lights. Notify the Contracting Officer prior to beginning such work.

Provide a minimum of 2 aviation red or high intensity white obstruction lights on temporary structures (including cranes) over 100 feet above ground level. Light construction and installation shall comply with FAA AC 70/7460-1. Lights shall be operational during periods of reduced visibility, darkness, and as directed by the Contracting Officer. Maintain the temporary services during the period of construction and remove only after permanent services have been installed and tested and are in operation.

1.7.2 Protection of Personnel

Before, during, and after the demolition and deconstruction work, continuously evaluate the condition of the structure being demolished and deconstructed and take immediate action to protect all personnel working in and around the project site. No area, section, or component of floors, roofs, walls, columns, pilasters, or other structural element will be allowed to be left standing without sufficient bracing, shoring, or lateral support to prevent collapse or failure while workers remove debris or perform other work in the immediate area.

1.8 RELOCATIONS

Perform the removal and reinstallation of relocated items, as indicated, with workers skilled in the trades involved. Items to be relocated which are damaged by the Contractor shall be repaired or replaced with new undamaged items as approved by the Contracting Officer.

1.9 EXISTING CONDITIONS

Before beginning any demolition or deconstruction 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. Include in the record the elevation of the top of foundation walls, finish floor elevations, possible conflicting electrical conduits, plumbing lines, alarm systems, the location and extent of existing cracks and other damage, and a description of existing surface conditions prior to starting work. It is the Contractor's responsibility to verify and document all required outages which will be required during the course of work, and to note these outages on the record document.

PART 2 PRODUCTS

2.1 FILL MATERIAL

a. Comply with excavating, backfilling, and compacting procedures for soils used as backfill material to fill basements, voids, depressions or excavations resulting from demolition or deconstruction of

W912EP-11-R-0042 SECTION 02 41 00 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

structures.

b. Fill material shall conform to the definition of satisfactory soil material as defined in AASHTO M 145, Soil Classification Groups A-1, A-2-4, A-2-5 and A-3. In addition, fill material shall be free from roots and other organic matter, trash, debris, materials, and stones larger than 2 inches in any dimension.

PART 3 EXECUTION

3.1 EXISTING FACILITIES TO BE REMOVED

De-construct, inspect, and evaluate existing rake system components onsite for salvage, recycling, disposal, etc. Existing construction scheduled to be removed for salvage shall be disassembled. Dismantled and removed materials are to be separated, set aside, and prepared as specified, and stored or delivered to a collection point for salvaging, remanufacture, recycling, or other disposal, as specified. Materials shall be designated for salvaging onsite whenever possible. Items to be salvaged for the Customer (SFWMD) include the following: All radio remote equipment, festoon cables (including associated cable wagons), control cabinets, and rake trolley assemblies, including grippers. Grippers shall be removed from the rake trolley units before lowering the rake trolley equipment. Additional items must be approved by the Contracting Officer.

3.1.1 Structures

a. Remove existing rake system and rack structures indicated to be removed to grade or as required.

b. Deconstruct rake system and rack structures in a systematic manner from the top of the structure to the ground, or as required. Complete deconstruction work above each tier before the supporting members on the lower level are disturbed. Remove rake system components and lower to ground by means of derricks, platforms hoists, or other suitable methods as approved by the Contracting Officer. Remove trash racks as required.

c. Locate demolition and deconstruction equipment throughout the structure and remove materials so as to not impose excessive loads to supporting walls, floors, surfaces, etc.

3.1.2 Utilities and Related Equipment

3.1.2.1 General Requirements

Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by the Contracting Officer. Do not interrupt existing utilities serving facilities occupied and used by the Government except when approved in writing and then only after temporary utility services have been approved and provided. Do not begin demolition or deconstruction work until all utility disconnections have been made. Shut off and cap utilities for future use, as indicated.

3.1.2.2 Disconnecting Existing Utilities

Remove existing utilities uncovered by work, as necessary, and terminate in a manner conforming to the nationally recognized code covering the specific utility and approved by the Contracting Officer. When utility lines are

W912EP-11-R-0042 SECTION 02 41 00 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

encountered but are not indicated on the drawings, notify the Contracting Officer prior to further work in that area. Remove meters and related equipment and deliver to a location on the station in accordance with instructions of the Contracting Officer.

3.1.3 Chain Link Fencing

Remove chain link fencing, gates and other related salvaged items scheduled for removal or reuse and transport to designated areas.

3.1.4 Paving and Slabs

Remove/sawcut concrete footings and pads and asphaltic concrete paving and slabs as required to a depth of existing adjacent grade. Provide neat sawcuts at limits of pavement removal as indicated. Pavement and slabs designated to be recycled and utilized in this project shall be moved, ground and stored as directed by the Contracting Officer. Pavement and slabs not to be used in this project shall be removed from the Installation at Contractor's expense.

3.1.5 Concrete

Saw concrete along straight lines to a depth of a minimum 2 inches. Make each cut in walls perpendicular to the face and in alignment with the cut in the opposite face. Break out the remainder of the concrete provided that the broken area is concealed in the finished work, and the remaining concrete is sound. At locations where the broken face cannot be concealed, grind smooth or saw cut entirely through the concrete.

3.1.6 Structural Steel

Dismantle structural steel at field connections and in a manner that will prevent bending or damage. Salvage or recycle structural steel, steel joists, girders, angles, plates, columns and shapes, as required. Flame-cutting torches are permitted when other methods of dismantling are not practical. Transport steel joists and girders as whole units and not dismantled. Transport structural steel shapes to a designated storage area or recycling facility, as applicable/required, stacked according to size, type of member and length, and stored off the ground, protected from the weather.

3.1.7 Miscellaneous Metal

Scrap metal shall become the Contractor's property. Recycle scrap metal as part of demolition and deconstruction operations. Provide separate containers to collect scrap metal and transport to a scrap metal collection or recycling facility.

3.1.8 Patching

Where removals leave holes and damaged surfaces exposed in the finished work, patch and repair these holes and damaged surfaces to match adjacent finished surfaces, using on-site materials when available. Where new work is to be applied to existing surfaces, perform removals and patching in a manner to produce surfaces suitable for receiving new work. Finished surfaces of patched area shall be flush with the adjacent existing surface and shall match the existing adjacent surface as closely as possible as to texture and finish. Patching shall be as specified. For concrete, completely fill holes and depressions, caused by previous physical damage

W912EP-11-R-0042 SECTION 02 41 00 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

or left as a result of removals, with approved methods per Section 03 31 01.00 10 CAST-IN-PLACE STRUCTURAL CONCRETE FOR CIVIL WORKS.

3.1.9 Miscellaneous Rake System Components

Disconnect electrical and mechanical equipment at the nearest connection to existing services to remain, unless otherwise noted. Remove and dispose of unwanted rake system components, as required. Salvage specified and wanted components, as required, as whole units; listed, indexed, tagged, and stored. Salvage each unit with its normal operating auxiliary equipment. Transport salvaged equipment, including motors and machines, to a designated on station storage area as directed by the Contracting Officer. Do not remove equipment until approved. Provide scrapped equipment to a recycling service for disassembly and recycling of parts.

3.1.9.1 Preparation for Storage

Remove water, dirt, dust, and foreign matter from components. Secure motors attached by flexible connections to the unit.

3.1.9.2 Fixtures, Motors, and Machines

Remove and salvage fixtures, motors, and machines associated with the trash rake system, as required. Salvage, box and store auxiliary units and accessories with the main motor and machines. Tag salvaged items for identification, storage, and protection from damage. Classify broken, damaged, or otherwise unserviceable units and not caused to be broken, damaged, or otherwise unserviceable as debris to be disposed of by the Contractor.

3.1.10 Electrical Equipment and Fixtures

Salvage motors, motor controllers, and operating and control equipment that are attached to the driven equipment, as required. Salvage wiring systems and components, as required. Box loose items and tag for identification. Disconnect primary, secondary, control, communication, and signal circuits at the point of attachment to their distribution system.

3.1.10.1 Fixtures

Remove and salvage electrical fixtures, as required. Salvage unprotected glassware from the fixture and salvage separately. Salvage incandescent, mercury-vapor, and fluorescent lamps and fluorescent ballasts manufactured prior to 1978, boxed and tagged for identification, and protected from breakage.

3.1.10.2 Electrical Devices

Remove and salvage switches, switchgear, transformers, conductors, including, wire and nonmetallic sheathed and flexible armored cable, regulators, meters, instruments, plates, circuit breakers, panelboards, outlet boxes, and similar items, as required. Box and tag these items for identification according to type and size.

3.1.10.3 Wiring Ducts or Troughs

Remove and salvage wiring ducts or troughs, as required. Dismantle plug-in ducts and wiring troughs into unit lengths. Remove plug-in or disconnecting devices from the busway and store separately.

W912EP-11-R-0042 SECTION 02 41 00 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.1.10.4 Conduit and Miscellaneous Items

Salvage conduit, except where embedded in concrete or masonry, as required. Consider corroded, bent, or damaged conduit as scrap metal. Sort straight and undamaged lengths of conduit according to size and type. Classify supports, knobs, tubes, cleats, and straps as debris to be removed and disposed.

3.1.11 Hoists

Remove hoists and salvage, as whole units, to the most practical extent, as required. Remove and prepare items for salvage without damage to any of the various parts.

3.1.12 Items With Unique/Regulated Disposal Requirements

Remove and dispose of items with unique or regulated disposal requirements in the manner dictated by law or in the most environmentally responsible manner.

3.2 CONCURRENT EARTH-MOVING OPERATIONS

Do not begin excavation, filling, and other earth-moving operations that are sequential to demolition or deconstruction work in areas occupied by structures to be demolished or deconstructed until all demolition and deconstruction in the area has been completed and debris removed. Fill holes, open basements, and other hazardous openings.

3.3 DISPOSITION OF MATERIAL

3.3.1 Title to Materials

Except for salvaged items specified in related Sections, and for materials or equipment scheduled for salvage, all materials and equipment removed and not reused or salvaged, shall become the property of the Contractor and shall be removed from Government property. Title to materials resulting from demolition and deconstruction, and materials and equipment to be removed, is vested in the Contractor upon approval by the Contracting Officer of the Contractor's demolition, deconstruction, and removal procedures, and authorization by the Contracting Officer to begin demolition and deconstruction. The Government will not be responsible for the condition or loss of, or damage to, such property after contract award. Showing for sale or selling materials and equipment on site is prohibited.

3.3.2 Reuse of Materials and Equipment

Remove and store materials and equipment listed in the Demolition/ Deconstruction Plan to be reused or relocated to prevent damage, and reinstall as the work progresses.

3.3.3 Salvaged Materials and Equipment

Remove materials and equipment that are listed in the Demolition/ Deconstruction Plan and specified to be removed by the Contractor and that are to remain the property of the Government, and deliver to a storage site as directed by the Contracting Officer.

W912EP-11-R-0042 SECTION 02 41 00 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

a. Salvage items and material to the maximum extent possible.

b. Store all materials salvaged for the Contractor, as approved by the Contracting Officer, and remove from Government property before completion of the contract. Material salvaged for the Contractor shall not be sold on the site.

c. Remove salvaged items to remain the property of the Government in a manner to prevent damage, and packed or crated to protect the items from damage while in storage or during shipment. Items damaged during removal or storage must be repaired or replaced to match existing items. Properly identify the contents of containers.

3.3.4 Unsalvageable and Non-Recyclable Material

Dispose of unsalvageable and non-recyclable noncombustible and combustible material off the site in accordance with Federal, State, Regional, and local laws and regulations.

3.4 CLEANUP

Remove debris and rubbish from excavations. Remove and transport the debris in a manner that prevents spillage on streets or adjacent areas. Apply local regulations regarding hauling and disposal.

3.5 DISPOSAL OF REMOVED MATERIALS

3.5.1 Regulation of Removed Materials

Dispose of debris, rubbish, scrap, and other unsalvageable materials resulting from removal operations with all applicable federal, state, and local regulations as contractually specified off the site.

3.5.2 Removal from Government Property

Transport waste materials removed from demolished and deconstructed structures, except waste soil, from Government property for legal disposal. Dispose of waste soil as directed.

3.6 REUSE OF SALVAGED ITEMS

Recondition salvaged materials and equipment designated for reuse before installation. Replace items damaged during removal and salvage operations or restore them as necessary to usable condition.

-- End of Section --

W912EP-11-R-0042 SECTION 02 41 00 Page 11 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 03 - CONCRETE

SECTION 03 11 13.00 10

STRUCTURAL CONCRETE FORMWORK

PART 1 GENERAL

1.1 REFERENCES 1.2 SYSTEM DESCRIPTION 1.3 SUBMITTALS

PART 2 PRODUCTS

2.1 FORM MATERIALS 2.1.1 Forms For Class A Finish 2.1.2 Forms For Class B Finish 2.1.3 Forms For Class D Finish 2.1.4 Form Ties 2.1.5 Form Releasing Agents

PART 3 EXECUTION

3.1 INSTALLATION 3.1.1 Formwork 3.2 CHAMFERING 3.3 COATING 3.4 FORM REMOVAL 3.4.1 Formwork Not Supporting Weight of Concrete 3.4.2 Formwork Supporting Weight of Concrete 3.5 INSPECTION

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 03 11 13.00 10 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 03 11 13.00 10

STRUCTURAL CONCRETE FORMWORK

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.

ACI INTERNATIONAL (ACI)

ACI 347 (2004) Guide to Formwork for Concrete

APA - THE ENGINEERED WOOD ASSOCIATION (APA)

APA PS 1 (1995) Voluntary Product Standard for Construction and Industrial Plywood

ASTM INTERNATIONAL (ASTM)

ASTM C 1077 (2009b) Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation

ASTM C 31/C 31M (2009) Standard Practice for Making and Curing Concrete Test Specimens in the Field

ASTM C 39/C 39M (2009) Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens

1.2 SYSTEM DESCRIPTION

The design, engineering, and construction of the formwork is the responsibility of the Contractor. Design formwork in accordance with methodology of ACI 347 for anticipated loads, lateral pressures, and stresses, and capable of withstanding the pressures resulting from placement and vibration of concrete. Comply with the tolerances specified in Section 03 31 01.00 10 CAST-IN-PLACE STRUCTURAL CONCRETE FOR CIVIL WORKS, paragraph CONSTRUCTION TOLERANCES. However, for surfaces with an ACI Class A surface designation, limit the allowable deflection for facing material between studs, for studs between walers and walers between bracing to 0.0025 times the span. Design the formwork as a complete system with consideration given to the effects of cementitious materials and mixture additives such as fly ash, cement type, plasticizers, accelerators, retarders, air entrainment, and others. Monitor the adequacy of formwork design and construction prior to and during concrete placement as part of the Contractor's approved Quality Control Plan. Submit design analysis and calculations for form design and methodology used in the design.

W912EP-11-R-0042 SECTION 03 11 13.00 10 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

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-02 Shop Drawings

Formwork

SD-03 Product Data

Design Form Materials Form Releasing Agents

PART 2 PRODUCTS

2.1 FORM MATERIALS

Submit manufacturer's data, including literature describing form materials, accessories, and form releasing agents.

2.1.1 Forms For Class A Finish

Class A finish shall be used for surfaces exposed to view above operating floor at Pre-cast buildings. Forms for Class A finished surfaces shall be plywood panels conforming to APA PS 1, Grade B-B concrete form panels, Class I or II. Other form materials or liners may be used provided the smoothness and appearance of concrete produced will be equivalent to that produced by the plywood concrete form panels. Forms for round columns shall be the prefabricated seamless type.

2.1.2 Forms For Class B Finish

This class of finish shall apply to all other surfaces exposed to view including both the interior and exterior surfaces of all water containing structures. Forms for Class B finished surfaces shall be plywood panels conforming to APA PS 1, Grade B-B concrete form panels, Class I or II. Other form materials or liners may be used provided the smoothness and appearance of concrete produced will be equivalent to that produced by the plywood concrete form panels. Forms for round columns shall be the prefabricated seamless type. Steel lining on wood sheathing will not be permitted.

2.1.3 Forms For Class D Finish

Class D finish shall be used for all surfaces below final grade, not exposed to view. Forms for Class D finished surfaces, except where concrete is placed against earth, shall be wood or steel or other approved concrete form material.

2.1.4 Form Ties

Form ties shall be factory-fabricated metal ties, shall be of the removable or internal disconnecting or snap-off type, and shall be of a design that will not permit form deflection and will not spall concrete upon removal.

W912EP-11-R-0042 SECTION 03 11 13.00 10 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Provide solid backing for each tie. Except where removable tie rods are used, ties shall not leave holes in the concrete surface less than 1/4 inch nor more than 1 inch deep and not more than 1 inch in diameter. Terminate the embedded portion of metal ties not less that 2 inches from any concrete surface exposed to water. Removable tie rods shall be not more than 1-1/2 inches in diameter.

2.1.5 Form Releasing Agents

Form releasing agents shall be commercial formulations that will not bond with, stain or adversely affect concrete surfaces. Agents shall not impair subsequent treatment of concrete surfaces depending upon bond or adhesion nor impede the wetting of surfaces to be cured with water or curing compounds.

PART 3 EXECUTION

3.1 INSTALLATION

3.1.1 Formwork

Forms shall be constructed true to the structural design and required alignment. Forms shall be mortar tight, properly aligned and adequately supported to produce concrete surfaces meeting the surface requirements specified in Section 03 31 01.00 10 CAST-IN-PLACE CONCRETE FOR CIVIL WORKS and conforming to construction tolerance given in TABLE 1. Continuously monitor the alignment and stability of the forms during all phases to assure the finished product will meet the required surface class or classes specified. Failure of any supporting surface either due to surface texture, deflection or form collapse shall be the responsibility of the Contractor as will the replacement or correction of unsatisfactory surfaces. Where concrete surfaces are to have a Class A or Class B finish, joints in form panels shall be arranged as approved. When forms for continuous surfaces are placed in successive units, care shall be taken to fit the forms over the completed surface to obtain accurate alignment of the surface and to prevent leakage of mortar. Forms shall not be re-used if there is any evidence of defects which would impair the quality of the resulting concrete surface. All surfaces of used forms shall be cleaned of mortar and any other foreign material before reuse. Form ties that are to be completely withdrawn shall be coated with a nonstaining bond breaker. Submit drawings showing details of formwork, including dimensions of joints, supports, studding and shoring, and sequence of form and shoring removal.

3.2 CHAMFERING

All exposed joints, edges and external corners shall be chamfered by molding placed in the forms unless the drawings specifically state that chamfering is to be omitted or as otherwise specified. Chamfered joints shall not be permitted where earth or rockfill is placed in contact with concrete surfaces. Chamfered joints shall be terminated twelve inches outside the limit of the earth or rockfill so that the end of the chamfers will be clearly visible.

3.3 COATING

Forms for Class A and Class B finished surfaces shall be coated with a form releasing agent before the form or reinforcement is placed in final position. The coating shall be used as recommended in the manufacturer's

W912EP-11-R-0042 SECTION 03 11 13.00 10 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

printed or written instructions. Forms for Class C and D finished surfaces may be wet with water in lieu of coating immediately before placing concrete, except that in cold weather with probable freezing temperatures, coating shall be mandatory. Surplus coating on form surfaces and coating on reinforcing steel and construction joints shall be removed before placing concrete.

3.4 FORM REMOVAL

Forms shall not be removed without approval. The minimal time required for concrete to reach a strength adequate for removal of formwork without risking the safety of workers or the quality of the concrete depends on a number of factors including, but not limited to, ambient temperature, concrete lift heights, type and amount of concrete admixture, and type and amount of cementitious material in the concrete. It is the responsibility of the Contractor to consider all applicable factors and leave the forms in place until it is safe to remove them. In any case forms shall not be removed unless the minimum compressive strength requirements below are met, except as otherwise directed or specifically authorized. When conditions are such as to justify the requirement, forms will be required to remain in place for a longer period. All removal shall be accomplished in a manner which will prevent damage to the concrete and ensure the complete safety of the structure. Where forms support more than one element, the forms shall not be removed until the form removal criteria are met by all supported elements. Form removal shall be scheduled so that all necessary repairs can be performed as specified in Section 03 31 01.00 10 CAST-IN-PLACE STRUCTURAL CONCRETE FOR CIVIL WORKS, paragraph Formed Surface Repair. Evidence that concrete has gained sufficient strength to permit removal of forms shall be determined by tests on control cylinders. All control cylinders shall be stored in the structure or as near the structure as possible so they receive the same curing conditions and protection methods as given those portions of the structure they represent. Control cylinders shall be removed from the molds at an age of no more than 24 hours. All control cylinders shall be prepared and tested in accordance with ASTM C 31/C 31M and ASTM C 39/C 39M at the expense of the Contractor by an independent laboratory that complies with ASTM C 1077 and shall be tested within 4 hours after removal from the site.

3.4.1 Formwork Not Supporting Weight of Concrete

Formwork for walls, columns, sides of beams, gravity structures, and other vertical type formwork not supporting the weight of concrete shall not be removed in less than 24 hours after concrete placement is completed.

3.4.2 Formwork Supporting Weight of Concrete

Formwork supporting weight of concrete and shoring shall not be removed until structural members have acquired sufficient strength to safely support their own weight and any construction or other superimposed loads to which the supported concrete may be subjected. As a minimum, forms shall be left in place until control concrete test cylinders indicate evidence the concrete has attained at least 70 percent of the compressive strength required for the structure in accordance with the quality and location requirements.

3.5 INSPECTION

Forms and embedded items shall be inspected in sufficient time prior to each concrete placement in order to certify to the Contracting Officer that

W912EP-11-R-0042 SECTION 03 11 13.00 10 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

they are ready to receive concrete. The results of each inspection shall be reported in writing. Submit field inspection reports for concrete forms and embedded items.

TABLE 1 TOLERANCES FOR FORMED SURFACES

1. Variations from the plumb: a. In the lines and surfaces of 1/4 inch in any 10 feet of length columns, piers, walls and in arises Maximum for entire length -- 1 inch b. For exposed corner columns, 1/4 inch in any 20 feet of length control-joint grooves, and other Maximum for entire length -- 1/2 conspicuous lines inch

2. Variation for the level or from the grades indicated on the drawings: a. In slab soffits, ceilings beam 1/4 inch in any 10 feet of length soffits, and in arises,measured 3/8 inch in any bay or in any 20 before removal of supporting shores feet of length Maximum for entire length -- 3/4 inch b. In exposed lintels, sills, 1/4 inch in any bay or in any 20 parapets, horizontal grooves, and feet of length other conspicuous lines Maximum for entire length -- 1/2 inch 3. Variation of the linear 1/2 inch in any 10 feet building lines from established 1 inch maximum position in plan

4. Variation of distance between 1/4 inch per 10 feet of distance, walls, columns, partitions but not more than 1/2 inch in any one bay, and not more than 1 inch total variation

5. Variation in the sizes and Minus 1/4 inch, Plus 1/2 inch locations of sleeves, floor openings, and wall opening

6. Variation in cross-sectional Minus 1/4 inch, Plus 1/2 inch dimensions of columns and beams and in the thickness of slabs and walls

7. Footings: a. Variation of dimensions in plan Minus 1/2 inch, plus 2 inches when formed or plus 3 inches when placed against unformed excavation

W912EP-11-R-0042 SECTION 03 11 13.00 10 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

TABLE 1 TOLERANCES FOR FORMED SURFACES b. Misplacement of eccentricity 2 percent of the footing width in the direction of misplacement but not more than 2 inches c. Reduction in thickness Minus 5 percent of the specified thickness

8. Variation in steps: a. In a flight of stairs Riser -- 1/8 inch Tread -- 1/4 inch b. In consecutive steps Riser -- 1/16 inch Tread -- 1/8 inch

-- End of Section --

W912EP-11-R-0042 SECTION 03 11 13.00 10 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 03 - CONCRETE

SECTION 03 15 13.00 10

EXPANSION JOINTS, CONTRACTION JOINTS, AND WATERSTOPS

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 DELIVERY, STORAGE, AND HANDLING

PART 2 PRODUCTS

2.1 CONTRACTION JOINT STRIPS 2.2 PREFORMED EXPANSION JOINT FILLER 2.3 SEALANT 2.3.1 Preformed Polychloroprene Elastomeric Type 2.3.2 Lubricant for Preformed Compression Seals 2.3.3 Field-Molded Type 2.4 WATERSTOPS 2.4.1 Non-Metallic Materials 2.4.2 Non-Metallic Hydrophilic 2.4.3 Preformed Elastic Adhesive 2.4.3.1 Chemical Composition 2.4.3.2 Adhesion Under Hydrostatic Pressure 2.4.3.3 Sag of Flow Resistance 2.4.3.4 Chemical Resistance

PART 3 EXECUTION

3.1 JOINTS 3.1.1 Contraction Joints 3.1.1.1 Joint Strips 3.1.1.2 Sawed Joints 3.1.2 Expansion Joints 3.1.3 Joint Sealant 3.1.3.1 Joints With Preformed Compression Seals 3.1.3.2 Joints With Field-Molded Sealant 3.2 WATERSTOPS, INSTALLATION AND SPLICES 3.2.1 Non-Metallic 3.2.1.1 Rubber Waterstop 3.2.1.2 Polyvinyl Chloride Waterstop 3.2.1.3 Quality Assurance 3.2.2 Non-Metallic Hydrophilic Waterstop Installation 3.2.3 Preformed Plastic Adhesive Installation 3.3 CONSTRUCTION JOINTS

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 03 15 13.00 10 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 03 15 13.00 10

EXPANSION JOINTS, CONTRACTION JOINTS, AND WATERSTOPS

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 ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO)

AASHTO T 111 (2009) Standard Method of Test for Mineral Matter or Ash in Asphalt Materials

AMERICAN HARDBOARD ASSOCIATION (AHA)

AHA A135.4 (2004) Basic Hardboard

ASTM INTERNATIONAL (ASTM)

ASTM C 919 (2008) Use of Sealants in Acoustical Applications

ASTM C 920 (2008) Standard Specification for Elastomeric Joint Sealants

ASTM D 1751 (2004; R 2008) Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types)

ASTM D 1752 (2004a; R 2008) Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion

ASTM D 2628 (1991; R 2005) Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements

ASTM D 2835 (1989; R 2007) Lubricant for Installation of Preformed Compression Seals in Concrete Pavements

ASTM D 4 (1986; R 2004) Bitumen Content

ASTM D 412 (2006ae2) Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers - Tension

ASTM D 471 (2006; E 2008) Standard Test Method for

W912EP-11-R-0042 SECTION 03 15 13.00 10 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Rubber Property - Effect of Liquids

ASTM D 5249 (1995; R 2006) Backer Material for Use with Cold-and Hot-Applied Joint Sealants in Portland-Cement Concrete and Asphalt Joints

ASTM D 6 (1995; R 2006) Loss on Heating of Oil and Asphaltic Compounds

U.S. ARMY CORPS OF ENGINEERS (USACE)

COE CRD-C 513 (1974) Corps of Engineers Specifications for Rubber Waterstops

COE CRD-C 572 (1974) Corps of Engineers Specifications for Polyvinylchloride Waterstops

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-02 Shop Drawings

Waterstops; G, DO

SD-03 Product Data

Preformed Expansion Joint Filler Sealant Waterstops

SD-04 Samples

Lubricant for Preformed Compression Seals Field-Molded Type Non-metallic Materials

SD-07 Certificates

Preformed Expansion Joint Filler Sealant Waterstops

1.3 DELIVERY, STORAGE, AND HANDLING

Protect material delivered and placed in storage off the ground from moisture, dirt, and other contaminants. Deliver sealants in the manufacturer's original unopened containers. Sealants whose shelf life has expired shall be removed from the site.

W912EP-11-R-0042 SECTION 03 15 13.00 10 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

PART 2 PRODUCTS

2.1 CONTRACTION JOINT STRIPS

Contraction joint strips shall be 1/8 inch thick tempered hardboard conforming to AHA A135.4, Class 1. In lieu of hardboard strips, rigid polyvinylchloride (PVC) or high impact polystyrene (HIPS) insert strips specifically designed to induce controlled cracking in slabs on grade may be used. Such insert strips shall have removable top section.

2.2 PREFORMED EXPANSION JOINT FILLER

Expansion joint filler shall be preformed material conforming to ASTM D 1751 or ASTM D 1752. Unless otherwise indicated, filler material shall be 3/8 inch thick and of a width applicable for the joint formed. Backer material, when required, shall conform to ASTM D 5249. Submit certificates of compliance stating that the joint filler and sealant materials and waterstops conform to the requirements specified.

2.3 SEALANT

Joint sealant shall conform to the following:

2.3.1 Preformed Polychloroprene Elastomeric Type

ASTM D 2628.

2.3.2 Lubricant for Preformed Compression Seals

ASTM D 2835. Submit specimens identified to indicate the manufacturer, type of material, size and quantity of material, and shipment or lot represented. Each sample shall be a piece not less than 9 ft of 1 inch nominal width or wider seal or a piece not less than 12 ft of compression seal less than 1 inch nominal width. Provide one quart of lubricant.

2.3.3 Field-Molded Type

ASTM C 920, Type M, Grade P or NS, Class 25, Use NT for horizontal joints. Type M, Grade NS, Class 25, Use NT for vertical joints. Bond breaker material shall be polyethylene tape, coated paper, metal foil or similar type materials. The back-up material shall be compressible, non-shrink, nonreactive with sealant, and non-absorptive material type such as extruded butyl or polychloroprene rubber. Submit One gallon of field-molded sealant and one quart of primer (when primer is recommended by the sealant manufacturer) identified to indicate manufacturer, type of material, quantity, and shipment or lot represented.

2.4 WATERSTOPS

Intersection and change of direction waterstops shall be shop fabricated. Submit shop and fabrication drawings provided by the manufacturer or prepared by the Contractor. Submit manufacturer's literature, including safety data sheets, for preformed fillers and the lubricants used in their installation; field-molded sealants and primers (when required by sealant manufacturer); preformed compression seals; and waterstops. Manufacturer's recommended instructions for installing preformed fillers, field-molded sealants; preformed compression seals; and waterstops; and for splicing non-metallic waterstops.

W912EP-11-R-0042 SECTION 03 15 13.00 10 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.4.1 Non-Metallic Materials`

Non-metallic waterstops shall be manufactured from a prime virgin resin; reclaimed material is not acceptable. The compound shall contain plasticizers, stabilizers, and other additives to meet specified requirements. Rubber waterstops shall conform to COE CRD-C 513. Polyvinylchloride waterstops shall conform to COE CRD-C 572. Thermoplastic elastomeric rubber waterstops shall conform to ASTM D 471. Submit specimens identified to indicate manufacturer, type of material, size, quantity of material, and shipment or lot represented. Each sample shall be a piece not less than 12 inch long cut from each 200 ft of finished waterstop furnished, but not less than a total of 4 ft of each type, size, and lot furnished. One splice sample of each size and type for every 50 splices made in the factory and every 10 splices made at the job site. The splice samples shall be made using straight run pieces with the splice located at the mid-length of the sample and finished as required for the installed waterstop. The total length of each splice shall be not less than 12 inches long.

2.4.2 Non-Metallic Hydrophilic

Swellable strip type compound of polymer modified chloroprene rubber that swells upon contact with water shall conform to ASTM D 412 as follows: Tensile strength 420 psi minimum; ultimate elongation 600 percent minimum. Hardness shall be 50 minimum on the type A durometer and the volumetric expansion ratio in distilled water at 70 degrees F shall be 3 to 1 minimum.

2.4.3 Preformed Elastic Adhesive

Preformed plastic adhesive waterstops shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler, and shall contain no solvents, asbestos, irritating fumes or obnoxious odors. The compound shall not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength.

2.4.3.1 Chemical Composition

The chemical composition of the sealing compound shall meet the requirements shown below:

PERCENT BY WEIGHT

COMPONENT MIN. MAX. TEST

Bitumen (Hydrocarbon plastic) 50 70 ASTM D 4 Inert Mineral Filler 30 50 AASHTO T 111 Volatile Matter 2 ASTM D 6

2.4.3.2 Adhesion Under Hydrostatic Pressure

The sealing compound shall not leak at the joints for a period of 24 hours under a vertical 6 foot head pressure. In a separate test, the sealing compound shall not leak under a horizontal pressure of 10 psi which is reached by slowly applying increments of 2 psi every minute.

2.4.3.3 Sag of Flow Resistance

Sagging shall not be detected when tested as follows: Fill a wooden form 1 inch wide and 6 inches long flush with sealing compound and place in an

W912EP-11-R-0042 SECTION 03 15 13.00 10 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

oven at 135 degrees F in a vertical position for 5 days.

2.4.3.4 Chemical Resistance

The sealing compound when immersed separately in a 5% solution of caustic potash, a 5% solution of hydrochloric acid, 5% solution of sulfuric acid and a saturated hydrogen sulfide solution for 30 days at ambient room temperature shall show no visible deterioration.

PART 3 EXECUTION

3.1 JOINTS

Install joints at locations indicated and as authorized.

3.1.1 Contraction Joints

Contraction joints may be constructed by inserting tempered hardboard strips or rigid PVC or HIPS insert strips into the plastic concrete using a steel parting bar, when necessary, or by cutting the concrete with a saw after concrete has set. Joints shall be approximately 1/8 inch wide and shall extend into the slab one-fourth the slab thickness, minimum, but not less than 1 inch.

3.1.1.1 Joint Strips

Strips shall be of the required dimensions and as long as practicable. After the first floating, groove the concrete with a tool at the joint locations. Insert the strips in the groove and depress them until the top edge of the vertical surface is flush with the surface of the slab. The slab shall be floated and finished as specified. Working of the concrete adjacent to the joint shall be the minimum necessary to fill voids and consolidate the concrete. Where indicated, the top portion of the strip shall be sawed out after the curing period to form a recess for sealer. The removable section of PVC or HIPS strips shall be discarded and the insert left in place. True alignment of the strips shall be maintained during insertion.

3.1.1.2 Sawed Joints

Joint sawing shall be early enough to prevent uncontrolled cracking in the slab, but late enough that this can be accomplished without appreciable spalling. Use concrete sawing machines that are adequate in number and power, and with sufficient replacement blades to complete the sawing at the required rate. Cut joints to true alignment and in sequence of concrete placement. Remove sludge and cutting debris.

3.1.2 Expansion Joints

Use preformed expansion joint filler in expansion and isolation joints in slabs around columns and between slabs on grade and vertical surfaces where indicated. The filler shall extend the full slab depth, unless otherwise indicated. The edges of the joint shall be neatly finished with an edging tool of 1/8 inch radius, except where a resilient floor surface will be applied. Where the joint is to receive a sealant, the filler strips shall be installed at the proper level below the finished floor with a slightly tapered, dressed and oiled wood strip temporarily secured to the top to form a recess to the size shown on the drawings. The wood strip shall be removed after the concrete has set. Contractor may opt to use a removable

W912EP-11-R-0042 SECTION 03 15 13.00 10 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

expansion filler cap designed and fabricated for this purpose in lieu of the wood strip. The groove shall be thoroughly cleaned of laitance, curing compound, foreign materials, protrusions of hardened concrete, and any dust which shall be blown out of the groove with oil-free compressed air.

3.1.3 Joint Sealant

Sawed contraction joints and expansion joints in slabs shall be filled with joint sealant, unless otherwise shown. Joint surfaces shall be clean, dry, and free of oil or other foreign material which would adversely affect the bond between sealant and concrete. Joint sealant shall be applied as recommended by the manufacturer of the sealant.

3.1.3.1 Joints With Preformed Compression Seals

Install compression seals with equipment capable of installing joint seals to the prescribed depth without cutting, nicking, twisting, or otherwise distorting or damaging the seal or concrete and with no more than 5 percent stretching of the seal. The sides of the joint and, if necessary, the sides of the compression seal shall be covered with a coating of lubricant. Butt joints shall be coated with liberal applications of lubricant.

3.1.3.2 Joints With Field-Molded Sealant

Joints shall not be sealed when the sealant material, ambient air, or concrete temperature is less than 40 degrees F. When the sealants are meant to reduce the sound transmission characteristics of interior walls, ceilings, and floors the guidance provided in ASTM C 919 shall be followed. Joints requiring a bond breaker shall be coated with curing compound or with bituminous paint. Bond breaker and back-up material shall be installed where required. Joints shall be primed and filled flush with joint sealant in accordance with the manufacturer's recommendations.

3.2 WATERSTOPS, INSTALLATION AND SPLICES

Install waterstops at the locations shown to form a continuous water-tight diaphragm. Make adequate provision to support and completely protect the waterstops during the progress of the work. Any waterstop punctured or damaged shall be repaired or replaced. Protect exposed waterstops during application of form release agents to avoid being coated. Provide suitable guards to protect exposed projecting edges and ends of partially embedded waterstops from damage when concrete placement has been discontinued. Splices shall be made by certified trained personnel using approved equipment and procedures.

3.2.1 Non-Metallic

Fittings shall be shop made using a machine specifically designed to mechanically weld the waterstop. A miter guide, proper fixturing (profile dependant), and portable power saw shall be used to miter cut the ends to be joined to ensure good alignment and contact between joined surfaces. The splicing of straight lengths shall be done by squaring the ends to be joined. Continuity of the characteristic features of the cross section of the waterstop (ribs, tabular center axis, protrusions, etc.) shall be maintained across the splice.

W912EP-11-R-0042 SECTION 03 15 13.00 10 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.2.1.1 Rubber Waterstop

Splices shall be vulcanized or shall be made using cold bond adhesive as recommended by the manufacturer. Splices for TPE-R shall be as specified for PVC.

3.2.1.2 Polyvinyl Chloride Waterstop

Make splices by heat sealing the adjacent waterstop edges together using a thermoplastic splicing iron utilizing a non-stick surface specifically designed for waterstop welding. The correct temperature shall be used to sufficiently melt without charring the plastic. The spliced area, when cooled, shall show no signs of separation, holes, or other imperfections when bent by hand in as sharp an angle as possible.

3.2.1.3 Quality Assurance

Edge welding will not be permitted. Centerbulbs shall be compressed or closed when welding to non-centerbulb type. Waterstop splicing defects which are unacceptable include, but are not limited to the following: 1) Tensile strength less than 80 percent of parent section. 2) Free lap joints. 3) Misalignment of centerbulb, ribs, and end bulbs greater than 1/16 inch. 4) Misalignment which reduces waterstop cross section more than 15 percent. 5) Bond failure at joint deeper than 1/16 inch or 15 percent of material thickness. 6) Misalignment of waterstop splice resulting in misalignment of waterstop in excess of 1/2 inch in 10 feet. 7) Visible porosity in the weld area, including pin holes. 8) Charred or burnt material. 9) Bubbles or inadequate bonding. 10) Visible signs of splice separation when cooled splice is bent by hand at a sharp angle.

3.2.2 Non-Metallic Hydrophilic Waterstop Installation

Ends to be joined shall be miter cut with sharp knife or shears. The ends shall be adhered with cyanacryiate (super glue) adhesive. When joining hydrophilic type waterstop to PVC waterstop, the hydrophilic waterstop shall be positioned as shown on the drawings. A liberal amount of a single component hydrophilic sealant shall be applied to the junction to complete the transition.

3.2.3 Preformed Plastic Adhesive Installation

The installation of preformed plastic adhesive waterstops shall be a prime, peel, place and pour procedure. Joint surfaces shall be clean and dry before priming and just prior to placing the sealing strips. The end of each strip shall be spliced to the next strip with a 1 inch overlap; the overlap shall be pressed firmly to release trapped air. During damp or cold conditions the joint surface shall be flashed with a safe, direct flame to warm and dry the surface adequately; the sealing strips shall be dipped in warm water to soften the material to achieve maximum bond to the concrete surface.

3.3 CONSTRUCTION JOINTS

Construction joints are specified in Section 03 31 01.00 10 CAST-IN-PLACE STRUCTURAL CONCRETE FOR CIVIL WORKS except that construction joints coinciding with expansion and contraction joints shall be treated as expansion or contraction joints as applicable.

-- End of Section --

W912EP-11-R-0042 SECTION 03 15 13.00 10 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

W912EP-11-R-0042 SECTION 03 15 13.00 10 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 03 - CONCRETE

SECTION 03 20 01.00 10

CONCRETE REINFORCEMENT

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 QUALITY ASSURANCE 1.4 DELIVERY, STORAGE, AND HANDLING

PART 2 PRODUCTS

2.1 DOWELS 2.2 FABRICATED BAR MATS 2.3 REINFORCING STEEL 2.4 WELDED WIRE FABRIC 2.5 WIRE TIES 2.6 SUPPORTS 2.7 SYNTHETIC FIBER REINFORCEMENT

PART 3 EXECUTION

3.1 REINFORCEMENT 3.1.1 Placement 3.1.2 Splicing 3.2 WELDED-WIRE FABRIC PLACEMENT 3.3 DOWEL INSTALLATION 3.4 SYNTHETIC FIBER REINFORCED CONCRETE

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 03 20 01.00 10 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 03 20 01.00 10

CONCRETE REINFORCEMENT

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.

ACI INTERNATIONAL (ACI)

ACI 318 (2008; Errata 2008; Errata 2009; Errata 2009; Errata 2009; Errata 2009; Errata 2009) Building Code Requirements for Structural Concrete and Commentary

AMERICAN WELDING SOCIETY (AWS)

AWS D1.4/D1.4M (2005; Errata 2005) Structural Welding Code - Reinforcing Steel

ASTM INTERNATIONAL (ASTM)

ASTM A 184/A 184M (2006) Standard Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement

ASTM A 185/A 185M (2007) Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete

ASTM A 53/A 53M (2007) Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless

ASTM A 615/A 615M (2009b) Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement

ASTM A 675/A 675M (2003; R 2009) Standard Specification for Steel Bars, Carbon, Hot-Wrought, Special Quality, Mechanical Properties

ASTM A 706/A 706M (2009b) Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement

ASTM A 82/A 82M (2007) Standard Specification for Steel Wire, Plain, for Concrete Reinforcement

ASTM C 1116/C 1116M (2009) Standard Specification for Fiber-Reinforced Concrete

W912EP-11-R-0042 SECTION 03 20 01.00 10 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

CONCRETE REINFORCING STEEL INSTITUTE (CRSI)

CRSI 10MSP (2001; 27Ed) Manual of Standard Practice

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-02 Shop Drawings

Reinforcement; G, DO

SD-03 Product Data

Welding

SD-07 Certificates

Reinforcing Steel

1.3 QUALITY ASSURANCE

Welders shall be qualified in accordance with AWS D1.4/D1.4M. Qualification test shall be performed at the worksite and the Contractor shall 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.

1.4 DELIVERY, STORAGE, AND HANDLING

Reinforcement and accessories shall be stored off the ground on platforms, skids, or other supports.

PART 2 PRODUCTS

2.1 DOWELS

Dowels shall conform to ASTM A 675/A 675M, Grade 80. Steel pipe conforming to ASTM A 53/A 53M, Schedule 80, may be used as dowels provided the ends are closed with metal or plastic inserts or with mortar.

2.2 FABRICATED BAR MATS

Fabricated bar mats shall conform to ASTM A 184/A 184M.

2.3 REINFORCING STEEL

Reinforcing steel shall be deformed bars conforming to ASTM A 615/A 615M or ASTM A 706/A 706M, grades and sizes as indicated. Cold drawn wire used for spiral reinforcement shall conform to ASTM A 82/A 82M. Submit certified copies of mill reports attesting that the reinforcing steel furnished contains no less than 25 percent recycled scrap steel and meets the requirements specified herein, prior to the installation of reinforcing steel.

W912EP-11-R-0042 SECTION 03 20 01.00 10 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.4 WELDED WIRE FABRIC

Welded wire fabric shall conform to ASTM A 185/A 185M.

2.5 WIRE TIES

Wire ties shall be 16 gauge or heavier black annealed steel wire.

2.6 SUPPORTS

Bar supports for formed surfaces shall be designed and fabricated in accordance with CRSI 10MSP and shall be steel or precast concrete blocks. Precast concrete blocks shall have wire ties and shall be not less than 4 inches square when supporting reinforcement on ground. Precast concrete block shall have compressive strength equal to that of the surrounding concrete. Where concrete formed surfaces will be exposed to weather or where surfaces are to be painted, steel supports within 1/2 inch of concrete surface shall be galvanized, plastic protected or of stainless steel. Concrete supports used in concrete exposed to view shall have the same color and texture as the finish surface. For slabs on grade, supports shall be precast concrete blocks, plastic coated steel fabricated with bearing plates, or specifically designed wire-fabric supports fabricated of plastic.

2.7 SYNTHETIC FIBER REINFORCEMENT

Synthetic fiber shall be polypropylene with a denier less than 100 and a nominal fiber length of 2 inches.

PART 3 EXECUTION

3.1 REINFORCEMENT

Reinforcement shall be fabricated to shapes and dimensions shown and shall conform to the requirements of 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 bars required to meet structural requirements, shall be approved before concrete is placed.

W912EP-11-R-0042 SECTION 03 20 01.00 10 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

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.

3.2 WELDED-WIRE FABRIC PLACEMENT

Welded-wire fabric shall be placed in slabs as indicated. Fabric placed in slabs on grade shall be continuous between expansion, construction, and contraction joints. Fabric placement at joints shall be as indicated. Lap splices shall be made in such a way that the overlapped area equals the distance between the outermost crosswires plus 2 inches. Laps shall be staggered to avoid continuous laps in either direction. Fabric shall be wired or clipped together at laps at intervals not to exceed 4 feet. Fabric shall be positioned by the use of supports.

3.3 DOWEL INSTALLATION

Dowels shall be installed in slabs on grade at locations indicated and at right angles to joint being doweled. Dowels shall be accurately positioned and aligned parallel to the finished concrete surface before concrete placement. Dowels shall be rigidly supported during concrete placement. One end of dowels shall be coated with a bond breaker.

3.4 SYNTHETIC FIBER REINFORCED CONCRETE

Fiber reinforcement shall be added to the concrete mix in accordance with the applicable sections of ASTM C 1116/C 1116M and the recommendations of the manufacturer, and in an amount of 0.1 percent by volume.

-- End of Section --

W912EP-11-R-0042 SECTION 03 20 01.00 10 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 03 - CONCRETE

SECTION 03 31 01.00 10

CAST-IN-PLACE STRUCTURAL CONCRETE FOR CIVIL WORKS

PART 1 GENERAL

1.1 REFERENCES 1.2 DESIGN REQUIREMENTS 1.2.1 Air Content 1.2.2 Slump 1.2.3 Concrete Proportioning 1.2.4 Required Average Compressive Strength 1.2.4.1 Average Compressive Strength from Test Records 1.2.4.2 Average Compressive Strength without Previous Test Records 1.2.5 Concrete Strength 1.2.6 Maximum Water-Cement (W/C) Ratio 1.2.7 Construction Tolerances 1.2.7.1 Appearance 1.3 SUBMITTALS 1.4 QUALITY ASSURANCE 1.4.1 Concrete Strength 1.5 DELIVERY, STORAGE, AND HANDLING

PART 2 PRODUCTS

2.1 MATERIALS 2.1.1 Cementitious Materials 2.1.1.1 Portland Cement 2.1.1.2 Pozzolan, Other than Silica Fume 2.1.1.3 Ground Granulated Blast-Furnace Slag 2.1.2 Aggregates 2.1.2.1 General 2.1.3 Chemical Admixtures 2.1.3.1 Air-Entraining Admixture 2.1.3.2 Accelerating Admixture 2.1.3.3 Water-Reducing or Retarding Admixture 2.1.4 Curing Materials 2.1.4.1 Impervious-Sheet Curing Materials 2.1.4.2 Membrane-Forming Curing Compound 2.1.4.3 Burlap 2.1.5 Water 2.1.6 Nonshrink Grout 2.1.7 Latex Bonding Compound 2.1.8 Epoxy Resin 2.2 EQUIPMENT 2.2.1 Concrete Mixers 2.2.1.1 Truck Mixers 2.2.2 Conveying Equipment 2.2.2.1 Trucks 2.2.2.2 Chutes

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.2.2.3 Concrete Pumps 2.2.3 Vibrators

PART 3 EXECUTION

3.1 PREPARATION FOR PLACING 3.1.1 Embedded Items 3.1.2 Concrete on Earth Foundations 3.1.3 Concrete on Rock Foundations 3.1.4 Construction Joint Treatment 3.1.4.1 Joint Preparation 3.1.4.2 Air-Water Cutting 3.1.4.3 High-Pressure Water Jet 3.1.4.4 Wet Sandblasting 3.1.4.5 Waste Disposal 3.2 PLACING 3.2.1 Placing Procedures 3.2.2 Placement by Pump 3.2.3 Time Interval Between Mixing and Placing 3.2.4 Cold-Weather Placing 3.2.5 Hot-Weather Placing 3.2.6 Consolidation 3.3 FINISHING 3.3.1 Unformed Surfaces 3.3.1.1 Float Finish 3.3.1.2 Trowel Finish 3.3.1.3 Broom Finish 3.3.2 Formed Surfaces 3.3.2.1 Grout-Cleaned Finish 3.3.3 Formed Surface Repair 3.3.3.1 Classes A & B Finishes 3.3.3.2 Class D Finish 3.3.3.3 Material and Procedure for Repairs 3.4 CURING AND PROTECTION 3.4.1 Duration 3.4.2 Moist Curing 3.4.3 Membrane-Forming Curing Compound 3.4.3.1 Pigmented Curing Compound 3.4.3.2 Nonpigmented Curing Compound 3.4.3.3 Application 3.4.4 Evaporation Retardant 3.4.5 Cold-Weather Curing and Protection 3.5 SETTING OF BASE PLATES AND BEARING PLATES 3.5.1 Setting of Plates 3.5.2 Nonshrink Grout Application 3.5.2.1 Mixing and Placing of Nonshrink Grout 3.5.2.2 Treatment of Exposed Surfaces 3.5.2.3 Curing 3.6 TESTS AND INSPECTIONS 3.6.1 General 3.6.2 Testing and Inspection Requirements 3.6.2.1 Concrete Mixture 3.6.2.2 Inspection Before Placing 3.6.2.3 Placing 3.6.2.4 Vibrators 3.6.2.5 Curing 3.6.2.6 Cold-Weather Protection and Sealed Insulation Curing 3.6.2.7 Cold-Weather Protection Corrective Action 3.6.2.8 Uniformity

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.6.2.9 Mixer Uniformity Corrective Action 3.6.3 Reports

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 03 31 01.00 10

CAST-IN-PLACE STRUCTURAL CONCRETE FOR CIVIL WORKS

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.

ACI INTERNATIONAL (ACI)

ACI 117 (2006) Specifications for Tolerances for Concrete Construction and Materials and Commentary

ACI 211.1 (1991; R 2009) Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete

ACI 214R (2002; Errata 2005) Evaluation of Strength Test Results of Concrete

ACI 305R (1999; Errata 2006) Hot Weather Concreting

ACI 318 (2008; Errata 2008; Errata 2009; Errata 2009; Errata 2009; Errata 2009; Errata 2009) Building Code Requirements for Structural Concrete and Commentary

AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO)

AASHTO M 182 (2005) Standard Specification for Burlap Cloth Made from Jute or Kenaf and Cotton Mats

ASTM INTERNATIONAL (ASTM)

ASTM C 1059/C 1059M (1999; R 2008) Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete

ASTM C 1064/C 1064M (2008) Standard Test Method for Temperature of Freshly Mixed Hydraulic-Cement Concrete

ASTM C 1077 (2009b) Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation

ASTM C 1107/C 1107M (2008) Standard Specification for Packaged

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Dry, Hydraulic-Cement Grout (Nonshrink)

ASTM C 143/C 143M (2009) Standard Test Method for Slump of Hydraulic-Cement Concrete

ASTM C 150/C 150M (2009) Standard Specification for Portland Cement

ASTM C 171 (2007) Standard Specification for Sheet Materials for Curing Concrete

ASTM C 172 (2008) Standard Practice for Sampling Freshly Mixed Concrete

ASTM C 192/C 192M (2007) Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory

ASTM C 231 (2009a) Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method

ASTM C 260 (2006) Standard Specification for Air-Entraining Admixtures for Concrete

ASTM C 309 (2007) Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete

ASTM C 31/C 31M (2009) Standard Practice for Making and Curing Concrete Test Specimens in the Field

ASTM C 33/C 33M (2008) Standard Specification for Concrete Aggregates

ASTM C 39/C 39M (2009) Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens

ASTM C 42/C 42M (2004) Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete

ASTM C 494/C 494M (2008a) Standard Specification for Chemical Admixtures for Concrete

ASTM C 597 (2002) Pulse Velocity Through Concrete

ASTM C 618 (2008a) Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete

ASTM C 803/C 803M (2003) Penetration Resistance of Hardened Concrete

ASTM C 805/C 805M (2008) Rebound Number of Hardened Concrete

ASTM C 881/C 881M (2002) Standard Specification for Epoxy-Resin-Base Bonding Systems for

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Concrete

ASTM C 94/C 94M (2009a) Standard Specification for Ready-Mixed Concrete

ASTM C 989 (2009a) Standard Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars

ASTM D 75/D 75M (2009) Standard Practice for Sampling Aggregates

ASTM D 698 (2007e1) Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/cu. ft. (600 kN-m/cu. m.))

U.S. ARMY CORPS OF ENGINEERS (USACE)

COE CRD-C 400 (1963) Requirements for Water for Use in Mixing or Curing Concrete

COE CRD-C 521 (1981) Standard Test Method for Frequency and Amplitude of Vibrators for Concrete

COE CRD-C 94 (1995) Corps of Engineers Specification for Surface Retarders

1.2 DESIGN REQUIREMENTS

For each portion of the structure, select concrete mixture proportions so that the strength and W/C requirements are met. Submit concrete mixture proportions as determined by the Contractor and submitted for review. The submission shall be accompanied by test reports from a laboratory complying with ASTM C 1077 showing that proportions thus selected will produce concrete of the qualities indicated. No substitution shall be made in the source or type of materials used in the work without additional tests to show that the quality of the new materials and concrete are satisfactory. The concrete mixture quantities of all ingredients per cubic yard and nominal maximum coarse aggregate size that will be used in the manufacture of each quality of concrete shall be stated. Proportions shall indicate the mass of cement, pozzolan and ground granulated blast-furnace (GGBF) slag when used, and water; the mass of aggregates in a saturated surface-dry condition; and the quantities of admixtures. Nominal maximum-size coarse aggregate shall be 1-1/2 inch except 3/4 inch nominal maximum-size coarse aggregate shall be used when any of the following conditions exist: the narrowest dimension between sides of forms is less than 7-1/2 inches, the depth of the slab is less than 4 inches, or the minimum clear spacing between reinforcing is less than 2-1/4 inches.

1.2.1 Air Content

Air content as delivered to the forms and as determined by ASTM C 231 shall be between 4 and 7 percent except that when the nominal maximum-size coarse aggregate is 3/4 inch, it shall be between 4.5 and 7.5 percent.

1.2.2 Slump

The slump shall be determined in accordance with ASTM C 143/C 143M and

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

shall be within the range of 1 to 4 inches. Where placement by pump is approved, the slump shall not exceed 6 inches.

1.2.3 Concrete Proportioning

Trial batches and testing requirements for various qualities of concrete specified are the responsibility of the Contractor. Obtain samples of aggregates in accordance with the requirements of ASTM D 75/D 75M. Samples of materials other than aggregate shall be representative of those proposed for the project and shall be accompanied by the manufacturer's test reports indicating compliance with applicable specified requirements. Make trial mixtures having proportions, consistencies, and air content suitable for the work based on methodology described in ACI 211.1, using at least three different water-cement ratios, which will produce a range of strength encompassing those required for the work. The maximum water-cement ratios required in paragraph MAXIMUM WATER-CEMENT (W/C) RATIO below, will be converted to a weight ratio of water to cement plus pozzolan by mass, silica fume, or GGBF slag by mass equivalency as described in ACI 211.1. In the case where GGBF slag is used, include the weight of the slag in the equations for the term P, which is used to denote the mass of pozzolan. If pozzolan is used in the concrete mixture, the minimum pozzolan content shall be 15 percent of the total cementitious material. Proportion trial mixtures for maximum permitted slump and air content with due consideration to the approved conveying and placement method. The temperature of concrete in each trial batch shall be reported. For each water-cement ratio, at least three test cylinders for each test age shall be made and cured in accordance with ASTM C 192/C 192M; they shall be tested at 7 days and at the design age specified in accordance with ASTM C 39/C 39M. From these test results, a curve will be plotted showing the relationship between water-cement ratio and strength.

1.2.4 Required Average Compressive Strength

In meeting the strength requirements specified below, the selected mixture proportion shall produce a required average compressive strength f'cr exceeding the specified strength f'c by the amount indicated below.

1.2.4.1 Average Compressive Strength from Test Records

Where a concrete production facility has test records, establish a standard deviation in accordance with the applicable provisions of ACI 214R. Test records from which a standard deviation is calculated shall represent materials, quality control procedures, and conditions similar to those expected, shall represent concrete produced to meet a specified strength or strengths (f'c) within 1,000 psi of that specified for proposed work, and shall consist of at least 30 consecutive tests. A strength test shall be the average of the strengths of two cylinders made from the same sample of concrete and tested at 28 days or at another test age designated for determination of f'c. Required average compressive strength f'cr used as the basis for selection of concrete proportions shall be the larger of the equations that follow using the standard deviation as determined above:

f'cr = f'c + 1.34S f'cr = f'c + 2.33S - 500

Where S = standard deviation

Where a concrete production facility does not have test records meeting the requirements above but does have a record based on 15 to 29 consecutive

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

tests, a standard deviation shall be established as the product of the calculated standard deviation and a modification factor from the following table:

MODIFICATION FACTOR FOR STANDARD DEVIATION NUMBER OF TESTS* Use tabulation in paragraph less than 15 REQUIRED AVERAGE COMPRESSIVE STRENGTH

15 1.16 20 1.08 25 1.03 30 or more 1.00

*Interpolate for intermediate numbers of tests.

1.2.4.2 Average Compressive Strength without Previous Test Records

When a concrete production facility does not have sufficient field strength test records for calculation of the standard deviation, determine the required average strength fcr as follows:

If the specified compressive strength f'c is less than 3,000 psi,

f'cr = f'c + 1,000

If the specified compressive strength f'c is 3,000 to 5,000 psi,

f'cr = f'c + 1,200

If the specified compressive strength f'c is over 5,000 psi,

f'cr = f'c + 1,400.

1.2.5 Concrete Strength

Specified compressive strength f'c shall be as follows:

COMPRESSIVE STRENGTH (PSI) STRUCTURE OR PORTION OF STRUCTURE

4,000 @ 28 days All concrete unless noted otherwise.

1.2.6 Maximum Water-Cement (W/C) Ratio

Maximum W/C shall be as follows:

WATER-CEMENT RATIO, BY MASS STRUCTURE OR PORTION OF STRUCTURE

0.55 All concrete unless noted otherwise.

These W/C's may cause higher strengths than that required by paragraph CONCRETE STRENGTH.

1.2.7 Construction Tolerances

Except as specified otherwise, a plus tolerance increases and a minus tolerance decreases the dimension to which it applies. A tolerance without sign means plus or minus. Where only one sign is specified, there is no

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

limit in the other direction. Tolerances are not cumulative. The most restrictive tolerance will control. Tolerances shall not extend the structure beyond legal boundaries.

a. Level and grade tolerance measurements of slabs shall be made as soon as possible after finishing. When forms or shoring are used, the measurements shall be made prior to removal.

b. Construction tolerances shall meet the requirements of ACI 117 and any of the following requirements that are applicable.

1.2.7.1 Appearance

Permanently exposed surfaces shall be cleaned, if stained or otherwise discolored, by a method that does not harm the concrete and that is approved by the Contracting Officer.

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-03 Product Data

Concrete Mixture Proportions; G, AO Concrete Mixers Testing Technicians Concrete Construction Inspector (CCI) Construction Joint Treatment; G, AO Curing and Protection; G, AO Cold-Weather Placing; G, AO Hot-Weather Placing; G, AO Finishing; G, AO

SD-06 Test Reports

Quality of Aggregates; G, AO Tests and Inspections

SD-07 Certificates

Cementitious Materials; G, AO Impervious-Sheet Curing Materials Air-Entraining Admixture Other Chemical Admixtures Membrane-Forming Curing Compound Epoxy Resin Latex Bonding Compound Nonshrink Grout

1.4 QUALITY ASSURANCE

The Government will sample and test concrete to determine compliance with the specifications. The Contractor shall provide facilities and labor as may be necessary for procurement of representative test samples. Concrete will be sampled in accordance with ASTM C 172. No material shall be used

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

until notice has been given by the Contracting Officer that test results are satisfactory. 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 certification of Concrete Field Testing Technicians, Grade I. The individuals who perform the inspection of concrete construction shall have demonstrated a knowledge and ability equivalent to the ACI minimum guidelines for certification of Concrete Construction Inspector (CCI). Submit statements that the concrete testing technicians and the concrete inspectors meet the specified requirements.

1.4.1 Concrete Strength

Compressive strength test specimens will be made by the Government and cured in accordance with ASTM C 31/C 31M and tested in accordance with ASTM C 39/C 39M. The strength of the concrete will be considered satisfactory so long as the average of all sets of three consecutive test results equals or exceeds the specified compressive strength f'c and no individual test result falls below the specified strength f'c by more than 500 psi. A "test" is defined as the average of two companion cylinders, or if only one cylinder is tested, the results of the single cylinder test. Additional analysis or testing, including nondestructive testing, taking cores and/or load tests may be required at the Contractor's expense when the strength of the concrete in the structure is considered potentially deficient.

a. Investigation of Low-Strength Test Results - When any strength test of standard-cured test cylinders falls below the specified strength requirement by more than 500 psi or if tests of field-cured cylinders indicate deficiencies in protection and curing, take steps to ensure that the load-carrying capacity of the structure is not jeopardized. Nondestructive testing in accordance with ASTM C 597, ASTM C 803/C 803M, or ASTM C 805/C 805M may be permitted by the Contracting Officer to estimate the relative strengths at various locations in the structure as an aid in evaluating concrete strength in place or for selecting areas to be cored. Such tests shall not be used as a basis for acceptance or rejection.

b. Testing of Cores - When the strength of concrete in place is considered potentially deficient, obtain cores and test them in accordance with ASTM C 42/C 42M. At least three representative cores shall be taken from each member or area of concrete in place that is considered potentially deficient. The location of cores will be determined by the Contracting Officer to least impair the performance of the structure. Concrete in the area represented by the core testing will be considered adequate if the average strength of the cores is equal to at least 85 percent of the specified strength requirement and if no single core is less than 75 percent of the specified strength requirement.

c. Load Tests - If the core tests are inconclusive or impractical to obtain or if structural analysis does not confirm the safety of the structure, load tests may be directed by the Contracting Officer in accordance with the requirements of ACI 318. Concrete work evaluated by structural analysis or by results of a load test shall be corrected in a manner satisfactory to the Contracting Officer. All investigations, testing, load tests, and correction of deficiencies will be performed and approved by the Contracting Officer at the expense of the Contractor, except that if all concrete is in compliance

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

with the plans and specifications, the cost of investigations, testing, and load tests will be at the expense of the Government.

1.5 DELIVERY, STORAGE, AND HANDLING

Chemical admixtures that have been in storage at the project site for longer than 6 months or that have been subjected to freezing shall be retested at the expense of the Contractor when directed by the Contracting Officer and rejected if test results are not satisfactory. Chemical admixtures will be accepted based on compliance with the requirements of paragraph CHEMICAL ADMIXTURES in PART 2.

PART 2 PRODUCTS

2.1 MATERIALS

Submit mill test reports attesting that materials meet the requirements of the specification under which they are furnished. Certification and mill test reports shall be from samples taken from the particular lot furnished. The following shall be certified for compliance with all specification requirements: Impervious-Sheet Curing Materials, Air-Entraining Admixture, Other Chemical Admixtures, Membrane-Forming Curing Compound, Epoxy Resin and Latex Bonding Compound. Submit descriptive literature of the Nonshrink Grout proposed for use together with a certificate from the manufacturer stating that it is suitable for the application or exposure for which it is being considered.

2.1.1 Cementitious Materials

Cementitious materials shall be portland cement, portland-pozzolan cement, portland blast-furnace slag cement,or portland cement in combination with pozzolan or GGBF slag conforming to appropriate specifications listed below. Use of cementitious materials in architectural concrete shall be restricted to one color, one source, and one type.

2.1.1.1 Portland Cement

ASTM C 150/C 150M, Type II.

2.1.1.2 Pozzolan, Other than Silica Fume

Pozzolan shall conform to ASTM C 618, Class C or F.

2.1.1.3 Ground Granulated Blast-Furnace Slag

Ground Granulated Blast-Furnace Slag shall conform to ASTM C 989, Grade 120.

2.1.2 Aggregates

2.1.2.1 General

Fine and coarse aggregates shall conform to the grading requirements of ASTM C 33/C 33M. Where the use of highway department gradations are permitted, proposed gradations shall be submitted for approval.

2.1.3 Chemical Admixtures

Chemical admixtures to be used, when required or permitted, shall conform to the appropriate specification listed.

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 11 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.1.3.1 Air-Entraining Admixture

The air-entraining admixture shall conform to ASTM C 260 and shall consistently cause the concrete to have an air content in the specified ranges under field conditions.

2.1.3.2 Accelerating Admixture

Accelerators shall meet the requirements of ASTM C 494/C 494M, Type C or E, except that calcium chloride or admixtures containing calcium chloride shall not be used.

2.1.3.3 Water-Reducing or Retarding Admixture

a. Water-Reducing or Retarding Admixtures: ASTM C 494/C 494M, Type A, B, or D, except that the 6-month and 1-year compressive strength tests are waived.

b. High-Range Water Reducing Admixture: ASTM C 494/C 494M, Type F or G except that the 6-month and 1-year strength requirements shall be waived. The admixture may be used only when approved by the Contracting Officer, such approval being contingent upon particular mixture control as described in the Contractor's Quality Control Plan.

2.1.4 Curing Materials

2.1.4.1 Impervious-Sheet Curing Materials

Impervious-sheet curing materials shall conform to ASTM C 171, type optional, except polyethylene film shall not be used.

2.1.4.2 Membrane-Forming Curing Compound

The membrane-forming curing compound shall conform to ASTM C 309, Type 1-D or 2, except a styrene acrylate or chlorinated rubber compound meeting Class B requirements shall be used for surfaces that are to be painted or are to receive bituminous roofing, or waterproofing, or floors that are to receive adhesive applications of resilient flooring. The curing compound selected shall be compatible with any subsequent paint, roofing, coating, or flooring specified. Nonpigmented compound shall contain a fugitive dye and shall have the reflective requirements in ASTM C 309 waived.

2.1.4.3 Burlap

Burlap used for curing shall conform to AASHTO M 182

2.1.5 Water

Water for mixing and curing shall be fresh, clean, potable, and free of injurious amounts of oil, acid, salt, or alkali, except that nonpotable water may be used if it meets the requirements of COE CRD-C 400.

2.1.6 Nonshrink Grout

Nonshrink grout shall conform to ASTM C 1107/C 1107M and shall be a commercial formulation suitable for the application proposed.

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 12 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.1.7 Latex Bonding Compound

Latex bonding compound agents for bonding fresh to hardened concrete shall conform to ASTM C 1059/C 1059M.

2.1.8 Epoxy Resin

Epoxy resin for use in repairs shall conform to ASTM C 881/C 881M, Type III, Grade I or II.

2.2 EQUIPMENT

Submit data on placing equipment and methods.

2.2.1 Concrete Mixers

The concrete mixers shall not be charged in excess of the capacity recommended by the manufacturer. The mixers shall be operated at the drum or mixing blade speed designated by the manufacturer. Maintain the mixers in satisfactory operating condition, and keep the mixer drums free of hardened concrete. Should any mixer at any time produce unsatisfactory results, promptly discontinue its use until it is repaired. Submit concrete mixer data including the make, type, and capacity of concrete mixers proposed for mixing concrete.

2.2.1.1 Truck Mixers

Truck mixers, the mixing of concrete therein, and concrete uniformity shall conform to the requirements of ASTM C 94/C 94M. A truck mixer may be used either for complete mixing (transit-mixed) or to finish the partial mixing done in a stationary mixer (shrink-mixed). Equip each truck with two counters from which it will be possible to determine the number of revolutions at mixing speed and the number of revolutions at agitating speed.

2.2.2 Conveying Equipment

Submit data on the conveying equipment and methods for transporting, handling, and depositing the concrete. The conveying equipment shall conform to the following requirements:

2.2.2.1 Trucks

Truck mixers operating at agitating speed or truck agitators used for transporting plant-mixed concrete shall conform to the requirements of ASTM C 94/C 94M. Nonagitating equipment may be used for transporting plant-mixed concrete over a smooth road when the hauling time is less than 15 minutes. Bodies of nonagitating equipment shall be smooth, watertight, metal containers specifically designed to transport concrete, shaped with rounded corners to minimize segregation, and equipped with gates that will permit positive control of the discharge of the concrete.

2.2.2.2 Chutes

When concrete can be placed directly from a truck mixer, agitator, or nonagitating equipment, the chutes attached to this equipment by the manufacturer may be used. A discharge deflector shall be used when required by the Contracting Officer. Separate chutes and other similar equipment will not be permitted for conveying concrete.

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 13 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.2.2.3 Concrete Pumps

Concrete may be conveyed by positive displacement pump when approved. The pumping equipment shall be piston or squeeze pressure. The pipeline shall be rigid steel pipe or heavy-duty flexible hose. The inside diameter of the pipe shall be at least three times the nominal maximum-size coarse aggregate in the concrete mixture to be pumped but not less than 4 inches. Aluminum pipe shall not be used.

2.2.3 Vibrators

Vibrators of the proper size, frequency, and amplitude shall be used for the type of work being performed in conformance with the following requirements:

HEAD DIAMETER FREQUENCY AMPLITUDE APPLICATION INCHES VPM INCHES

Thin walls, beams, etc. 1-1/4 to 2-1/2 9,000 to 13,500 0.02 to 0.04 General construction 2 to 3-1/2 8,000 to 12,000 0.025 to 0.05

The frequency and amplitude shall be determined in accordance with COE CRD-C 521.

PART 3 EXECUTION

3.1 PREPARATION FOR PLACING

3.1.1 Embedded Items

Before placement of concrete, take care to determine that all embedded items are firmly and securely fastened in place as indicated on the drawings, or required. Embedded items shall be free of oil and other foreign matter such as loose coatings or rust, paint, and scale. The embedding of wood in concrete will be permitted only when specifically authorized or directed. Voids in sleeves, inserts, and anchor slots shall be filled temporarily with readily removable materials to prevent the entry of concrete into voids. Welding, including tack welding, will not be permitted on embedded metals within 2 feet of the surface of the concrete.

3.1.2 Concrete on Earth Foundations

Earth surfaces upon which concrete is to be placed shall be clean, damp, and free from debris, frost, ice, and standing or running water. Prior to placement of concrete, the earth foundation shall have been satisfactorily compacted in accordance with ASTM D 698.

3.1.3 Concrete on Rock Foundations

Rock surfaces upon which concrete is to be placed shall be clean, free from oil, standing or running water, ice, mud, drummy rock, coating, debris, and loose, semidetached, or unsound fragments. Joints in rock shall be cleaned to a satisfactory depth, as determined by the Contracting Officer, and to firm rock on the sides. Immediately before the concrete is placed, all rock surfaces shall be cleaned thoroughly by the use of air-water jets or sandblasting as described in paragraph CONSTRUCTION JOINT TREATMENT in PART 3. All rock surfaces shall be kept continuously wet for at least 24 hours

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 14 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

immediately prior to placing concrete thereon. All approximately horizontal surfaces shall be covered, immediately before the concrete is placed, with a layer of mortar proportioned similar to that in the concrete mixture. The mortar shall be covered with concrete before the time of initial setting of the mortar.

3.1.4 Construction Joint Treatment

Submit the method and equipment proposed for joint cleanup and waste disposal, for review and approval. Construction joint treatment shall conform to the following requirements:

3.1.4.1 Joint Preparation

Concrete surfaces to which additional concrete is to be bonded shall be prepared for receiving the next lift or adjacent concrete by cleaning with either air-water cutting, sandblasting, high-pressure water jet, or other approved method. Air-water cutting will not be permitted on formed surfaces or surfaces congested with reinforcing steel. Regardless of the method used, the resulting surfaces shall be free from all laitance and inferior concrete so that clean, well bonded coarse aggregate is exposed uniformly throughout the lift surface. The edges of the coarse aggregate shall not be undercut. The surface shall be washed clean again as the last operation prior to placing the next lift. There shall be no standing water on the surface upon which concrete is placed.

3.1.4.2 Air-Water Cutting

Air-water cutting of a construction joint shall be performed at the proper time and only on horizontal construction joints. The air pressure used in the jet shall be 90 to 110 psi, and the water pressure shall be just sufficient to bring the water into effective influence of the air pressure. When approved by the Contracting Officer, a retarder complying with the requirements of COE CRD-C 94 may be applied to the surface of the lift to prolong the period of time during which air-water cutting is effective. Prior to receiving approval, furnish samples of the material to be used and demonstrate the method to be used in applications. After cutting, the surface shall be washed and rinsed as long as there is any trace of cloudiness of the wash water. Where necessary to remove accumulated laitance, coatings, stains, debris, and other foreign material, high-pressure water jet or sandblasting will be required as the last operation before placing the next lift.

3.1.4.3 High-Pressure Water Jet

A stream of water under a pressure of not less than 3,000 psi may be used for cleaning. Its use shall be delayed until the concrete is sufficiently hard so that only the surface or mortar is removed and there is no undercutting of coarse-aggregate particles. If the water jet is incapable of a satisfactory cleaning, the surface shall be cleaned by sandblasting.

3.1.4.4 Wet Sandblasting

This method may be used when the concrete has reached sufficient strength to prevent undercutting of the coarse aggregate particles. The surface of the concrete shall then be washed thoroughly to remove all loose materials.

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 15 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.1.4.5 Waste Disposal

The method used in disposing of waste water employed in cutting, washing, and rinsing of concrete surfaces shall be 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 be subject to approval.

3.2 PLACING

3.2.1 Placing Procedures

The surfaces of horizontal construction joints shall be kept continuously wet for the first 12 hours during the 24-hour period prior to placing concrete. Surfaces may be dampened immediately before placement if necessary. Concrete placement will not be permitted when, in the opinion of the Contracting Officer, weather conditions prevent proper placement and consolidation. Deposit concrete as close as possible to its final position in the forms and, in so depositing, there shall be no vertical drop greater than 5 feet except where suitable equipment is provided to prevent segregation and where specifically authorized. Depositing of the concrete shall be so regulated that it may be effectively consolidated in horizontal layers 2.0 feet or less in thickness with a minimum of lateral movement. The amount deposited in each location shall be that which can be readily and thoroughly consolidated. Sufficient placing capacity shall be provided so that concrete placement can be kept plastic and free of cold joints while concrete is being placed. Concrete shall be placed by methods that will prevent segregation or loss of ingredients. Any concrete transferred from one conveying device to another shall be passed through a hopper that is conical in shape. The concrete shall not be dropped vertically more than 5 feet, except where a properly designed and sized elephant truck with rigid drop chute bottom section is provided to prevent segregation and where specifically authorized. In no case will concrete be discharged to free-fall through reinforcing bars.

3.2.2 Placement by Pump

When concrete is to be placed by pump, the nominal maximum-size coarse aggregate shall not be reduced to accommodate the pumps. The distance to be pumped shall not exceed limits recommended by the pump manufacturer. The concrete shall be supplied to the concrete pump continuously. When pumping is completed, concrete remaining in the pipeline shall be ejected without contamination of concrete in place. After each operation, equipment shall be thoroughly cleaned, and flushing water shall be wasted outside of the forms. Grout used to lubricate the pumping equipment at the beginning of the placement will not be incorporated into the placement.

3.2.3 Time Interval Between Mixing and Placing

Place concrete within 30 minutes after discharge into nonagitating equipment. When concrete is truck-mixed or when a truck mixer or agitator is used for transporting concrete mixed by a concrete plant mixer, the concrete shall be delivered to the site of the work, and discharge shall be completed within 1-1/2 hours after introduction of the cement to the aggregates. When the length of haul makes it impossible to deliver truck-mixed concrete within these time limits, batching of cement and a portion of the mixing water shall be delayed until the truck mixer is at or near the construction site.

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 16 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.2.4 Cold-Weather Placing

When cold-weather placing of concrete is likely to be subjected to freezing temperatures before the expiration of the curing period, it shall be placed in accordance with procedures previously submitted in accordance with paragraph SUBMITTALS. The ambient temperature of the space adjacent to the concrete placement and surfaces to receive concrete shall be above 32 degrees F. The placing temperature of the concrete having a minimum dimension less than 12 inches shall be between 55 and 75 degrees F when measured in accordance with ASTM C 1064/C 1064M. The placing temperature of the concrete having a minimum dimension greater than 12 inches shall be between 50 and 70 degrees F. Heating of the mixing water or aggregates will be required to regulate the concrete-placing temperatures. Materials entering the mixer shall be free from ice, snow, or frozen lumps. Salt, chemicals, or other materials shall not be mixed with the concrete to prevent freezing. Submit the proposed materials, methods, and protection for approval, if concrete is to be placed under cold-weather conditions.

3.2.5 Hot-Weather Placing

Concrete shall be properly placed and finished with procedures previously submitted. The concrete-placing temperature shall not exceed 90 degrees F when measured in accordance with ASTM C 1064/C 1064M. Cooling of the mixing water and aggregates, or both, may be required to obtain an adequate placing temperature. A retarder meeting the requirements of paragraph WATER-REDUCING OR RETARDING ADMIXTURES in PART 2 may be used to facilitate placing and finishing. Steel forms and reinforcement shall be cooled prior to concrete placement when steel temperatures are greater than 120 degrees F. Conveying and placing equipment shall be cooled if necessary to maintain proper concrete-placing temperature. Submit the proposed materials and methods for review and approval, if concrete is to be placed under hot-weather conditions.

3.2.6 Consolidation

Immediately after placement, each layer of concrete, including flowing concrete, shall be consolidated by internal vibrating equipment. Vibrators shall not be used to transport concrete within the forms. Hand spading may be required, if necessary, with internal vibrating along formed surfaces permanently exposed to view. Form or surface vibrators shall not be used unless specifically approved. The vibrator shall be inserted vertically at uniform spacing over the entire area of placement. The distance between insertions shall be approximately 1-1/2 times the radius of action of the vibrator. The vibrator shall penetrate rapidly to the bottom of the layer and at least 6 inches into the preceding unhardened layer if such exists. It shall be held stationary until the concrete is consolidated and then withdrawn slowly.

3.3 FINISHING

The ambient temperature of spaces adjacent to surfaces being finished shall be not less than 40 degrees F. In hot weather when the rate of evaporation of surface moisture, as determined by use of Figure 2.1.5 of ACI 305R, may reasonably be expected to exceed 0.2 pounds per square foot per hour. Make provisions for windbreaks, shading, fog spraying, or wet covering with a light-colored material in advance of placement, and such protective measures shall be taken as quickly as finishing operations will allow. All unformed surfaces that are not to be covered by additional concrete or backfill shall have a float finish. Additional finishing shall be as

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 17 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

specified below and shall be true to the elevation shown in the drawings. Surfaces to receive additional concrete or backfill shall be brought to the elevation shown on the drawings and left true and regular. Exterior surfaces shall be sloped for drainage unless otherwise shown in the drawing or as directed. Joints shall be carefully made with a jointing or edging tool. The finished surfaces shall be protected from stains or abrasions. Grate tampers or jitterbugs shall not be used.

3.3.1 Unformed Surfaces

3.3.1.1 Float Finish

Surfaces shall be screeded and darbied or bullfloated to bring the surface to the required finish level with no coarse aggregate visible. No water, cement, or mortar shall be added to the surface during the finishing operation. The concrete, while still green but sufficiently hardened to bear a man's weight without deep imprint, shall be floated to a true and even plane. Floating may be performed by use of suitable hand floats or power-driven equipment. Hand floats shall be made of magnesium or aluminum.

3.3.1.2 Trowel Finish

A trowel finish shall be applied to the following surfaces: Building floor pads. Concrete surfaces shall be finished with a float finish, and after surface moisture has disappeared, the surface shall be troweled to a smooth, even, dense finish free from blemishes including trowel marks.

3.3.1.3 Broom Finish

Apply a broom finish to the following surfaces: Ladder anchor pads and stair landings. Finish the concrete surface with a float finish. The floated surface shall be broomed with a fiber-bristle brush in a direction transverse to that of the main traffic.

3.3.2 Formed Surfaces

Unless another finish is specified, surfaces shall be left with the texture imparted by the forms except that defective surfaces shall be repaired as described below. Other finishes shall be applied to the following structures or portions of structures:

STRUCTURE OR PORTION TYPES OF FINISH OF STRUCTURE

Grout-cleaned All concrete exposed to view above the operating floor of precast buildings

Unless painting of surfaces is required, uniform color of the concrete shall be maintained by use of only one mixture without changes in materials or proportions for any structure or portion of structure that is exposed to view or on which a special finish is required. The form panels used to produce the finish shall be orderly in arrangement, with joints between panels planned in approved relation to openings, building corners, and other architectural features. Forms shall not be reused if there is any evidence of surface wear or defects that would impair the quality of the surface.

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 18 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.3.2.1 Grout-Cleaned Finish

The surfaces of all concrete exposed to view above operating floor of precast concrete buildings shall be given a grout-cleaned finish as described, as approved by the Contracting Officer and after all required curing, cleaning, and repairs have been completed. Surfaces to be grout-cleaned shall be moist cured for the required period of time before application of the grout-cleaned finish. Grout-cleaning shall be delayed until near the end of construction on all surfaces not to be painted in order to achieve uniformity of appearance and reduce the chance of discoloring caused by subsequent construction operations. The temperature of the air adjacent to the surface shall be not less than 40 degrees F for 24 hours prior to and 72 hours following the application of the finish. The finish for any area shall be completed in the same day, and the limits of a finished area shall be made at natural breaks in the finished surface. The surface to receive grout-cleaned finish shall be thoroughly wetted to prevent absorption of water from the grout but shall have no free water present. The surface shall then be coated with grout. The grout shall be applied as soon as the surface of the concrete approaches surface dryness and shall be vigorously and thoroughly rubbed over the area with clean burlap pads, cork floats or stones, so as to fill all voids. The grout shall be composed of one part portland cement as used on the project, to two parts by volume of well-graded sand passing a No. 30 sieve mixed with water to the consistency of thick paint. White portland cement shall be used for all or part of the cement as approved by the Contracting Officer to give the desired finish color. The applied coating shall be uniform, completely filling all pits, air bubbles, and surface voids. While the grout is still plastic, remove all excess grout by working the surface with a rubber float, burlap pad, or other means. Then, after the surface whitens from drying (about 30 minutes at normal temperature) rub vigorously with clean burlap pads. Immediately after rubbing is completed, the finished surface shall be continuously moist cured for 72 hours. Burlap pads used for this operation shall be burlap stretched tightly around a board to prevent dishing the mortar in the voids.

3.3.3 Formed Surface Repair

After removal of forms, all ridges, lips, and bulges on surfaces permanently exposed shall be removed. All repairs shall be completed within 48 hours after form removal.

3.3.3.1 Classes A & B Finishes

Surfaces listed in Section 03 11 13.00 10 STRUCTURAL CONCRETE FORMWORK to have classes A and B finishes shall have surface defects repaired as follows: defective areas, voids, and honeycombs smaller than 16 square inches in area and less than 1/2 inch deep and bug holes exceeding 1/2 inch in diameter shall be chipped and filled with dry-packed mortar. Holes left by removal of tie rods shall be reamed and filled with dry-packed mortar as specified in paragraph MATERIAL AND PROCEDURE FOR REPAIRS below. Defective and unsound concrete areas larger than described shall be defined by 1/2 inch deep dovetailed saw cuts in a rectangular pattern with lines parallel to the formwork, the defective concrete removed by chipping, and the void repaired with replacement concrete. The prepared area shall be brush-coated with an epoxy resin meeting the requirements of paragraph EPOXY RESIN in PART 2, a latex bonding agent meeting the requirements of paragraph LATEX BONDING COMPOUND in PART 2, or a neat cement grout after dampening the area with water. The void shall be filled with replacement concrete in accordance with paragraph MATERIAL AND PROCEDURE FOR REPAIRS

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 19 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

below.

3.3.3.2 Class D Finish

Surfaces listed in Section 03 11 13.00 10 STRUCTURAL CONCRETE FORMWORK and as shown to have class D finish shall have surface defects repaired as follows: defective areas, voids, and honeycombs greater than 48 square inches in area or more than 2 inches deep shall be defined by 1/2 inch deep dovetailed saw cuts in a rectangular pattern, the defective concrete removed by chipping and the void repaired with replacement concrete. The prepared area shall be brush-coated with an epoxy resin meeting the requirements of paragraph EPOXY RESIN in PART 2, a latex bonding agent meeting the requirements of paragraph LATEX BONDING COMPOUND in PART 2, or a neat cement grout after dampening the area with water. The void shall be filled with replacement concrete as specified below.

3.3.3.3 Material and Procedure for Repairs

The cement used in the dry-packed mortar or replacement concrete shall be a blend of the cement used for production of project concrete and white portland cement properly proportioned so that the final color of the mortar or concrete will match adjacent concrete. Trial batches shall be used to determine the proportions required to match colors. Dry-packed mortar shall consist of one part cement to two and one-half parts fine aggregate. The fine aggregate shall be that used for production of project concrete. The mortar shall be remixed over a period of at least 30 minutes without addition of water until it obtains the stiffest consistency that will permit placing. Mortar shall be thoroughly compacted into the prepared void by tamping, rodding, ramming, etc. and struck off to match adjacent concrete. Replacement concrete shall be produced using project materials and shall be proportioned by the Contracting Officer. It shall be thoroughly compacted into the prepared void by internal vibration, tamping, rodding, ramming, etc. and shall be struck off and finished to match adjacent concrete. Forms shall be used to confine the concrete. If an expanding agent is used in the repair concrete, the repair shall be thoroughly confined on all sides including the top surface. Metal tools shall not be used to finish permanently exposed surfaces. The repaired areas shall be cured for 7 days. The temperature of the in situ concrete, adjacent air, and replacement mortar or concrete shall be above 40 degrees F during placement, finishing, and curing. Other methods and materials for repair may be used only when approved in writing by the Contracting Officer. Repairs of the so called "plaster-type" will not be permitted.

3.4 CURING AND PROTECTION

Submit the curing medium and methods to be used for review and approval.

3.4.1 Duration

The length of the curing period shall be determined by the type of cementitious material, as specified below. Concrete shall be cured by an approved method.

Type II portland cement ______14 days Portland cement blended with 25 percent of less fly-ash or GGBF slag ______14 days Portland cement blended with more than 25 percent fly-ash or GGBF slag ______21 days

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 20 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Immediately after placement, protect concrete from premature drying, extremes in temperatures, rapid temperature change, and mechanical damage. All materials and equipment needed for adequate curing and protection shall be available and at the placement site prior to the start of concrete placement. Concrete shall be protected from the damaging effects of rain for 12 hours and from flowing water for 14 days. No fire or excessive heat including welding shall be permitted near or in direct contact with concrete or concrete embedments at any time.

3.4.2 Moist Curing

Moist-cured concrete shall be maintained continuously, not periodically, wet for the entire curing period. If water or curing materials stain or discolor concrete surfaces that are to be permanently exposed, they shall be cleaned as required in paragraph APPEARANCE in PART 1. Where wooden form sheathing is left in place during curing, the sheathing shall be kept wet at all times. If steel forms are used in hot weather, nonsupporting vertical forms shall be carefully broken loose from the concrete, soon after the concrete hardens, and curing water continuously applied into the void so as to continuously saturate the entire concrete surface. Horizontal surfaces may be moist cured by ponding, by covering with a minimum uniform thickness of 2 inches of continuously saturated sand, or by covering with saturated nonstaining burlap or cotton mats. Horizontal construction joints may be allowed to dry for 12 hours immediately prior to the placing of the following lift. Silica fume concrete, if used, shall be moist-cured.

3.4.3 Membrane-Forming Curing Compound

Concrete may be cured with an approved membrane-forming curing compound in lieu of moist curing except that membrane curing will not be permitted on any surface to which a grout-cleaned finish is to be applied or other concrete is to be bonded, on any surface containing protruding steel reinforcement, on an abrasive aggregate finish, or any surface maintained at curing temperature by use of free steam. A styrene acrylate or chlorinated rubber compound may be used for surfaces that are to be painted or are to receive bituminous roofing or waterproofing, or for floors that are to receive adhesive applications of resilient flooring. The curing compound selected shall be compatible with any subsequent paint, roofing, waterproofing, or flooring specified.

3.4.3.1 Pigmented Curing Compound

A pigmented curing compound meeting the requirements of the above paragraph may be used on surfaces that will not be exposed to view when the project is completed.

3.4.3.2 Nonpigmented Curing Compound

A nonpigmented curing compound containing a fugitive dye may be used on surfaces that will be exposed to view when the project is completed. Concrete cured with nonpigmented curing compound must be shaded from the sun for the first 3 days when the ambient temperature is 90 degrees F or higher.

3.4.3.3 Application

Apply the curing compound to formed surfaces immediately after the forms are removed and prior to any patching or other surface treatment except the

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 21 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

cleaning of loose sand, mortar, and debris from the surface. The surfaces shall be thoroughly moistened with water, and the curing compound applied as soon as free water disappears. The curing compound shall be applied to unformed surfaces as soon as free water has disappeared and bleeding has stopped. The curing compound shall be applied in a two-coat continuous operation by approved motorized power-spraying equipment operating at a minimum pressure of 75 psi, at a uniform coverage of not more than 400 square feet per gallon for each coat, and the second coat shall be applied perpendicular to the first coat. Concrete surfaces that have been subjected to rainfall within 3 hours after curing compound has been applied shall be resprayed by the method and at the coverage specified. All concrete surfaces on which the curing compound has been applied shall be adequately protected for the duration of the entire curing period from pedestrian and vehicular traffic and from any other cause that will disrupt the continuity of the curing membrane.

3.4.4 Evaporation Retardant

Sheet curing shall not be used on vertical or near-vertical surfaces. All surfaces shall be thoroughly wetted and be completely covered with waterproof paper or polyethylene-coated burlap having the burlap thoroughly water-saturated before placing. Covering shall be laid with light-colored side up. Covering shall be lapped not less than 12 inches and securely weighted down or shall be lapped not less than 4 inches and taped to form a continuous cover with completely closed joints. The sheet shall be weighted to prevent displacement so that it remains in contact with the concrete during the specified length of curing. Coverings shall be folded down over exposed edges of slabs and secured by approved means. Sheets shall be immediately repaired or replaced if tears or holes appear during the curing period.

3.4.5 Cold-Weather Curing and Protection

When the daily outdoor low temperature is less than 32 degrees F, the temperature of the concrete shall be maintained above 40 degrees F for the first 7 days after placing. In addition, during the period of protection removal, the air temperature adjacent to the concrete surfaces shall be controlled so that concrete near the surface will not be subjected to a temperature differential of more than 25 degrees F as determined by observation of ambient and concrete temperatures indicated by suitable temperatures measuring devices furnished by the Government as required and installed adjacent to the concrete surface and 2 inches inside the surface of the concrete. The installation of the thermometers shall be made by the Contractor at such locations as may be directed.

3.5 SETTING OF BASE PLATES AND BEARING PLATES

3.5.1 Setting of Plates

After being plumbed and properly positioned, column base plates, bearing plates for beams and similar structural members, and machinery and equipment base plates shall be provided with full bearing with nonshrink grout. The space between the top of concrete or masonry-bearing surface and the bottom of the plate shall be approximately 1/24 of the width of the plate, but not less than 1/2 inch for plates less than 12 inches wide. Concrete surfaces shall be rough, clean, and free of oil, grease, and laitance, and they shall be damp. Metal surfaces shall be clean and free of oil, grease, and rust.

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 22 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.5.2 Nonshrink Grout Application

Nonshrink grout shall conform to the requirements of paragraph NONSHRINK GROUT in PART 2. Water content shall be the minimum that will provide a flowable mixture and fill the space to be grouted without segregation, bleeding, or reduction of strength.

3.5.2.1 Mixing and Placing of Nonshrink Grout

Mixing and placing shall be in conformance with the material manufacturer's instructions and as specified. Ingredients shall be thoroughly dry-mixed before adding water. After adding water, the batch shall be mixed for 3 minutes. Batches shall be of size to allow continuous placement of freshly mixed grout. Grout not used within 30 minutes after mixing shall be discarded. The space between the top of the concrete or masonry-bearing surface and the plate shall be filled solid with the grout. Forms shall be of wood or other equally suitable material for retaining the grout and shall be removed after the grout has set. If grade "A" grout as specified in ASTM C 1107/C 1107M is used, all surfaces shall be formed to provide restraint. The placed grout shall be worked to eliminate voids; however, overworking and breakdown of the initial set shall be avoided. Grout shall not be retempered or subjected to vibration from any source. Where clearances are unusually small, placement shall be under pressure with a grout pump. Temperature of the grout, and of surfaces receiving the grout, shall be maintained at 65 to 85 degrees F until after setting.

3.5.2.2 Treatment of Exposed Surfaces

After the grout has set, those types containing metallic aggregate shall have the exposed surfaces cut back 1 inch and immediately covered with a parge coat of mortar proportioned by mass of one part portland cement, two parts sand, and sufficient water to make the mixture placeable. The parge coat shall have a smooth, dense finish. The exposed surface of other types of nonshrink grout shall have a smooth, dense finish.

3.5.2.3 Curing

Grout and parge coats shall be cured in conformance with paragraph CURING AND PROTECTION above.

3.6 TESTS AND INSPECTIONS

Submit test results and inspection reports, daily and weekly. Tests and inspections shall conform to the following requirements:

3.6.1 General

Perform the inspections and tests described below, and, based upon the results of these inspections and tests, he shall take the action required and submit reports as required. When, in the opinion of the Contracting Officer, the concreting operation is out of control, concrete placement shall cease. The laboratory performing the tests shall be on site and shall conform with ASTM C 1077. The Government will inspect the laboratory, equipment, and test procedures prior to start of concreting operations and at least once per year thereafter for conformance with ASTM C 1077.

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 23 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.6.2 Testing and Inspection Requirements

3.6.2.1 Concrete Mixture

a. Air Content Testing - Air content tests shall be made when test specimens are fabricated. In addition, at least two tests for air content shall be made on randomly selected batches of each separate concrete mixture produced during each 8-hour period of concrete production. Additional tests shall be made when excessive variation in workability is reported by the placing foreman or Government quality assurance representative. Tests shall be made in accordance with ASTM C 231. Test results shall be plotted on control charts which shall at all times be readily available to the Government. Copies of the current control charts shall be kept in the field by the Contractor's quality control representatives and results plotted as tests are made. When a single test result reaches either the upper or lower action limit a second test shall immediately be made. The results of the two tests shall be averaged and this average used as the air content of the batch to plot on both the control chart for air content and the control chart for range, and for determining the need for any remedial action. The result of each test, or average as noted in the previous sentence, shall be plotted on a separate chart for each mixture on which an "average line" is set at the midpoint of the specified air content range from paragraph AIR CONTENT in Part 1. An upper warning limit and a lower warning limit line shall be set 1.0 percentage point above and below the average line. An upper action limit and a lower action limit line shall be set 1.5 percentage points above and below the average line, respectively. The range between each two consecutive tests shall be plotted on a control chart for range where an upper warning limit is set at 2.0 percentage points and up upper action limit is set at 3.0 percentage points. Samples for air content may be taken at the mixer, however, the Contractor is responsible for delivering the concrete to the placement site at the stipulated air content. If the Contractor's materials or transportation methods cause air content loss between the mixer and the placement, correlation samples shall be taken at the placement site as required by the Contracting Officer and the air content at the mixer controlled as directed.

b. Air Content Corrective Action - Whenever points on the control chart for percent air reach either warning limit, an adjustment shall immediately be made in the amount of air-entraining admixture batched. As soon as is practical after each adjustment, another test shall be made to verify the result of the adjustment. Whenever a point on the control chart range reaches the warning limit, the admixture dispenser shall be recalibrated to ensure that it is operating accurately and with good reproducibility. Whenever a point on either control chart reaches an action limit line, the air content shall be considered out of control and the concreting operation shall immediately be halted until the air content is under control. Additional air content tests shall be made when concreting is restarted. All this shall be at no extra cost to the Government.

c. Slump Testing - In addition to slump tests which shall be made when test specimens are fabricated, at least four slump tests shall be made on randomly selected batches in accordance with ASTM C 143/C 143M for each separate concrete mixture produced during each 8-hour or less period of concrete production each day. Also, additional tests shall be made when excessive variation in workability is reported by the

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 24 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

placing foreman or Government's quality assurance representative. Test results shall be plotted on control charts which shall at all times be readily available to the Government. Copies of the current control charts shall be kept in the field by the Contractor's quality control representatives and results plotted as tests are made. When a single slump test reaches or goes beyond either the upper or lower action limit, a second test shall immediately be made on the same batch of concrete. The results of the two tests shall be averaged and this average used as the slump of the batch to plot on both the control chart for percent air and the chart for range, and for determining the need for any remedial action. An upper warning limit shall be set at 1/2 inch below the maximum allowable slump on separate control charts for percent air used for each type of mixture as specified in paragraph SLUMP in PART 1, and an upper action limit line and lower action limit line shall be set at the maximum and minimum allowable slumps, respectively, as specified in the same paragraph. The range between each consecutive slump test for each type of mixture shall be plotted on a single control chart for range on which an upper action limit is set at 2 inches. Samples for slump shall be taken at the mixer, however, the Contractor is responsible for delivering the concrete to the placement site at the stipulated slump. If the Contractor's materials or transportation methods cause slump loss between mixer and the placement, correlation samples shall be taken at the placement site as required by the Contracting Officer and the slump at the mixer controlled as directed.

d. Slump Corrective Action - Whenever points on the control chart for slump reach the upper warning limit, an adjustment shall be immediately made in the batch weights of water and fine aggregate. The adjustments are to be made so that the total water content does not exceed that amount allowed by the maximum W/C specified, based upon aggregates which are in a saturated surface-dry condition. When a single slump reaches the upper or lower action limit, no further concrete shall be delivered to the placing site until proper adjustments have been made. Immediately after each adjustment, another test shall be made to verify the correctness of the adjustment. Whenever two consecutive slump tests, made during a period when there was no adjustment of batch weights, produce a point on the control chart for range at or above the upper action limit, the concreting operation shall immediately be halted and the Contractor shall take appropriate steps to bring the slump under control. Also, additional slump tests shall be made as directed. All this shall be at no additional cost to the Government.

e. Temperature - The temperature of the concrete shall be measured when compressive strength specimens are fabricated. Measurement shall be in accordance with ASTM C 1064/C 1064M. The temperature shall be reported along with the compressive strength data.

f. Compressive-Strength Specimens - At least one set of test specimens shall be made each day on each different concrete mixture placed during the day. Additional sets of test cylinders shall be made, as directed by the Contracting Officer, when the mixture proportions are changed or when low strengths have been detected. A random sampling plan shall be developed and approved by the Contracting Officer prior to the start of construction. The plan shall assure that sampling is done in a completely random and unbiased manner. A set of test specimens for concrete with a 28-day specified strength in accordance with paragraph DESIGN REQUIREMENTS in PART 1 shall consist of four cylinders, two to be tested at 7 days and two at 28 days. A set of test specimens for

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 25 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

concrete with a 90-day strength shall consist of six cylinders, two tested at 7 days, two at 28 days, and two at 90 days. Test specimens shall be molded and cured in accordance with ASTM C 31/C 31M and tested in accordance with ASTM C 39/C 39M. All compressive-strength tests shall be reported immediately to the Contracting Officer. Quality control charts shall be kept for individual strength tests, moving average for strength, and moving average for range for each mixture. The charts shall be similar to those found in ACI 214R.

3.6.2.2 Inspection Before Placing

Foundation or construction joints, forms, and embedded items shall be inspected for quality in sufficient time prior to each concrete placement to certify to the Contracting Officer that they are ready to receive concrete. The results of each inspection shall be reported in writing.

3.6.2.3 Placing

a. Placing Corrective Action - The placing foreman shall not permit batching and placing to begin until he has verified that an adequate number of vibrators in working order and with competent operators are available. Placing shall not be continued if any pile of concrete is inadequately consolidated. If any batch of concrete fails to meet the temperature requirements, immediate steps shall be taken to improve temperature controls.

b. Placing Corrective Action - The placing foreman shall not permit batching and placing to begin until he has verified that an adequate number of vibrators in working order and with competent operators are available. Placing shall not be continued if any pile of concrete is inadequately consolidated. If any batch of concrete fails to meet the temperature requirements, immediate steps shall be taken to improve temperature controls.

3.6.2.4 Vibrators

a. Vibrator Testing and Use - The frequency and amplitude of each vibrator shall be determined in accordance with COE CRD-C 521prior to initial use and at least once a month when concrete is being placed. Additional tests shall be made as directed when a vibrator does not appear to be adequately consolidating the concrete. The frequency shall be determined at the same time the vibrator is operating in concrete with the tachometer held against the upper end of the vibrator head while almost submerged and just before the vibrator is withdrawn from the concrete. The amplitude shall be determined with the head vibrating in air. Two measurements shall be taken, one near the tip and another near the upper end of the vibrator head and these results averaged. The make, model, type, and size of the vibrator and frequency and amplitude results shall be reported in writing.

b. Vibrator Corrective Action - Any vibrator not meeting the requirements of paragraph VIBRATORS in PART 2 shall be immediately removed from service and repaired or replaced.

3.6.2.5 Curing

a. Moist-Curing Inspections - At least once each shift, and once per day on nonwork days an inspection shall be made of all areas subject to moist curing. The surface moisture condition shall be noted and

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 26 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

recorded.

b. Moist-Curing Corrective Action - When a daily inspection report lists an area of inadequate curing, immediate corrective action shall be taken, and the required curing period for such areas shall be extended by one (1) day.

c. Membrane-Curing Inspection - No curing compound shall be applied until the Contractor has verified that the compound is properly mixed and ready for spraying. At the end of each operation, the Contractor shall estimate the quantity of compound used by measurement of the container and the area of concrete surface covered and compute the rate of coverage in square feet per gallon. Note whether or not coverage is uniform.

d. Membrane-Curing Corrective Action - When the coverage rate of the curing compound is less than that specified or when the coverage is not uniform, the entire surface shall be sprayed again.

e. Sheet-Curing Inspection - At least once each shift and once per day on nonwork days, an inspection shall be made of all areas being cured using material sheets. The condition of the covering and the tightness of the laps and tapes shall be noted and recorded.

f. Sheet-Curing Corrective Action - When a daily inspection report lists any tears, holes, or laps or joints that are not completely closed, the tears and holes shall promptly be repaired or the sheets replaced, the joints closed, and the required curing period for those areas shall be extended by one (1) day.

3.6.2.6 Cold-Weather Protection and Sealed Insulation Curing

At least once each shift and once per day on nonwork days, an inspection shall be made of all areas subject to cold-weather protection. The protection system shall be inspected for holes, tears, unsealed joints, or other deficiencies that could result in damage to the concrete. Special attention shall be taken at edges, corners, and thin sections. Any deficiencies shall be noted, corrected, and reported.

3.6.2.7 Cold-Weather Protection Corrective Action

When a daily inspection report lists any holes, tears, unsealed joints, or other deficiencies, the deficiency shall be corrected immediately and the period of protection extended 1 day.

3.6.2.8 Mixer Uniformity

Submit the results of the initial mixer uniformity tests, at least 5 days prior to the initiation of placing.

Truck Mixers - Prior to the start of concrete placing and at least once every 6 months when concrete is being placed, uniformity of concrete shall be determined in accordance with ASTM C 94/C 94M. The truck mixers shall be selected randomly for testing. When satisfactory performance is found in one truck mixer, the performance of mixers of substantially the same design and condition of the blades may be regarded as satisfactory.

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 27 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.6.2.9 Mixer Uniformity Corrective Action

When a mixer fails to meet mixer uniformity requirements, either the mixer shall be removed from service on the work, the mixing time shall be increased, batching sequence changed, batch size reduced, or adjustments shall be made to the mixer until compliance is achieved.

3.6.3 Reports

All results of tests or inspections conducted shall be reported informally as they are completed and in writing daily. A weekly report shall be prepared for the updating of control charts covering the entire period from the start of the construction season through the current week. During periods of cold-weather protection, reports of pertinent temperatures shall be made daily. These requirements do not relieve the Contractor of the obligation to report certain failures immediately as required in preceding paragraphs. Such reports of failures and the action taken shall be confirmed in writing in the routine reports. The Contracting Officer has the right to examine all test and inspection records.

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 28 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

-- End of Section --

W912EP-11-R-0042 SECTION 03 31 01.00 10 Page 29 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 05 - METALS

SECTION 05 50 13

MISCELLANEOUS METAL FABRICATIONS

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 QUALIFICATION OF WELDERS 1.4 DELIVERY, STORAGE, AND PROTECTION

PART 2 PRODUCTS

2.1 MATERIALS 2.1.1 Structural Carbon Steel 2.1.2 Structural Tubing 2.1.3 Steel Pipe 2.1.4 Gratings 2.1.5 Anchor Bolts, Nuts, and Washers 2.1.5.1 Lag Screws and Bolts 2.1.5.2 Toggle Bolts 2.1.5.3 Bolts, Nuts, Studs and Rivets 2.1.5.4 Powder Actuated Fasteners 2.1.5.5 Screws 2.1.5.6 Washers 2.1.6 Aluminum Alloy Products 2.2 FABRICATION FINISHES 2.2.1 Galvanizing 2.2.2 Galvanize 2.2.3 Repair of Zinc-Coated Surfaces 2.2.4 Nonferrous Metal Surfaces 2.2.5 Aluminum Surfaces 2.2.5.1 Surface Condition 2.2.5.2 Aluminum Finishes 2.3 FLOOR GRATINGS 2.4 MISCELLANEOUS PLATES AND SHAPES 2.5 SAFETY CHAINS

PART 3 EXECUTION

3.1 GENERAL INSTALLATION REQUIREMENTS 3.2 WORKMANSHIP 3.3 ANCHORAGE, FASTENINGS, AND CONNECTIONS 3.4 BUILT-IN WORK 3.5 WELDING 3.6 FINISHES 3.6.1 Dissimilar Materials 3.6.2 Field Preparation 3.7 MOUNTING OF SAFETY CHAINS

W912EP-11-R-0042 SECTION 05 50 13 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 05 50 13 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 05 50 13

MISCELLANEOUS METAL FABRICATIONS

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.

ALUMINUM ASSOCIATION (AA)

AA 46 (1978) Standards for Anodized Architectural Aluminum

AA DAF-45 (2003) Designation System for Aluminum Finishes

AMERICAN INSTITUTE OF STEEL CONSTRUCTION (AISC)

AISC 303 (2005) Code of Standard Practice for Steel Buildings and Bridges

AMERICAN SOCIETY OF SAFETY ENGINEERS (ASSE/SAFE)

ASSE/SAFE A10.3 (2006) Operations - Safety Requirements for Powder Actuated Fastening Systems

AMERICAN WELDING SOCIETY (AWS)

AWS D1.1/D1.1M (2008; Errata 2008) Structural Welding Code - Steel

ASME INTERNATIONAL (ASME)

ASME B18.2.1 (1996; R 2005) Square and Hex Bolts and Screws (Inch Series)

ASME B18.2.2 (1987; R 2005) Standard for Square and Hex Nuts

ASME B18.21.1 (1999; R 2005) Lock Washers (Inch Series)

ASME B18.22.1 (1965; R 2008) Plain Washers

ASME B18.6.2 (1998; R 2005) Slotted Head Cap Screws, Square Head Set Screws, and Slotted Headless Set Screws: Inch Series

ASME B18.6.3 (2003; R 2008) Machine Screws and Machine Screw Nuts

W912EP-11-R-0042 SECTION 05 50 13 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

ASTM INTERNATIONAL (ASTM)

ASTM A 123/A 123M (2009) Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

ASTM A 153/A 153M (2009) Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware

ASTM A 276-10 (2003; R 2010) Standard Specification for Stainless Steel Bars and Shapes

ASTM A 307 (2007b) Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength

ASTM A 36/A 36M (2008) Standard Specification for Carbon Structural Steel

ASTM A 467/A 467M (2007) Standard Specification for Machine Coil and Chain

ASTM A 500/A 500M (2009) Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes

ASTM A 53/A 53M (2007) Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless

ASTM A 653/A 653M (2009a) Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process

ASTM A 687 (1993) Standard Specification for High-Strength Nonheaded Steel Bolts and Studs

ASTM A 780/A 780M (2009) Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings

ASTM A 924/A 924M (2009a) Standard Specification for General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process

ASTM B 108/B 108M (2008) Standard Specification for Aluminum-Alloy Permanent Mold Castings

ASTM B 209 (2007) Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate

ASTM B 221 (2008) Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes

W912EP-11-R-0042 SECTION 05 50 13 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

ASTM B 26/B 26M (2009) Standard Specification for Aluminum-Alloy Sand Castings

ASTM C 1513 (2004; E 2009; R 2009) Standard Specification for Steel Tapping Screws for Cold-Formed Steel Framing Connections

ASTM F 1679 (2004e1) Standard Test Method for Using a Variable Incidence Tribometer

ASTM F 593 (2002; R 2008) Stainless Steel Bolts, Hex Cap Screws, and Studs

ASTM F 594 (2008) Standard Specification for Stainless Steel Nuts

MASTER PAINTERS INSTITUTE (MPI)

MPI 79 (Oct 2009) Alkyd Anti-Corrosive Metal Primer

NATIONAL ASSOCIATION OF ARCHITECTURAL METAL MANUFACTURERS (NAAMM)

NAAMM MBG 531 (2000) Metal Bar Grating Manual

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-02 Shop Drawings

Floor gratings, installation drawings

Embedded angles and plates, installation drawings

Submit fabrication drawings showing layout(s), connections to structural system, and anchoring details as specified in AISC 303.

Submit templates, erection and installation drawings indicating thickness, type, grade, class of metal, and dimensions. Show construction details, reinforcement, anchorage, and installation with relation to the building construction.

SD-03 Product Data

Floor gratings

1.3 QUALIFICATION OF WELDERS

Qualify welders in accordance with AWS D1.1/D1.1M. Use procedures, materials, and equipment of the type required for the work.

1.4 DELIVERY, STORAGE, AND PROTECTION

Protect from corrosion, deformation, and other types of damage. Store

W912EP-11-R-0042 SECTION 05 50 13 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

items in an enclosed area free from contact with soil and weather. Remove and replace damaged items with new items.

PART 2 PRODUCTS

2.1 MATERIALS

2.1.1 Structural Carbon Steel

ASTM A 36/A 36M.

2.1.2 Structural Tubing

ASTM A 500/A 500M.

2.1.3 Steel Pipe

ASTM A 53/A 53M, Type E or S, Grade B.

2.1.4 Gratings

Stainless steel metal bar grating (type 304 stainless in accordance with ASTM A 276-10), as shown. Hot-dip zinc galvanized, ASTM A 36/A 36M steel grating, in accordance with ASTM A 123/A 123M, as shown. Grating shall be per NAAMM MBG 531.

2.1.5 Anchor Bolts, Nuts, and Washers

ASTM F 593, Type 316, stainless steel bolts. ASTM F 594, Type 316, stainless steel nuts. Washers shall be of Type 316 stainless steel. Separate dissimilar metals with appropriate insulators.

2.1.5.1 Lag Screws and Bolts

Unless otherwise specified, ASME B18.2.1, type and grade best suited for the purpose.

2.1.5.2 Toggle Bolts

Unless otherwise specified, ASME B18.2.1.

2.1.5.3 Bolts, Nuts, Studs and Rivets

Unless otherwise specified, ASME B18.2.2 and ASTM A 687 or ASTM A 307.

2.1.5.4 Powder Actuated Fasteners

Follow safety provisions of ASSE/SAFE A10.3.

2.1.5.5 Screws

Unless otherwise specified, ASME B18.2.1, ASME B18.6.2, ASME B18.6.3 and ASTM C 1513.

2.1.5.6 Washers

Unless otherwise specified, provide plain washers to conform to ASME B18.22.1. Provide beveled washers for American Standard beams and

W912EP-11-R-0042 SECTION 05 50 13 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

channels, square or rectangular, tapered in thickness, and smooth. Provide lock washers to conform to ASME B18.21.1.

2.1.6 Aluminum Alloy Products

Conform to ASTM B 209 for sheet plate, ASTM B 221 for extrusions and ASTM B 26/B 26M or ASTM B 108/B 108M for castings, as applicable. Provide aluminum extrusions at least 1/8 inch thick and aluminum plate or sheet at least 0.050 inch thick.

2.2 FABRICATION FINISHES

2.2.1 Galvanizing

Hot-dip galvanize items specified to be zinc-coated, after fabrication where practicable. Galvanizing: ASTM A 123/A 123M, ASTM A 153/A 153M, ASTM A 653/A 653M or ASTM A 924/A 924M, G90, as applicable.

2.2.2 Galvanize

Anchor bolts, grating fasteners, washers, and parts or devices necessary for proper installation, unless indicated otherwise.

2.2.3 Repair of Zinc-Coated Surfaces

Repair damaged surfaces with galvanizing repair method and paint conforming to ASTM A 780/A 780M or by application of stick or thick paste material specifically designed for repair of galvanizing, as approved by Contracting Officer. Clean areas to be repaired and remove slag from welds. Heat surfaces to which stick or paste material is applied, with a torch to a temperature sufficient to melt the metallics in stick or paste; spread molten material uniformly over surfaces to be coated and wipe off excess material.

2.2.4 Nonferrous Metal Surfaces

Protect by plating, anodic, or organic coatings.

2.2.5 Aluminum Surfaces

2.2.5.1 Surface Condition

Before finishes are applied, remove roll marks, scratches, rolled-in scratches, kinks, stains, pits, orange peel, die marks, structural streaks, and other defects which will affect uniform appearance of finished surfaces.

2.2.5.2 Aluminum Finishes

Unexposed sheet, plate and extrusions may have mill finish as fabricated. Sandblast castings' finish, medium, AA DAF-45, or AA 46. Unless otherwise specified, provide all other aluminum items with a standard mill finish.

2.3 FLOOR GRATINGS

Design stainless steel grating and galvanized steel grating in accordance with NAAMM MBG 531 for bar type grating.

a. Design floor gratings to support a live load of 100 pounds per square foot for the spans indicated, with maximum deflection of L/240.

W912EP-11-R-0042 SECTION 05 50 13 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

b. NAAMM MBG 531, band edges of grating with bars of the same size as the bearing bars. Weld banding in accordance with the manufacturer's standard for trim unless otherwise indicated. Design tops of bearing bars, cross or intermediate bars to be in the same plane and match grating finish.

c. Attach grating as per manufacturer's attachment system.

d. Slip resistance requirements must exceed both wet and dry a static coefficient of friction of 0.5 as tested in accordance with ASTM F 1679.

2.4 MISCELLANEOUS PLATES AND SHAPES

Provide stainless steel, Type 304, for items that do not form a part of the structural steel framework, such as lintels, sill angles, miscellaneous mountings and frames. Provide with connections and fasteners or welds.

2.5 SAFETY CHAINS

Construct safety chains of galvanized steel, straight link type, 3/16 inch diameter, with at least twelve links per foot, and with snap hooks on each end. Test safety chain in accordance with ASTM A 467/A 467M, Class CS. Provide snap hooks of boat type. Provide galvanized 3/8 inch bolt with 3/4 inch eye diameter for attachment of chain, anchored as indicated. Supply two chains, 4 inches longer than the anchorage spacing, for each guarded area. Locate safety chain where indicated. Mount the top chain 3 feet 6 inches above the floor and mount the lower chain 2 feet above the floor.

PART 3 EXECUTION

3.1 GENERAL INSTALLATION REQUIREMENTS

Install items at locations indicated, according to manufacturer's instructions. Verify all measurements and take all field measurements necessary before fabrication. Exposed fastenings shall be compatible materials, shall generally match in color and finish, and harmonize with the material to which fastenings are applied. Include materials and parts necessary to complete each item, even though such work is not definitely shown or specified. Poor matching of holes for fasteners shall be cause for rejection. Conceal fastenings where practicable. Thickness of metal and details of assembly and supports shall provide strength and stiffness. Form joints exposed to the weather shall be formed to exclude water. Items listed below require additional procedures.

3.2 WORKMANSHIP

Provide miscellaneous metalwork that is well formed to shape and size, with sharp lines and angles and true curves. Drilling and punching shall produce clean true lines and surfaces. Provide continuous welding along the entire area of contact except where tack welding is permitted. Do not tack weld exposed connections of work in place and ground smooth. Provide a smooth finish on exposed surfaces of work in place and unless otherwise approved, flush exposed riveting. Mill joints where tight fits are required. Corner joints shall be coped or mitered, well formed, and in true alignment. Accurately set work to established lines and elevations and securely fastened in place. Install in accordance with manufacturer's installation instructions and approved drawings, cuts, and details.

W912EP-11-R-0042 SECTION 05 50 13 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.3 ANCHORAGE, FASTENINGS, AND CONNECTIONS

Provide anchorage where necessary for fastening miscellaneous metal items securely in place. Include for anchorage not otherwise specified or indicated slotted inserts, expansion shields, and powder-driven fasteners, when approved for concrete; toggle bolts and through bolts for masonry; machine and carriage bolts for steel; through bolts, lag bolts, and screws for wood. Do not use wood plugs in any material. Provide non-ferrous attachments for non-ferrous metal. Make exposed fastenings of compatible materials, generally matching in color and finish, to which fastenings are applied. Conceal fastenings where practicable.

3.4 BUILT-IN WORK

Form for anchorage metal work built-in with concrete or masonry, or provide with suitable anchoring devices as indicated or as required. Furnish metal work in ample time for securing in place as the work progresses.

3.5 WELDING

Perform welding, welding inspection, and corrective welding, in accordance with AWS D1.1/D1.1M. Use continuous welds on all exposed connections. Grind visible welds smooth in the finished installation.

3.6 FINISHES

3.6.1 Dissimilar Materials

Where dissimilar metals are in contact, protect surfaces with a coat conforming to MPI 79 to prevent galvanic or corrosive action.

3.6.2 Field Preparation

Surfaces, when assembled, shall be free of rust, grease, dirt and other foreign matter.

3.7 MOUNTING OF SAFETY CHAINS

Mount safety chains 3 feet 6 inches and 2 feet above the floor.

-- End of Section --

W912EP-11-R-0042 SECTION 05 50 13 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 05 - METALS

SECTION 05 51 00

METAL STAIRS

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 QUALIFICATIONS FOR WELDING WORK

PART 2 PRODUCTS

2.1 GENERAL REQUIREMENTS 2.2 STRUCTURAL STEEL PLATES, SHAPES AND BARS 2.3 STRUCTURAL STEEL TUBING 2.4 HOT-ROLLED CARBON STEEL BARS 2.5 COLD-FINISHED STEEL BARS 2.6 HOT-ROLLED CARBON STEEL SHEETS AND STRIPS 2.7 COLD-ROLLED CARBON STEEL SHEETS 2.8 GALVANIZED CARBON STEEL SHEETS 2.9 COLD-DRAWN STEEL TUBING 2.10 GRAY IRON CASTINGS 2.11 MALLEABLE IRON CASTINGS 2.12 STEEL PIPE 2.13 CONCRETE INSERTS 2.14 FASTENERS 2.15 GENERAL FABRICATION 2.16 PROTECTIVE COATING 2.17 STEEL PAN STAIRS 2.17.1 General 2.17.2 Stair Framing 2.17.3 Riser, Subtread, And Subplatform Metal Pans 2.17.4 Metal Safety Nosings 2.17.5 Steel Floor Plate Treads And Platforms 2.17.6 Floor Grating Treads And Platforms 2.17.7 Safety Treads 2.17.8 Steel Stairs 2.17.8.1 Design Loads 2.17.8.2 Materials

PART 3 EXECUTION

3.1 STEEL STAIRS 3.2 FIELD WELDING

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 05 51 00 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 05 51 00

METAL STAIRS

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 INSTITUTE OF STEEL CONSTRUCTION (AISC)

ANSI/AISC 360 (2005) Specification for Structural Steel Buildings

AMERICAN WELDING SOCIETY (AWS)

AWS D1.1/D1.1M (2010) Structural Welding Code - Steel

ASME INTERNATIONAL (ASME)

ASME B18.2.1 (1996; R 2005) Square and Hex Bolts and Screws (Inch Series)

ASME B18.22.1 (1965; Reaffirmed 2008) Plain Washers

ASME B18.6.3 (2003; R 2008) Machine Screws and Machine Screw Nuts

ASTM INTERNATIONAL (ASTM)

ASTM A 1008/A 1008M (2010) Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardened

ASTM A 1011/A 1011M (2010) Standard Specification for Steel, Sheet, and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability and Ultra-High Strength

ASTM A 108 (2007) Standard Specification for Steel Bar, Carbon and Alloy, Cold-Finished

ASTM A 123/A 123M (2009) Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

ASTM A 153/A 153M (2009) Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware

W912EP-11-R-0042 SECTION 05 51 00 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

ASTM A 283/A 283M (2003; R 2007) Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates

ASTM A 29/A 29M (2005) Standard Specification for Steel Bars, Carbon and Alloy, Hot-Wrought General Requirements for

ASTM A 307 (2007b) Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength

ASTM A 36/A 36M (2008) Standard Specification for Carbon Structural Steel

ASTM A 47/A 47M (1999; R 2009) Standard Specification for Ferritic Malleable Iron Castings

ASTM A 48/A 48M (2003; R 2008) Standard Specification for Gray Iron Castings

ASTM A 500/A 500M (2010) Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes

ASTM A 512 (2006) Standard Specification for Cold-Drawn Buttweld Carbon Steel Mechanical Tubing

ASTM A 526/A 526M (1990) Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Commercial Quality

ASTM A 53/A 53M (2007) Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless

ASTM A 568/A 568M (2009a) Standard Specifications for Steel, Sheet, Carbon, Structural, and High-Strength, Low-Alloy, Hot-Rolled and Cold-Rolled, General Requirements for

ASTM A 575 (1996; R 2007) Standard Specification for Steel Bars, Carbon, Merchant Quality, M-Grades

ASTM A 6/A 6M (2010) Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling

ASTM A 653/A 653M (2009a) Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process

ASTM A 924/A 924M (2010) Standard Specification for General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process

W912EP-11-R-0042 SECTION 05 51 00 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

NATIONAL ASSOCIATION OF ARCHITECTURAL METAL MANUFACTURERS (NAAMM)

NAAMM MBG 531 (2000) Metal Bar Grating Manual

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-02 Shop Drawings

Submit fabrication drawings for the following items in accordance with the paragraph entitled, "General Requirements," of this section.

Iron and Steel Hardware

Steel Shapes, Plates, Bars and Strips

Metal Stair System

SD-03 Product Data

Submit manufacturer's catalog data including two copies of manufacturers specifications, load tables, dimension diagrams, and anchor details for the following items:

Structural Steel Plates, Shapes, and Bars

Structural Steel Tubing

Hot-Rolled Carbon Steel Sheets and Strips

Cold Finished Steel Bars

Hot-Rolled Carbon Steel Bars

Cold-Rolled Carbon Steel Sheets

Galvanized Carbon Steel Sheets

Cold-Drawn Steel Tubing

Gray Iron Castings

Malleable Iron Castings

Concrete Inserts

Masonry Anchorage Devices

Protective Coating

Steel Pan Stairs

W912EP-11-R-0042 SECTION 05 51 00 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Steel Stairs

Steel Stairs, Circular

SD-07 Certificates

Submit Welding Procedures in accordance with AWS D1.1/D1.1M.

Submit certificates for Welder Qualification in accordance with the paragraph entitled, "Qualifications for Welding Work," of this section.

SD-08 Manufacturer's Instructions

Submit manufacturer's installation instructions for the following products used in the fabrication of steel stair work.

Structural Steel Plates, Shapes, and Bars

Structural Steel Tubing

Hot-Rolled Carbon Steel Sheets and Strips

Cold Finished Steel Bars

Hot-Rolled Carbon Steel Bars

Cold-Rolled Carbon Steel Sheets

Galvanized Carbon Steel Sheets

Cold-Drawn Steel Tubing

Gray Iron Castings

Malleable Iron Castings

Protective Coating

Masonry Anchorage Devices

1.3 QUALIFICATIONS FOR WELDING WORK

Submit welding procedures in accordance with AWS D1.1/D1.1M. Make test specimens in the presence of the Contracting Officer and test by an approved testing laboratory at the Contractor's expense.

Certify welder qualification by tests in accordance with AWS D1.1/D1.1M, or under an equivalent approved qualification test. In addition, perform tests on test pieces in positions and with clearances equivalent to those actually encountered. If a test weld fails to meet requirements, ensure that an immediate retest of two test welds and each test weld is made and passes. Failure in the immediate retest requires that the welder be retested after further practice or training and a complete set of test welds made.

W912EP-11-R-0042 SECTION 05 51 00 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

PART 2 PRODUCTS

2.1 GENERAL REQUIREMENTS

Submit complete and detailed fabrication drawings for all iron and steel hardware, and for all steel shapes, plates, bars and strips used in accordance with the design specifications referenced in this section.

Pre-assemble items in the shop to the greatest extent possible. Disassemble units only to the extent necessary for shipping and handling. Clearly mark units for reassembly and coordinated installation.

For the fabrication of work exposed to view, use only materials that are smooth and free of surface blemishes, including pitting, seam marks, roller marks, rolled trade names, and roughness. Remove blemishes by grinding, or by welding and grinding, prior to cleaning, treating, and application of surface finishes, including zinc coatings.

2.2 STRUCTURAL STEEL PLATES, SHAPES AND BARS

Structural-size shapes and plates, conforming to ASTM A 36/A 36M, unless otherwise noted, except bent or cold-formed plates.

Steel plates - bent or cold-formed, conforming to ASTM A 283/A 283M, Grade C.

Steel bars and bar-size shapes, conforming to ASTM A 36/A 36M, unless otherwise noted for steel bars and bar-size shapes.

2.3 STRUCTURAL STEEL TUBING

Structural steel tubing, hot-formed, welded or seamless, conforming to ASTM A 500/A 500M, Grade B, unless otherwise noted.

2.4 HOT-ROLLED CARBON STEEL BARS

Hot-rolled carbon steel bars and bar-size shapes, conforming to ASTM A 575, grade as selected by the fabricator.

2.5 COLD-FINISHED STEEL BARS

Cold-finished steel bars conforming to ASTM A 108, grade as selected by the fabricator.

2.6 HOT-ROLLED CARBON STEEL SHEETS AND STRIPS

Hot-rolled carbon sheets and strips conforming to ASTM A 568/A 568M and ASTM A 1011/A 1011M, pickled and oiled.

2.7 COLD-ROLLED CARBON STEEL SHEETS

Cold-rolled carbon steel sheets conforming to ASTM A 1008/A 1008M.

2.8 GALVANIZED CARBON STEEL SHEETS

Galvanized carbon steel sheets conforming to ASTM A 526/A 526M, with galvanizing conforming to ASTM A 653/A 653M and ASTM A 924/A 924M.

W912EP-11-R-0042 SECTION 05 51 00 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.9 COLD-DRAWN STEEL TUBING

Cold drawn steel tubing conforming to ASTM A 512, sunk drawn, butt-welded, cold-finished, and stress-relieved.

2.10 GRAY IRON CASTINGS

Gray iron castings conforming to ASTM A 48/A 48M, Class 30.

2.11 MALLEABLE IRON CASTINGS

Malleable iron castings conforming to ASTM A 47/A 47M, grade as selected.

2.12 STEEL PIPE

Steel pipe conforming to ASTM A 53/A 53M, type as selected, Grade B; primed finish, unless galvanizing is required; standard weight (Schedule 40).

2.13 CONCRETE INSERTS

Carbon steel bolts having special wedge-shaped heads, nuts, washers, and shims and galvanized in accordance with ASTM A 153/A 153M. Provide slotted-type concrete inserts consisting of galvanized 1/8-inchthick pressed steel plate conforming to ASTM A 283/A 283M; of box-type welded construction with slot designed to receive 3/4-inch diameter square-head bolt with knockout cover; and be hot-dip galvanized in accordance with ASTM A 123/A 123M.

2.14 FASTENERS

Galvanized zinc-coated fasteners in accordance with ASTM A 153/A 153M and used for exterior applications or where built into exterior walls or floor systems. Select fasteners for the type, grade, and class required for the installation of steel stair items.

Standard/regular hexagon-head bolts and nuts be conforming to ASTM A 307, Grade A.

Square-head lag bolts conforming to ASME B18.2.1.

Machine screws cadmium-plated steel conforming to ASME B18.6.3.

Plain washers, round, general-assembly-grade, carbon steel conforming to ASME B18.22.1.

Lockwashers helical spring, carbon steel conforming to.

2.15 GENERAL FABRICATION

Prepare and submit metal stair system shop drawings with detailed plans and elevations at not less than 1 inch to 1 foot with details of sections and connections at not less than 3 inches to 1 foot. Also detail placement drawings, diagrams, templates for installation of anchorage, including but not limited to, concrete inserts, anchor bolts, and miscellaneous metal items having integral anchorage devices.

Use materials of required type, size and thickness to produce adequate strength and durability in finished product for intended use. Work materials to dimensions indicated on approved detail drawings, using proven

W912EP-11-R-0042 SECTION 05 51 00 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

details of fabrication and support.

Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. Ease exposed edges to a radius of approximately 1/32 inch, and bend metal corners to the smallest radius possible without causing grain separation or otherwise impairing the work.

Continuously weld corners and seams in accordance with the recommendations of AWS D1.1/D1.1M. Grind smooth exposed welds and flush to match and blend with adjoining surfaces.

Form exposed connections with hairline joints that are flush and smooth, using concealed fasteners wherever possible. Use exposed fasteners of the type indicated or, if not indicated by fabricator, use Phillips flathead (countersunk) screws or bolts.

Provide and coordinate anchorage of the type required by fabricator with the supporting structure. Fabricate anchoring devices, space as required to provide adequate support for the intended use of the work.

Use hot-rolled steel bars for work fabricated from bar stock unless work is indicated or specified as fabricated from cold-finished or cold-rolled stock.

2.16 PROTECTIVE COATING

Hot dip galvanize steelwork in accordance with ASTM A 123/A 123M. Touch up abraded surfaces and cut ends of galvanized members with zinc-dust, zinc-oxide primer, or an approved galvanizing repair compound.

2.17 STEEL PAN STAIRS

2.17.1 General

Use welding for joining pieces together. Fabricate units so that bolts and other fastenings do not appear on finish surfaces. Make joints true and tight, and connections between parts lightproof tight. Grind smooth continuous welds where exposed.

Construct metal stair units to sizes and arrangements indicated to support a minimum live load of 150 pounds per square foot. Provide framing, hangers, columns, struts, clips, brackets, bearing plates, and other components as required for the support of stairs and platforms.

2.17.2 Stair Framing

Fabricate stringers of structural steel channels, or plates, or a combination thereof as required. Provide closures for exposed ends of strings.

Construct platforms of structural steel channel headers and miscellaneous framing members as required. Bolt headers to stringers and newels and framing members to stringers and headers.

2.17.3 Riser, Subtread, And Subplatform Metal Pans

Form metal pans of 0.1084-inch (12-gage) thick galvanized structural steel sheets, conforming to ASTM A 653/A 653M, Grade A, with zinc coating conforming to ASTM A 653/A 653M and ASTM A 924/A 924M. Shape of pans to

W912EP-11-R-0042 SECTION 05 51 00 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

configuration required.

Construct riser and subtread metal pans with steel angle supporting brackets, of size required, welded to stringers. Secure metal pans to brackets with welds. Secure subplatform metal pans to platform frames with welds.

2.17.4 Metal Safety Nosings

Cast metal abrasive safety nosings, nonskid type, 4 inches wide by full length of step between stringers. Fabricate to thickness, profile, and surface pattern as required. Equip each nosing with integral anchors for embedding in pan fill material, and spaced not more than 4 inches from each end and not more than 15 incheson center.

2.17.5 Steel Floor Plate Treads And Platforms

Provide raised pattern steel floor plate fabricated from steel complying with ASTM A 36/A 36M. Provide pattern as selected from manufacturer's standard patterns.

Form treads of 1/4-inch thick steel floor plate with integral nosing and back edge stiffener. Weld steel supporting brackets to strings and treads to brackets.

2.17.6 Floor Grating Treads And Platforms

Provide floor grating treads and platforms conforming to ASTM A 6/A 6M, ASTM A 29/A 29M and NAAMM MBG 531, "Metal Bar Grating Manual." Provide pattern, spacing, and bar sizes as required:

a. Galvanized finish conforming to ASTM A 123/A 123M.

Fabricate grating treads with steel plate nosing on one edge and with steel angle or steel plate carrier at each end for string connections. Secure treads to strings with bolts.

Fabricate grating platforms with nosing that matches on grating treads at landings. Provide toe-plates at open-sided edges of floor grating to platform framing members.

2.17.7 Safety Treads

Plank grating ASTM A 653/A 653M, Z275 G-90.

2.17.8 Steel Stairs

Provide steel stairs complete with stringers, steel risers, steel safety treads as specified in 2.18.8, landings, columns, handrails, and necessary bolts and other fastenings. Hot-dip galvanize steel stairs and accessories.

2.17.8.1 Design Loads

Design stairs to sustain a live load of not less than 150 pounds per square foot, or a concentrated load of 1,000 pounds per square foot applied where it is most critical. Conform to ANSI/AISC 360 with the design and fabrication of steel stairs, other than a commercial product.

W912EP-11-R-0042 SECTION 05 51 00 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.17.8.2 Materials

Provide steel stairs of welded construction except that bolts may be used where welding is not practicable. Screw or screw-type connections are not permitted.

a. Structural Steel: ASTM A 36/A 36M.

b. Gratings for Treads and Landings: Plank grating; ASTM A 653/A 653M, G-90 for steel. Provide gratings with nonslip nosings.

c. Support steel grating on angle cleats welded to stringers or treads with integral cleats, welded or bolted to the stringer. Provide sheet-steel landings with angle stiffeners welded on. Close exposed ends. For exterior stairs, form all exposed joints to exclude water.

d. Before fabrication, obtain necessary field measurements and verify drawing dimensions.

e. Clean metal surfaces free from mill scale, flake rust and rust pitting prior to shop finishing. Weld permanent connections. Finish welds flush and smooth on surfaces that will be exposed after installation.

PART 3 EXECUTION

3.1 STEEL STAIRS

Provide anchor bolts, grating fasteners, washers, and all parts or devices necessary for proper installation. Provide lock washers under nuts.

3.2 FIELD WELDING

Execute procedures of manual shielded metal arc welding, appearance and quality of welds made, and methods used in correcting welding work in compliance with AWS D1.1/D1.1M.

-- End of Section --

W912EP-11-R-0042 SECTION 05 51 00 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 05 - METALS

SECTION 05 52 00

METAL RAILINGS

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 QUALIFICATIONS FOR WELDING WORK

PART 2 PRODUCTS

2.1 GENERAL REQUIREMENTS 2.2 STRUCTURAL STEEL PLATES, SHAPES AND BARS 2.3 STEEL PIPE 2.4 FASTENERS 2.5 GENERAL FABRICATION 2.6 PROTECTIVE COATING 2.7 STEEL RAILINGS AND HANDRAILS 2.7.1 Steel Handrails 2.8 SAFETY CHAIN

PART 3 EXECUTION

3.1 STAIR RAILINGS AND HANDRAILS 3.2 STEEL HANDRAIL 3.3 FIELD WELDING

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 05 52 00 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 05 52 00

METAL RAILINGS

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 WELDING SOCIETY (AWS)

AWS D1.1/D1.1M (2008; Errata 2008) Structural Welding Code - Steel

ASME INTERNATIONAL (ASME)

ASME B18.2.1 (1996; R 2005) Square and Hex Bolts and Screws (Inch Series)

ASME B18.22.1 (1965; R 2008) Plain Washers

ASME B18.6.3 (2003; R 2008) Machine Screws and Machine Screw Nuts

ASTM INTERNATIONAL (ASTM)

ASTM A 123/A 123M (2009) Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

ASTM A 153/A 153M (2009) Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware

ASTM A 283/A 283M (2003; R 2007) Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates

ASTM A 307 (2007b) Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength

ASTM A 36/A 36M (2008) Standard Specification for Carbon Structural Steel

ASTM A 467/A 467M (2007) Standard Specification for Machine Coil and Chain

ASTM A 53/A 53M (2007) Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless

W912EP-11-R-0042 SECTION 05 52 00 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

NATIONAL ASSOCIATION OF ARCHITECTURAL METAL MANUFACTURERS (NAAMM)

NAAMM AMP 521 (2001) Pipe Railing Manual

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-02 Shop Drawings

Submit fabrication drawings for the following items in accordance with the paragraph entitled, "General Requirements," of this section.

Steel Hardware

Steel Shapes, Plates, Bars and Strips

Steel Railings and Handrails

SD-03 Product Data

Submit manufacturer's catalog data including two copies of manufacturers specifications, load tables, dimension diagrams, and anchor details for the following items:

Structural Steel Plates, Shapes, and Bars

Protective Coating

Steel Railings and Handrails

SD-07 Certificates

Submit Welding Procedures in accordance with AWS D1.1/D1.1M.

Submit certificates for Welder Qualification in accordance with the paragraph entitled, "Qualifications for Welding Work," of this section.

SD-08 Manufacturer's Instructions

Submit manufacturer's installation instructions for the following products to be used in the fabrication of steel stair work.

Structural Steel Plates, Shapes, and Bars

Protective Coating

Steel Railings and Handrails

1.3 QUALIFICATIONS FOR WELDING WORK

Provide Welding Procedures testing in accordance with AWS D1.1/D1.1M made in the presence of the Contracting Officer and by an approved testing

W912EP-11-R-0042 SECTION 05 52 00 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

laboratory at the Contractor's expense.

Provide certified Welder Qualification by tests in accordance with AWS D1.1/D1.1M, or under an equivalent approved qualification test. In addition be performed on test pieces in positions and with clearances equivalent to those actually encountered. If a test weld fails to meet requirements, make an immediate retest of two test welds and each test weld must pass. Failure in the immediate retest will require that the welder be retested after further practice or training and make a complete set of test welds.

PART 2 PRODUCTS

2.1 GENERAL REQUIREMENTS

Provide complete and detailed fabrication drawings for all Steel Hardware, and for all Steel Shapes, Plates, Bars and Strips used in accordance with the design specifications referenced in this section.

Preassemble items in the shop to the greatest extent possible. Disassemble units only to the extent necessary for shipping and handling. Clearly mark units for reassembly and coordinated installation.

For the fabrication of work exposed to view, use only materials that are smooth and free of surface blemishes, including pitting, seam marks, roller marks, rolled trade names, and roughness. Remove blemishes by grinding, or by welding and grinding, prior to cleaning, treating, and application of surface finishes, including zinc coatings.

2.2 STRUCTURAL STEEL PLATES, SHAPES AND BARS

Structural-size shapes and plates, except plates to be bent, must conform to ASTM A 36/A 36M, unless otherwise noted.

Steel plates to be bent must conform to ASTM A 283/A 283M, Grade C.

Steel bars and bar-size shapes must conform to ASTM A 36/A 36M, unless otherwise noted.

2.3 STEEL PIPE

Pipe must conform to ASTM A 53/A 53M, type as selected, Grade B; primed finish, unless galvanizing is required; standard weight (Schedule 40).

2.4 FASTENERS

Galvanized zinc-coated fasteners in accordance with ASTM A 153/A 153M and used for exterior applications or where built into exterior walls or floor systems. Select fasteners for the type, grade, and class required for the installation of steel stair items.

Standard bolts and nuts must be regular hexagon-head conforming to ASTM A 307, Grade A.

Lag bolts must be square-head conforming to ASME B18.2.1.

Machine screws cadmium-plated steel conforming to ASME B18.6.3.

Plain washers must be round, general-assembly-grade, carbon steel

W912EP-11-R-0042 SECTION 05 52 00 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

conforming to ASME B18.22.1.

Lockwashers must be helical spring, carbon steel conforming to ASME B18.2.1.

2.5 GENERAL FABRICATION

Provide Railings and Handrails detail plans and elevations at not less than 1 inch to 1 foot. Provide details of sections and connections at not less than 3 inches to 1 foot. Also detail setting drawings, diagrams, templates for installation of anchorages, including concrete inserts, anchor bolts, and miscellaneous metal items having integral anchors.

Use materials of size and thicknesses indicated or, if not indicated, of required size and thickness to produce adequate strength and durability in finished product for intended use. Work materials to dimensions indicated on approved detail drawings, using proven details of fabrication and support. Use type of materials indicated or specified for the various components of work.

Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. Exposed edges must be eased to a radius of approximately 1/32 inch. Bend metal corners to the smallest radius possible without causing grain separation or otherwise impairing the work.

Weld corners and seams continuously and in accordance with the recommendations of AWS D1.1/D1.1M. Grid exposed welds smooth and flush to match and blend with adjoining surfaces.

Form exposed connections with hairline joints that are flush and smooth, using concealed fasteners wherever possible. Use exposed fasteners of the type indicated or, if not indicated, use Phillips flathead (countersunk) screws or bolts.

Provide anchorage of the type indicated and coordinated with the supporting structure. Fabricate anchoring devices and space as indicated and as required to provide adequate support for the intended use of the work.

2.6 PROTECTIVE COATING

Provide hot dipped galvanized steelwork as indicated in accordance with ASTM A 123/A 123M. Touch up abraded surfaces and cut ends of galvanized members with zinc-dust, zinc-oxide primer, or an approved galvanizing repair compound.

2.7 STEEL RAILINGS AND HANDRAILS

Design handrails to resist a concentrated load of 250 lbs in any direction at any point of the top of the rail or 20 lbs per foot applied horizontally to top of the rail, whichever is more severe. NAAMM AMP 521, provide the same size rail and post. Provide pipe collars of the same material and finish as the handrail and posts.

2.7.1 Steel Handrails

Provide steel handrails, steel pipe conforming to ASTM A 53/A 53M. Provide steel railings of 1 1/2 inches nominal size. Railings to be hot-dip galvanized.

a. Fabrication: Joint posts, rail, and corners by one of the following

W912EP-11-R-0042 SECTION 05 52 00 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

methods:

(1) Flush-type rail fittings of commercial standard, welded and ground smooth with railing splice locks secured with 3/8 inch hexagonal-recessed-head setscrews.

(2) Mitered and welded joints made by fitting post to top rail and intermediate rail to post, mitering corners, groove welding joints, and grinding smooth. Butt railing splices and reinforce them by a tight fitting interior sleeve not less than 6 inches long.

(3) Railings may be bent at corners in lieu of jointing, provided bends are made in suitable jigs and the pipe is not crushed.

b. Provide removable sections as indicated.

Provide kickplates between railing posts where indicated, that consist of 1/4-inch steel plate not less than 4 inches high. Secure kickplates as indicated.

Provide galvanized railings, including pipe, fittings, brackets, fasteners, and other ferrous metal components, unless noted otherwise.

2.8 SAFETY CHAIN

Construct safety chains of galvanized steel, straight link type, 3/16 inch diameter, with at least twelve links per foot, and with snap hooks on each end. Test safety chain in accordance with ASTM A 467/A 467M, Class CS. Provide snap hooks of boat type. Provide galvanized 3/8 inch bolt with 3/4 inch eye diameter for attachment of chain, anchored as indicated. Supply two chains, 4 inches longer than the anchorage spacing, for each guarded area. Locate safety chain where indicated. Mount the top chain 3 feet 6 inches above the floor and mount the lower chain 2 feet above the floor.

PART 3 EXECUTION

3.1 STAIR RAILINGS AND HANDRAILS

Adjust railings prior to securing in place to ensure proper matching at butting joints and correct alignment throughout their length. Space posts not more than 8 feet on center. Plumb posts in each direction. Secure posts and rail ends to building construction as follows:

Anchor posts to steel with steel oval flanges, angle type or floor type as required by conditions, welded to posts and bolted to the steel supporting members.

Anchor rail ends to steel with steel oval or round flanges welded to tail ends and bolted to the structural steel members.

Install toeboards and brackets where indicated. Make splices, where required, at expansion joints. Install removable sections as indicated.

3.2 STEEL HANDRAIL

Install by means of base plates bolted to stringers or structural steel frame work. Secure rail ends by steel pipe flanges through-bolted to a back plate or by 1/4 inch lag bolts to studs or solid backing.

W912EP-11-R-0042 SECTION 05 52 00 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.3 FIELD WELDING

Procedures of manual shielded metal arc welding, appearance and quality of welds made, and methods used in correcting welding work must comply with AWS D1.1/D1.1M.

-- End of Section --

W912EP-11-R-0042 SECTION 05 52 00 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 08 - OPENINGS

SECTION 08 11 13

STEEL DOORS AND FRAMES

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 DELIVERY, STORAGE, AND HANDLING

PART 2 PRODUCTS

2.1 STANDARD STEEL DOORS 2.1.1 Classification - Level, Performance, Model 2.1.1.1 Maximum Duty Doors 2.2 CUSTOM HOLLOW METAL DOORS 2.3 INSULATION CORES 2.4 STANDARD STEEL FRAMES 2.4.1 Welded Frames 2.4.2 Anchors 2.4.2.1 Wall Anchors 2.4.2.2 Floor Anchors 2.5 WEATHERSTRIPPING 2.5.1 Integral Gasket 2.6 HARDWARE PREPARATION 2.7 FINISHES 2.7.1 Factory-Primed Finish 2.7.2 Electrolytic Zinc-Coated Anchors and Accessories 2.7.3 Factory-Applied Enamel Finish 2.8 FABRICATION AND WORKMANSHIP 2.8.1 Grouted Frames

PART 3 EXECUTION

3.1 INSTALLATION 3.1.1 Frames 3.1.2 Doors 3.2 PROTECTION 3.3 CLEANING

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 08 11 13 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 08 11 13

STEEL DOORS AND FRAMES

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.

AMERICAN WELDING SOCIETY (AWS)

AWS D1.1/D1.1M (2008; Errata 2008) Structural Welding Code - Steel

ASTM INTERNATIONAL (ASTM)

ASTM A 879/A 879M (2006) Standard Specification for Steel Sheet, zinc Coated by the Electrolytic Process for Applications Requiring Designation of the Coating Mass on Each Surface

ASTM C 578 (2009e1) Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation

ASTM C 591 (2009) Standard Specification for Unfaced Preformed Rigid Cellular Polyisocyanurate Thermal Insulation

ASTM C 612 (2009) Mineral Fiber Block and Board Thermal Insulation

ASTM D 2863 (2009) Measuring the Minimum Oxygen Concentration to Support Candle-Like Combustion of Plastics (Oxygen Index)

BUILDERS HARDWARE MANUFACTURERS ASSOCIATION (BHMA)

ANSI/BHMA A156.115 (2006) Hardware Preparation in Steel Doors and Steel Frames

NATIONAL ASSOCIATION OF ARCHITECTURAL METAL MANUFACTURERS (NAAMM)

NAAMM HMMA HMM (1999; R2000) Hollow Metal Manual

STEEL DOOR INSTITUTE (SDI/DOOR)

SDI/DOOR 111 (2009) Recommended Selection and Usage Guide for Standard Steel Doors, Frames and Accessories

W912EP-11-R-0042 SECTION 08 11 13 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SDI/DOOR 113 (2001; R2006) Standard Practice for Determining the Steady State Thermal Transmittance of Steel Door and Frame Assemblies

SDI/DOOR A250.11 (2001) Recommended Erection Instructions for Steel Frames

SDI/DOOR A250.3 (2007) Test Procedure and Acceptance Criteria for Factory Applied Finish Painted Steel Surfaces for Steel Doors and Frames

SDI/DOOR A250.6 (2003; R2009) Recommended Practice for Hardware Reinforcing on Standard Steel Doors and Frames

SDI/DOOR A250.8 (2003; R2008) Recommended Specifications for Standard Steel Doors and Frames

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-02 Shop Drawings

Doors; G, RO

Frames; G, RO

Accessories

Weatherstripping

Show elevations, construction details, metal gages, hardware provisions, method of glazing, and installation details.

Schedule of doors; G, RO

Schedule of frames; G, RO

Submit door and frame locations.

SD-03 Product Data

Doors; G, RO

Frames; G, RO

Accessories

Weatherstripping

Submit manufacturer's descriptive literature for doors, frames, and accessories. Include data and details on door construction,

W912EP-11-R-0042 SECTION 08 11 13 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

panel (internal) reinforcement, insulation, and door edge construction. When "custom hollow metal doors" are provided in lieu of "standard steel doors," provide additional details and data sufficient for comparison to SDI/DOOR A250.8 requirements.

1.3 DELIVERY, STORAGE, AND HANDLING

Deliver doors, frames, and accessories undamaged and with protective wrappings or packaging. Provide temporary steel spreaders securely fastened to the bottom of each welded frame. Store doors and frames on platforms under cover in clean, dry, ventilated, and accessible locations, with 1/4 inch airspace between doors. Remove damp or wet packaging immediately and wipe affected surfaces dry. Replace damaged materials with new.

PART 2 PRODUCTS

2.1 STANDARD STEEL DOORS

SDI/DOOR A250.8, except as specified otherwise. Prepare doors to receive door hardware as specified in Section 08 71 00. Undercut where indicated. Exterior doors shall have top edge closed flush and sealed to prevent water intrusion. Doors shall be 1-3/4 inch thick, unless otherwise indicated.

2.1.1 Classification - Level, Performance, Model

2.1.1.1 Maximum Duty Doors

SDI/DOOR A250.8, Level 4, physical performance Level A, Model 1 with core construction as required by the manufacturer for exterior doors, of size(s) and design(s) indicated. Where vertical stiffener cores are required, the space between the stiffeners shall be filled with mineral board insulation. Provide Level 4 for all exterior doors.

2.2 CUSTOM HOLLOW METAL DOORS

At the Contractor's option, custom hollow metal doors may be provided in lieu of standard steel doors. Door size(s), design(s), materials, construction, gages, and finish shall be as specified for standard steel doors and shall comply with the requirement of NAAMM HMMA HMM. Fill all spaces in doors with insulation. Close top and bottom edges with steel channels not lighter than 16 gage. Close tops of exterior doors flush with an additional channel and seal to prevent water intrusion. Prepare doors to receive hardware specified in Section 08 71 00 DOOR HARDWARE. Undercut doors where indicated. Doors shall be 1-3/4 inch thick, unless otherwise indicated.

2.3 INSULATION CORES

Insulated cores shall be of type specified, and provide an apparent U-factor of .48 in accordance with SDI/DOOR 113 and shall conform to:

a. Rigid Cellular Polyisocyanurate Foam: ASTM C 591, Type I or II, foamed-in-place or in board form, with oxygen index of not less than 22 percent when tested in accordance with ASTM D 2863; or

b. Rigid Polystyrene Foam Board: ASTM C 578, Type I or II; or

c. Mineral board: ASTM C 612, Type I.

W912EP-11-R-0042 SECTION 08 11 13 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.4 STANDARD STEEL FRAMES

SDI/DOOR A250.8, Level 4, except as otherwise specified. Form frames to sizes and shapes indicated, with welded corners. Provide steel frames for doors, unless otherwise indicated.

2.4.1 Welded Frames

Continuously weld frame faces at corner joints. Mechanically interlock or continuously weld stops and rabbets. Grind welds smooth.

Weld frames in accordance with the recommended practice of the Structural Welding Code Sections 1 through 6, AWS D1.1/D1.1M and in accordance with the practice specified by the producer of the metal being welded.

2.4.2 Anchors

Provide anchors to secure the frame to adjoining construction. Provide steel anchors, zinc-coated or painted with rust-inhibitive paint, not lighter than 18 gage.

2.4.2.1 Wall Anchors

Provide at least three anchors for each jamb. For frames which are more than 7.5 feet in height, provide one additional anchor for each jamb for each additional 2.5 feet or fraction thereof.

Completed openings: Secure frames to previously placed concrete or masonry with expansion bolts in accordance with SDI/DOOR 111.

2.4.2.2 Floor Anchors

Provide floor anchors drilled for 3/8 inch anchor bolts at bottom of each jamb member. Where floor fill occurs, terminate bottom of frames at the indicated finished floor levels and support by adjustable extension clips resting on and anchored to the structural slabs.

2.5 WEATHERSTRIPPING

As specified in Section 08 71 00 DOOR HARDWARE.

2.5.1 Integral Gasket

Black synthetic rubber gasket with tabs for factory fitting into factory slotted frames, or extruded neoprene foam gasket made to fit into a continuous groove formed in the frame, may be provided in lieu of head and jamb seals specified in Section 08 71 00 DOOR HARDWARE. Insert gasket in groove after frame is finish painted.

2.6 HARDWARE PREPARATION

Provide minimum hardware reinforcing gages as specified in SDI/DOOR A250.6. Drill and tap doors and frames to receive finish hardware. Prepare doors and frames for hardware in accordance with the applicable requirements of SDI/DOOR A250.8 and SDI/DOOR A250.6. For additional requirements refer to ANSI/BHMA A156.115. Drill and tap for surface-applied hardware at the project site. Build additional reinforcing for surface-applied hardware into the door at the factory. Locate hardware in accordance with the requirements of SDI/DOOR A250.8, as applicable. Punch door frames to

W912EP-11-R-0042 SECTION 08 11 13 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

receive a minimum of two rubber or vinyl door silencers on lock side of single doors and one silencer for each leaf at heads of double doors. Set lock strikes out to provide clearance for silencers.

2.7 FINISHES

2.7.1 Factory-Primed Finish

All surfaces of doors and frames shall be thoroughly cleaned, chemically treated and factory primed with a rust inhibiting coating as specified in SDI/DOOR A250.8.

2.7.2 Electrolytic Zinc-Coated Anchors and Accessories

Provide electrolytically deposited zinc-coated steel in accordance with ASTM A 879/A 879M, Commercial Quality, Coating Class A. Phosphate treat and factory prime zinc-coated surfaces as specified in SDI/DOOR A250.8.

2.7.3 Factory-Applied Enamel Finish

Coatings shall meet test procedures and acceptance criteria in accordance with SDI/DOOR A250.3. After factory priming, apply two coats of medium-gloss enamel to exposed surfaces. Separately bake or oven dry each coat. Drying time and temperature requirements shall be in accordance with the coating manufacturer's recommendations. Color(s) of finish coat shall match approved color sample(s).

2.8 FABRICATION AND WORKMANSHIP

Finished doors and frames shall be strong and rigid, neat in appearance, and free from defects, waves, scratches, cuts, dents, ridges, holes, warp, and buckle. Molded members shall be clean cut, straight, and true, with joints coped or mitered, well formed, and in true alignment. Dress exposed welded and soldered joints smooth. Design door frame sections for use with the wall construction indicated. Corner joints shall be well formed and in true alignment. Conceal fastenings where practicable.

2.8.1 Grouted Frames

For frames to be installed in exterior walls and to be filled with mortar or grout, fill the stops with strips of rigid insulation to keep the grout out of the stops and to facilitate installation of stop-applied head and jamb seals.

PART 3 EXECUTION

3.1 INSTALLATION

3.1.1 Frames

Set frames in accordance with SDI/DOOR A250.11. Plumb, align, and brace securely until permanent anchors are set. Anchor bottoms of frames with expansion bolts or powder-actuated fasteners. Build in or secure wall anchors to adjoining construction. Backfill frames with mortar. Coat inside of frames with corrosion-inhibiting bituminous material. For frames in exterior walls, ensure that stops are filled with rigid insulation before grout is placed.

W912EP-11-R-0042 SECTION 08 11 13 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.1.2 Doors

Hang doors in accordance with clearances specified in SDI/DOOR A250.8. After erection and glazing, clean and adjust hardware.

3.2 PROTECTION

Protect doors and frames from damage. Repair damaged doors and frames prior to completion and acceptance of the project or replace with new, as directed. Wire brush rusted frames until rust is removed. Clean thoroughly. Apply an all-over coat of rust-inhibitive paint of the same type used for shop coat.

3.3 CLEANING

Upon completion, clean exposed surfaces of doors and frames thoroughly. Remove mastic smears and other unsightly marks.

-- End of Section --

W912EP-11-R-0042 SECTION 08 11 13 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 08 - OPENINGS

SECTION 08 71 00

DOOR HARDWARE

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 HARDWARE SCHEDULE 1.4 KEY BITTING CHART REQUIREMENTS 1.5 QUALITY ASSURANCE 1.5.1 Hardware Manufacturers and Modifications 1.5.2 Key Shop Drawings Coordination Meeting 1.6 DELIVERY, STORAGE, AND HANDLING

PART 2 PRODUCTS

2.1 TEMPLATE HARDWARE 2.2 HARDWARE FOR EXIT DOORS 2.3 HARDWARE ITEMS 2.3.1 Hinges 2.3.1.1 Protection Devices 2.3.2 Pivots 2.3.3 Locks and Latches 2.3.3.1 Mortise Locks and Latches 2.3.4 Cylinders and Cores 2.3.5 Keying System 2.3.6 Lock Trim 2.3.6.1 Lever Handles 2.3.7 Keys 2.3.8 Closers 2.3.9 Overhead Holders 2.3.10 Closer Holder-Release Devices 2.3.11 Door Protection Plates 2.3.11.1 Sizes of Armor, Mop and Kick Plates 2.3.12 Door Stops and Silencers 2.3.13 Padlocks 2.3.14 Thresholds 2.3.15 Weather Stripping Gasketing 2.3.15.1 Extruded Aluminum Retainers 2.3.15.2 Spring Tension Type 2.3.16 Rain Drips 2.3.16.1 Door Rain Drips 2.3.16.2 Overhead Rain Drips 2.3.17 Special Tools 2.4 FASTENERS 2.5 FINISHES 2.6 KEY CABINET AND CONTROL SYSTEM

PART 3 EXECUTION

W912EP-11-R-0042 SECTION 08 71 00 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.1 INSTALLATION 3.1.1 Weather Stripping Installation 3.1.1.1 Stop-Applied Weather Stripping 3.1.1.2 Spring Tension Type Weather Stripping 3.1.2 Threshold Installation 3.2 EXIT DOORS 3.3 HARDWARE LOCATIONS 3.4 KEY CABINET AND CONTROL SYSTEM 3.5 FIELD QUALITY CONTROL 3.6 HARDWARE SETS (BHMA and STANDARDS)

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 08 71 00 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 08 71 00

DOOR HARDWARE

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 E 283 (2004) Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen

ASTM F 883 (2009) Padlocks

BUILDERS HARDWARE MANUFACTURERS ASSOCIATION (BHMA)

ANSI/BHMA A156.13 (2005) Mortise Locks & Latches, Series 1000

ANSI/BHMA A156.15 (2006) Release Devices -- Closer Holder, Electromagnetic and Electromechanical

ANSI/BHMA A156.21 (2009) American National Standard for Thresholds

ANSI/BHMA A156.4 (2008) Door Controls - Closers

ANSI/BHMA A156.5 (2001) Auxiliary Locks & Associated Products

ANSI/BHMA A156.7 (2009) Template Hinge Dimensions

ANSI/BHMA A156.8 (2005) Door Controls - Overhead Stops and Holders

BHMA A156.1 (2006) Butts and Hinges

BHMA A156.16 (2008) Auxiliary Hardware

BHMA A156.18 (2006) Materials and Finishes

BHMA A156.22 (2005) Door Gasketing and Edge Seal Systems

BHMA A156.6 (2005) Architectural Door Trim

NATIONAL ASSOCIATION OF ARCHITECTURAL METAL MANUFACTURERS (NAAMM)

NAAMM HMMA 862 (2003) Guide Specifications for Commercial Security Hollow Metal Doors and Frames

W912EP-11-R-0042 SECTION 08 71 00 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 101 (2009; Amd 09-1 & 09-2) Life Safety Code

STEEL DOOR INSTITUTE (SDI/DOOR)

SDI/DOOR A250.8 (2003; R2008) Recommended Specifications for Standard Steel Doors and Frames

UNDERWRITERS LABORATORIES (UL)

UL Bld Mat Dir (2009) Building Materials Directory

1.2 SUBMITTALS

Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES.

SD-02 Shop Drawings

Hardware schedule; G, RO

Keying system

SD-03 Product Data

Hardware items; G, RO

SD-08 Manufacturer's Instructions

Installation

SD-10 Operation and Maintenance Data

Hardware Schedule items, Data Package 1; G, RO

Submit data package in accordance with Section 01 78 23 OPERATION AND MAINTENANCE DATA.

SD-11 Closeout Submittals

Key Bitting

1.3 HARDWARE SCHEDULE

Prepare and submit hardware schedule in the following form:

Reference Mfr. UL Mark Publi- Name Key (If fire BHMA Hard- cation and Con- rated Finish ware Quan- Type Catalog trol and Designa- Item tity Size No. Finish No. Symbols listed) tion ------

1.4 KEY BITTING CHART REQUIREMENTS

Submit key bitting charts to the Contracting Officer prior to completion of the work. Include:

W912EP-11-R-0042 SECTION 08 71 00 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

a. Complete listing of all keys (AA1, AA2, etc.).

b. Complete listing of all key cuts (AA1-123456, AA2-123458).

c. Tabulation showing which key fits which door.

d. Copy of floor plan showing doors and door numbers.

e. Listing of 20 percent more key cuts than are presently required in each master system.

1.5 QUALITY ASSURANCE

1.5.1 Hardware Manufacturers and Modifications

Provide, as far as feasible, locks, hinges, pivots, and closers of one lock, hinge, pivot, or closer manufacturer's make. Modify hardware as necessary to provide features indicated or specified.

1.5.2 Key Shop Drawings Coordination Meeting

Prior to the submission of the key shop drawing, the Contracting Officer, Contractor, Door Hardware subcontractor, using Agency and Agency Locksmith shall meet to discuss key requirements for the facility.

1.6 DELIVERY, STORAGE, AND HANDLING

Deliver hardware in original individual containers, complete with necessary appurtenances including fasteners and instructions. Mark each individual container with item number as shown in hardware schedule. Deliver permanent keys to the Contracting Officer, either directly or by certified mail. Deliver construction master keys with the locks.

PART 2 PRODUCTS

2.1 TEMPLATE HARDWARE

Provide hardware to be applied to metal or to prefinished doors manufactured to template. Promptly furnish template information or templates to door and frame manufacturers. Conform to ANSI/BHMA A156.7 for template hinges. Coordinate hardware items to prevent interference with other hardware.

2.2 HARDWARE FOR EXIT DOORS

Provide all hardware necessary to meet the requirements of NFPA 101 for exit doors, and NAAMM HMMA 862 for Security Grade 4, as well as to other requirements indicated, even if such hardware is not specifically mentioned under paragraph entitled "Hardware Schedule." Provide the label of Underwriters Laboratories, Inc. for such hardware listed in UL Bld Mat Dir or labeled and listed by another testing laboratory acceptable to the Contracting Officer.

2.3 HARDWARE ITEMS

Clearly and permanently mark with the manufacturer's name or trademark, hinges, pivots, locks, latches, exit devices, bolts and closers where the

W912EP-11-R-0042 SECTION 08 71 00 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

identifying mark will be visible after the item is installed. For closers with covers, the name or trademark may be beneath the cover.

2.3.1 Hinges

BHMA A156.1, 4-1/2 by 4-1/2 inch unless otherwise indicated. Construct loose pin hinges for exterior doors and reverse-bevel interior doors so that pins will be nonremovable when door is closed. Other antifriction bearing hinges may be provided in lieu of ball-bearing hinges.

2.3.1.1 Protection Devices

Provide full height hand and finger protection device at the hinge-side area opening of doors and gates. Hinge-side protection device shall be provided on both sides of the doors and gates, covering hinges and space between door and frame when doors are in the open position. The installed device shall push hand and/or fingers out of the opening and away from a crushing hazard.

2.3.2 Pivots

ANSI/BHMA A156.4.

2.3.3 Locks and Latches

2.3.3.1 Mortise Locks and Latches

ANSI/BHMA A156.13, Series 1000, Operational Grade 1, Security Grade 4. Provide mortise locks with escutcheons not less than 7 by 2-1/4 inch with a bushing at least 1/4 inch long. Cut escutcheons to suit cylinders and provide trim items with straight, beveled, or smoothly rounded sides, corners, and edges. Install knobs and roses of mortise locks with screwless shanks and no exposed screws.

2.3.4 Cylinders and Cores

Provide cylinders and cores for new locks, including locks provided under other sections of this specification. Provide cylinders and cores with six pin tumblers. Provide cylinders from products of one manufacturer, and provide cores from the products of one manufacturer.

Provide cylinders for new locks, including locks provided under other sections of this specification. Provide fully compatible cylinders with products of the Best Lock Corporation with interchangeable cores which are removable by a special control key. Factory set the cores with six pin tumblers using the A4 system and F keyway. Submit a core code sheet with the cores. Provide master keyed cores in one system for this project. Provide construction interchangeable cores.

2.3.5 Keying System

Provide a master keying system. Provide a construction master keying system. Provide key cabinet as specified.

Furnish cylinders as manufactured by Best Lock Corp., Arrow Lock Corp., or Falcon Lock. Notify the Contracting Officer 90 days prior to the required delivery of the cylinders. Provide temporary cores and keys for the Contractor's use during construction, and for testing the locksets.

W912EP-11-R-0042 SECTION 08 71 00 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.3.6 Lock Trim

Cast, forged, or heavy wrought construction and commercial plain design.

2.3.6.1 Lever Handles

Provide lever handles in lieu of knobs where indicated in paragraph entitled "Hardware Schedule". Conform to the minimum requirements of ANSI/BHMA A156.13 for mortise locks of lever handles for exit devices. Provide lever handle locks with a breakaway feature (such as a weakened spindle or a shear key) to prevent irreparable damage to the lock when force in excess of that specified in ANSI/BHMA A156.13 is applied to the lever handle. Provide lever handles return to within 1/2 inch of the door face.

2.3.7 Keys

Furnish one file key, one duplicate key, and one working key for each key change and for each master keying system. Furnish one additional working key for each lock of each keyed-alike group. Furnish six construction master keys. Furnish a quantity of key blanks equal to 20 percent of the total number of file keys. Stamp each key with appropriate key control symbol and "U.S. property - Do not duplicate." Do not place room number on keys.

2.3.8 Closers

ANSI/BHMA A156.4, Series C02000, Grade 1, with PT 4C. Provide with brackets, arms, mounting devices, fasteners, full size covers, and other features necessary for the particular application. Size closers in accordance with manufacturer's recommendations, or provide multi-size closers, Sizes 1 through 6, and list sizes in the Hardware Schedule. Provide manufacturer's 10 year warranty.

2.3.9 Overhead Holders

ANSI/BHMA A156.8.

2.3.10 Closer Holder-Release Devices

ANSI/BHMA A156.15.

2.3.11 Door Protection Plates

BHMA A156.6.

2.3.11.1 Sizes of Armor, Mop and Kick Plates

2 inch less than door width for single doors; one inch less than door width for pairs of doors. Provide 10 inch kick plates for flush doors. Provide a minimum 36 inch armor plates for flush doors. Provide 6 inch mop plates.

2.3.12 Door Stops and Silencers

BHMA A156.16. Silencers Type L03011. Provide three silencers for each single door, two for each pair.

W912EP-11-R-0042 SECTION 08 71 00 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.3.13 Padlocks

ASTM F 883.

2.3.14 Thresholds

ANSI/BHMA A156.21. Use J35100, with vinyl or silicone rubber insert in face of stop, for exterior doors opening out, unless specified otherwise.

2.3.15 Weather Stripping Gasketing

BHMA A156.22. Provide the type and function designation where specified in paragraph entitled "Hardware Schedule". Provide a set to include head and jamb seals and sweep strips. Air leakage of weather stripped doors not to exceed 1.25 cubic feet per minute of air per square foot of door area when tested in accordance with ASTM E 283. Provide weather stripping with one of the following:

2.3.15.1 Extruded Aluminum Retainers

Extruded aluminum retainers not less than 0.050 inch wall thickness with vinyl, neoprene, silicone rubber, or polyurethane inserts. Provide clear (natural) anodized aluminum.

2.3.15.2 Spring Tension Type

Spring bronze or stainless steel not less than 0.008 inch thick.

2.3.16 Rain Drips

Extruded aluminum, not less than 0.08 inch thick, clear anodized. Set drips in sealant and fasten with stainless steel screws.

2.3.16.1 Door Rain Drips

Approximately 1-1/2 inch high by 5/8 inch projection. Align bottom with bottom edge of door.

2.3.16.2 Overhead Rain Drips

Approximately 1-1/2 inch high by 2-1/2 inch projection, with length equal to overall width of door frame. Align bottom with door frame rabbet.

2.3.17 Special Tools

Provide special tools, such as spanner and socket wrenches and dogging keys, required to service and adjust hardware items.

2.4 FASTENERS

Provide fasteners of proper type, quality, size, quantity, and finish with hardware. Provide stainless steel or nonferrous metal fasteners that are exposed to weather. Provide fasteners of type necessary to accomplish a permanent installation.

2.5 FINISHES

BHMA A156.18. Provide hardware in BHMA 630 finish (satin stainless steel), unless specified otherwise. Provide items not manufactured in stainless

W912EP-11-R-0042 SECTION 08 71 00 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

steel in BHMA 626 finish (satin chromium plated) over brass or bronze, except aluminum paint finish for surface door closers. Provide hinges for exterior doors in stainless steel with BHMA 630 finish or chromium plated brass or bronze with BHMA 626 finish. Furnish exit devices in BHMA 626 finish in lieu of BHMA 630 finish. Match exposed parts of concealed closers to lock and door trim. Match hardware finish for aluminum doors to the doors.

2.6 KEY CABINET AND CONTROL SYSTEM

ANSI/BHMA A156.5, Type required to yield a capacity (number of hooks) 50 percent greater than the number of key changes used for door locks.

PART 3 EXECUTION

3.1 INSTALLATION

Install hardware in accordance with manufacturers' printed installation instructions. Provide machine screws set in expansion shields for fastening hardware to solid concrete. Provide through bolts where necessary for satisfactory installation.

3.1.1 Weather Stripping Installation

Handle and install weather stripping to prevent damage. Provide full contact, weather-tight seals. Operate doors without binding.

3.1.1.1 Stop-Applied Weather Stripping

Fasten in place with color-matched sheet metal screws not more than 9 inch on center after doors and frames have been finish painted.

3.1.1.2 Spring Tension Type Weather Stripping

Provide spring tension type on heads and jambs. Provide bronze nails with bronze, stainless steel nails with stainless steel. Space nails not more than 1-1/2 inch on center.

3.1.2 Threshold Installation

Extend thresholds the full width of the opening and notch end for jamb stops. Set thresholds in a full bed of sealant and anchor to floor with cadmium-plated, countersunk, steel screws.

3.2 EXIT DOORS

Install hardware in accordance with NFPA 101 for exit doors.

3.3 HARDWARE LOCATIONS

SDI/DOOR A250.8, unless indicated or specified otherwise.

a. Kick and Armor Plates: Push side of single-acting doors. Both sides of double-acting doors.

b. Mop Plates: Bottom flush with bottom of door.

W912EP-11-R-0042 SECTION 08 71 00 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.4 KEY CABINET AND CONTROL SYSTEM

Locate where directed. Tag one set of file keys and one set of duplicate keys. Place other keys in appropriately marked envelopes, or tag each key. Furnish complete instructions for setup and use of key control system. On tags and envelopes, indicate door and room numbers or master or grand master key.

3.5 FIELD QUALITY CONTROL

After installation, protect hardware from paint, stains, blemishes, and other damage until acceptance of work. Submit notice of testing 15 days before scheduled, so that testing can be witnessed by the Contracting Officer. Adjust hinges, locks, latches, bolts, holders, closers, and other items to operate properly. Demonstrate that permanent keys operate respective locks, and give keys to the Contracting Officer. Correct, repair, and finish, as directed, errors in cutting and fitting and damage to adjoining work.

3.6 HARDWARE SETS (BHMA and STANDARDS)

HW-1 (All Doors)

1-1/2 Pair Hinges A5111 x 630 x NRP 1 Lockset F05 (classroom) 1 Closer C02021 1 Kick Plate J102 x 630 1 Threshold Type 26 x insert 1 Set Weather stripping

-- End of Section --

W912EP-11-R-0042 SECTION 08 71 00 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 08 - OPENINGS

SECTION 08 91 00

METAL WALL LOUVERS

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 DELIVERY, STORAGE, AND PROTECTION 1.4 DETAIL DRAWINGS

PART 2 PRODUCTS

2.1 MATERIALS 2.1.1 Aluminum Sheet 2.1.2 Extruded Aluminum 2.1.3 Stainless Steel 2.1.4 Cold Rolled Steel Sheet 2.2 METAL WALL LOUVERS 2.2.1 Extruded Aluminum Louvers 2.2.2 Bird Screens, Insect Screens and Frames 2.3 FASTENERS AND ACCESSORIES 2.4 FINISHES 2.4.1 Aluminum 2.4.1.1 Anodic Coating

PART 3 EXECUTION

3.1 INSTALLATION 3.1.1 Wall Louvers 3.1.2 Screens and Frames 3.2 PROTECTION FROM CONTACT OF DISSIMILAR MATERIALS 3.2.1 Aluminum

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 08 91 00 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 08 91 00

METAL WALL LOUVERS

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.

AIR MOVEMENT AND CONTROL ASSOCIATION INTERNATIONAL (AMCA)

AMCA 500-D (1998) Laboratory Methods of Testing Dampers for Rating

AMCA 511 (1999; R 2004) Certified Ratings Program for Air Control Devices

ALUMINUM ASSOCIATION (AA)

AA DAF-45 (2003) Designation System for Aluminum Finishes

AMERICAN ARCHITECTURAL MANUFACTURERS ASSOCIATION (AAMA)

AAMA 611 (1998; R 2004) Voluntary Specification for Anodized Architectural Aluminum

AMERICAN SOCIETY OF HEATING, REFRIGERATING AND AIR-CONDITIONING ENGINEERS (ASHRAE)

ASHRAE 74 (1988) Method of Measuring Solar-Optical Properties of Materials

ASTM INTERNATIONAL (ASTM)

ASTM A 167 (1999; R 2009) Standard Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip

ASTM A 366/A 366M (1997e1) Standard Specification for Commercial Steel, Sheet, Carbon,(0.15 Maximum Percent Cold-Rolled

ASTM B 209 (2007) Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate

ASTM B 221 (2008) Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes

W912EP-11-R-0042 SECTION 08 91 00 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

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-02 Shop Drawings

Wall louvers

SD-03 Product Data

Metal Wall Louvers

SD-06 Test Reports

Test Data; G|DO

Provide test data that the louvers meet requirements of the Florida Building Code, Test Protocols for High Velocity Hurricane Zones.

SD-07 Certificates

Certification; G|DO

Provide certification that the louvers meet the requirements of AMCA 511; Florida Building Code Testing Application Standard (TAS)100A, 201, 202, 203 and comply with the AMCA certified ratings program.

1.3 DELIVERY, STORAGE, AND PROTECTION

Deliver materials to the site in an undamaged condition. Carefully store materials off the ground to provide proper ventilation, drainage, and protection against dampness. Louvers shall be free from nicks, scratches, and blemishes. Replace defective or damaged materials with new.

1.4 DETAIL DRAWINGS

Show all information necessary for fabrication and installation of wall louvers. Indicate materials, sizes, thicknesses, fastenings, and profiles.

PART 2 PRODUCTS

2.1 MATERIALS

2.1.1 Aluminum Sheet

ASTM B 209, alloy 3003 or 5005 with temper as required for forming.

2.1.2 Extruded Aluminum

ASTM B 221, alloy 6063-T5 or -T52.

W912EP-11-R-0042 SECTION 08 91 00 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.1.3 Stainless Steel

ASTM A 167, Type 302 or 304, with 2B finish.

2.1.4 Cold Rolled Steel Sheet

ASTM A 366/A 366M, Class 1, with matte finish. Use for interior louvers only.

2.2 METAL WALL LOUVERS

Weather resistant type, with bird screens and insect screens are made to withstand a wind load of not less than 62 pounds per square foot. The louvers shall meet Florida Building Code Testing Application Standards, TAS 101A, TAS 201, TAS 202 and TAS 203. Wall louvers shall bear the AMCA certified ratings program seal for air performance and water penetration in accordance with AMCA 500-D and AMCA 511. Blades may be mounted vertically or horizontally but shall be oriented consistently for a building.

2.2.1 Extruded Aluminum Louvers

Fabricated of extruded 6063-T5 or -T52 aluminum with a wall thickness of not less than 0.081 inch.

2.2.2 Bird Screens, Insect Screens and Frames

For aluminum louvers, provide 1/2 inch square mesh, 14 or 16 gage aluminum or 1/4 inch square mesh, 16 gage aluminum bird screening. Provide fiberglass insect screens with an 18 x 16 mesh count or better, in accordance with ASHRAE 74, and a yarn diameter between 0.008 and 0.0107 meters. Mount screens in removable, rewirable frames of same material and finish as the louvers.

2.3 FASTENERS AND ACCESSORIES

Provide stainless steel screws and fasteners for aluminum louvers. Provide other accessories as required for complete and proper installation.

2.4 FINISHES

2.4.1 Aluminum

Exposed aluminum surfaces shall be factory finished with an anodic coating. Color shall be clear. Louvers shall have the same finish.

2.4.1.1 Anodic Coating

Clean exposed aluminum surfaces and provide an anodized finish conforming to AA DAF-45 and AAMA 611. Finish shall be:

Architectural Class I (0.7 mil or thicker), designation AA-M10-C22-A41, clear (natural) anodized.

W912EP-11-R-0042 SECTION 08 91 00 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

PART 3 EXECUTION

3.1 INSTALLATION

3.1.1 Wall Louvers

Install using stops or moldings, flanges, strap anchors, or jamb fasteners as appropriate for the wall construction and in accordance with manufacturer's recommendations.

3.1.2 Screens and Frames

Attach frames to louvers with screws or bolts.

3.2 PROTECTION FROM CONTACT OF DISSIMILAR MATERIALS

3.2.1 Aluminum

Where aluminum contacts metal other than zinc, paint the dissimilar metal with a primer and two coats of aluminum paint.

-- End of Section --

W912EP-11-R-0042 SECTION 08 91 00 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 09 - FINISHES

SECTION 09 90 00

PAINTS AND COATINGS

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 REGULATORY REQUIREMENTS 1.3.1 Environmental Protection 1.3.2 Lead Content 1.3.3 Chromate Content 1.3.4 Asbestos Content 1.3.5 Mercury Content 1.3.6 Silica 1.3.7 Human Carcinogens 1.4 PACKAGING, LABELING, AND STORAGE 1.5 SAFETY AND HEALTH 1.5.1 Safety Methods Used During Coating Application 1.5.2 Toxic Materials 1.6 ENVIRONMENTAL CONDITIONS 1.6.1 Coatings 1.7 COLOR SELECTION 1.8 LOCATION AND SURFACE TYPE TO BE PAINTED 1.8.1 Painting Included 1.8.1.1 Exterior Painting 1.8.1.2 Interior Painting 1.8.2 Painting Excluded 1.8.3 MISCELLANEOUS PAINTING 1.8.4 Definitions and Abbreviations 1.8.4.1 Qualification Testing 1.8.4.2 Batch Quality Conformance Testing 1.8.4.3 Coating 1.8.4.4 DFT or dft 1.8.4.5 DSD 1.8.4.6 EPP 1.8.4.7 EXT 1.8.4.8 INT 1.8.4.9 micron / microns 1.8.4.10 mil / mils 1.8.4.11 mm 1.8.4.12 MPI Gloss Levels 1.8.4.13 MPI System Number 1.8.4.14 Paint 1.8.4.15 REX 1.8.4.16 RIN

PART 2 PRODUCTS

2.1 MATERIALS

W912EP-11-R-0042 SECTION 09 90 00 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

PART 3 EXECUTION

3.1 PROTECTION OF AREAS AND SPACES NOT TO BE PAINTED 3.2 SURFACE PREPARATION 3.3 PREPARATION OF METAL SURFACES 3.3.1 New Ferrous Surfaces 3.3.2 Final Ferrous Surface Condition: 3.3.3 Galvanized Surfaces 3.3.4 Non-Ferrous Metallic Surfaces 3.4 PREPARATION OF CONCRETE AND CEMENTITIOUS SURFACE 3.4.1 Concrete and Masonry 3.4.2 Gypsum Board, Plaster, and Stucco 3.5 APPLICATION 3.5.1 Coating Application 3.5.2 Mixing and Thinning of Paints 3.5.3 Two-Component Systems 3.5.4 Coating Systems 3.6 COATING SYSTEMS FOR METAL 3.7 PIPING IDENTIFICATION 3.8 PIPING LEGEND 3.9 VALVE IDENTIFICATION LIST 3.10 INSPECTION AND ACCEPTANCE 3.11 WASTE MANAGEMENT 3.12 PAINT TABLES 3.12.1 EXTERIOR PAINT TABLES 3.12.2 INTERIOR PAINT TABLES

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 09 90 00 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 09 90 00

PAINTS AND COATINGS

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 CONFERENCE OF GOVERNMENTAL INDUSTRIAL HYGIENISTS (ACGIH)

ACGIH 0100Doc (2005) Documentation of the Threshold Limit Values and Biological Exposure Indices

AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI)

ANSI A13.1 (2007) Scheme for Identification of Piping Systems

ASTM INTERNATIONAL (ASTM)

ASTM D 2092 (1995; R 2001e1) Standard Guide for Preparation of Zinc-Coated (Galvanized) Steel Surfaces for Painting

ASTM D 4263 (1983; R 2005) Indicating Moisture in Concrete by the Plastic Sheet Method

ASTM D 4444 (1992; R 2003) Use and Calibration of Hand-Held Moisture Meters

ASTM D 523 (1989; R 1999) Standard Test Method for Specular Gloss

ASTM F 1869 (2004) Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride

MASTER PAINTERS INSTITUTE (MPI)

MPI 10 (Jan 2004) Exterior Latex, Flat, MPI Gloss Level 1

MPI 141 (Jan 2004) Interior High Performance Latex MPI Gloss Level 5

MPI 21 (Jan 2004) Heat Resistant Enamel, Gloss (up to 205 degrees C and 400 degrees F), MPI Gloss Level 6

MPI 23 (Jan 2004) Surface Tolerant Metal Primer

W912EP-11-R-0042 SECTION 09 90 00 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

MPI 4 (Jan 2004) Interior/Exterior Latex Block Filler

MPI 47 (Jan 2004) Interior Alkyd, Semi-Gloss, MPI Gloss Level 5

MPI 50 (Jan 2004) Interior Latex Primer Sealer

MPI 79 (Jan 2004) Alkyd Anti-Corrosive Metal Primer

MPI 9 (Jan 2004) Exterior Alkyd, Gloss, MPI Gloss Level 6

MPI 99 (Jan 2004) Sealer, Water Based, for Concrete Floors MPI Gloss Level 2

SCIENTIFIC CERTIFICATION SYSTEMS (SCS)

SCS SP-01 (2000) Environmentally Preferable Product Specification for Architectural and Anti-Corrosive Paints

THE SOCIETY FOR PROTECTIVE COATINGS (SSPC)

SSPC PA 1 (2000; E 2004) Shop, Field, and Maintenance Painting

SSPC PA Guide 3 (1982; E 1995) A Guide to Safety in Paint Application

SSPC SP 1 (1982; E 2004) Solvent Cleaning

SSPC SP 10 (2007) Near-White Blast Cleaning

SSPC SP 12 (2002) Surface Preparation and Cleaning of Metals by Waterjetting Prior to Recoating

SSPC SP 2 (1982; E 2004) Hand Tool Cleaning

SSPC SP 3 (2004; E 2004) Power Tool Cleaning

SSPC SP 6 (2000; E 2004) Commercial Blast Cleaning

SSPC SP 7 (2007) Brush-Off Blast Cleaning

SSPC VIS 1 (2002; E 2004) Guide and Reference Photographs for Steel Surfaces Prepared by Dry Abrasive Blast Cleaning

SSPC VIS 3 (2004) Visual Standard for Power-and Hand-Tool Cleaned Steel

SSPC VIS 4 (1998; E 2000; E 2004) Guide and Reference Photographs for Steel Surfaces Prepared by Waterjetting

W912EP-11-R-0042 SECTION 09 90 00 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1 (2003) Safety -- Safety and Health Requirements

U.S. GENERAL SERVICES ADMINISTRATION (GSA)

FED-STD-313 (Rev D; Am 1) Material Safety Data, Transportation Data and Disposal Data for Hazardous Materials Furnished to Government Activities

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

29 CFR 1910.1000 Air Contaminants

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:

The current MPI, "Approved Product List" which lists paint by brand, label, product name and product code as of the date of contract award, will be used to determine compliance with the submittal requirements of this specification. The Contractor may choose to use a subsequent MPI "Approved Product List", however, only one list may be used for the entire contract and each coating system is to be from a single manufacturer. All coats on a particular substrate must be from a single manufacturer. No variation from the MPI Approved Products List is acceptable.

Samples of specified materials may be taken and tested for compliance with specification requirements.

In keeping with the intent of Executive Order 13101, "Greening the Government through Waste Prevention, Recycling, and Federal Acquisition", products certified by SCS as meeting SCS SP-01 shall be given preferential consideration over registered products. Products that are registered shall be given preferential consideration over products not carrying any EPP designation.

SD-03 Product Data

Environmental Data

Coating; G, AO

Manufacturer's Technical Data Sheets

Manufactured Labels for Piping Identification

Submit information on piping identification labels if used.

Piping Legend

Valve Identification List

W912EP-11-R-0042 SECTION 09 90 00 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SD-04 Samples

Color; G, AO

Submit manufacturer's samples of paint colors.

Textured Wall Coating System; G, AO

SD-08 Manufacturer's Instructions

Application instructions

Mixing

Detailed mixing instructions, minimum and maximum application temperature and humidity, potlife, and curing and drying times between coats.

Manufacturer's Material Safety Data Sheets

Submit manufacturer's Material Safety Data Sheets for coatings, solvents, and other potentially hazardous materials, as defined in FED-STD-313.

1.3 REGULATORY REQUIREMENTS

1.3.1 Environmental Protection

In addition to requirements specified elsewhere for environmental protection, provide coating materials that conform to the restrictions of the local Air Pollution Control District and regional jurisdiction. Notify Contracting Officer of any paint specified herein which fails to conform.

1.3.2 Lead Content

Do not use coatings having a lead content over 0.06 percent by weight of nonvolatile content.

1.3.3 Chromate Content

Do not use coatings containing zinc-chromate or strontium-chromate.

1.3.4 Asbestos Content

Materials shall not contain asbestos.

1.3.5 Mercury Content

Materials shall not contain mercury or mercury compounds.

1.3.6 Silica

Abrasive blast media shall not contain free crystalline silica.

1.3.7 Human Carcinogens

Materials shall not contain ACGIH 0100Doc and ACGIH 0100Doc confirmed human carcinogens (A1) or suspected human carcinogens (A2).

W912EP-11-R-0042 SECTION 09 90 00 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.4 PACKAGING, LABELING, AND STORAGE

Paints shall be in sealed containers that legibly show the contract specification number, designation name, formula or specification number, batch number, color, quantity, date of manufacture, manufacturer's formulation number, manufacturer's directions including any warnings and special precautions, and name and address of manufacturer. Pigmented paints shall be furnished in containers not larger than 5 gallons. Paints and thinners shall be stored in accordance with the manufacturer's written directions, and as a minimum, stored off the ground, under cover, with sufficient ventilation to prevent the buildup of flammable vapors, and at temperatures between 40 to 95 degrees F. Do not store paint, polyurethane, varnish, or wood stain products with materials that have a high capacity to adsorb VOC emissions. Do not store paint, polyurethane, varnish, or wood stain products in occupied spaces.

1.5 SAFETY AND HEALTH

Apply coating materials using safety methods and equipment in accordance with the following:

Work shall comply with applicable Federal, State, and local laws and regulations, and with the ACCIDENT PREVENTION PLAN, including the Activity Hazard Analysis as specified in Section 01 35 26 GOVERNMENT SAFETY REQUIREMENTS and in Appendix A of EM 385-1-1. The Activity Hazard Analysis shall include analyses of the potential impact of painting operations on painting personnel and on others involved in and adjacent to the work zone.

1.5.1 Safety Methods Used During Coating Application

Comply with the requirements of SSPC PA Guide 3.

1.5.2 Toxic Materials

To protect personnel from overexposure to toxic materials, conform to the most stringent guidance of:

a. The applicable manufacturer's Material Safety Data Sheets (MSDS) or local regulation.

b. 29 CFR 1910.1000.

c. ACGIH 0100Doc, threshold limit values.

1.6 ENVIRONMENTAL CONDITIONS

Comply, at minimum, with manufacturer recommendations for space ventilation during and after installation. Isolate area of application from rest of building when applying high-emission paints or coatings.

1.6.1 Coatings

Do not apply coating when air or substrate conditions are:

a. Less than 5 degrees F above dew point;

b. Below 50 degrees F or over 95 degrees F, unless specifically pre-approved by the Contracting Officer and the product

W912EP-11-R-0042 SECTION 09 90 00 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

manufacturer. Under no circumstances shall application conditions exceed manufacturer recommendations.

1.7 COLOR SELECTION

Colors of finish coats shall be as indicated or specified. Where not indicated or specified, colors shall be selected by the Contracting Officer. Manufacturers' names and color identification are used for the purpose of color identification only. Named products are acceptable for use only if they conform to specified requirements. Products of other manufacturers are acceptable if the colors approximate colors indicated and the product conforms to specified requirements.

Tint each coat progressively darker to enable confirmation of the number of coats.

Color, texture, and pattern of wall coating systems shall be as selected by Contracting Officer.

1.8 LOCATION AND SURFACE TYPE TO BE PAINTED

1.8.1 Painting Included

Where a space or surface is indicated to be painted, include the following unless indicated otherwise.

a. Surfaces behind portable objects and surface mounted articles readily detachable by removal of fasteners, such as screws and bolts.

b. New factory finished surfaces that require identification or color coding and factory finished surfaces that are damaged during performance of the work.

c. Existing coated surfaces that are damaged during performance of the work.

1.8.1.1 Exterior Painting

Includes new vertical surfaces of the buildings and appurtenances. Also included are existing coated surfaces made bare by cleaning operations.

1.8.1.2 Interior Painting

Includes new surfaces of the buildings and appurtenances as indicated and existing coated surfaces made bare by cleaning operations. Where a space or surface is indicated to be painted, include the following items, unless indicated otherwise.

a. Exposed walls, girders, beams, pilasters, and floor

b. Other contiguous surfaces.

1.8.2 Painting Excluded

Do not paint the following unless indicated otherwise.

a. Surfaces concealed and made inaccessible by panelboards, fixed ductwork, machinery, and equipment fixed in place.

W912EP-11-R-0042 SECTION 09 90 00 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

b. Surfaces in concealed spaces. Concealed spaces are defined as enclosed spaces above suspended ceilings, furred spaces, attic spaces, crawl spaces, elevator shafts and chases.

c. Steel to be embedded in concrete.

d. Copper, stainless steel, aluminum, brass, galvanized steel, and lead except existing coated surfaces.

e. Hardware, fittings, and other factory finished items.

f. Concrete at all other structures except for the control building.

g. Floor surfaces to receive vinyl and ceramic tile floor finishes.

h. Millwork and countertops to receive vinyl coatings.

1.8.3 MISCELLANEOUS PAINTING

Lettering Building

Lettering shall be provided as scheduled on the drawings, shall be block type, and shall be black enamel. Samples shall be approved before application.

1.8.4 Definitions and Abbreviations

1.8.4.1 Qualification Testing

Qualification testing is the performance of all test requirements listed in the product specification. This testing is accomplished by MPI to qualify each product for the MPI Approved Product List, and may also be accomplished by Contractor's third party testing lab if an alternative to Batch Quality Conformance Testing by MPI is desired.

1.8.4.2 Batch Quality Conformance Testing

Batch quality conformance testing determines that the product provided is the same as the product qualified to the appropriate product specification. This testing shall only be accomplished by MPI testing lab.

1.8.4.3 Coating

A film or thin layer applied to a base material called a substrate. A coating may be a metal, alloy, paint, or solid/liquid suspensions on various substrates (metals, plastics, wood, paper, leather, cloth, etc.). They may be applied by electrolysis, vapor deposition, vacuum, or mechanical means such as brushing, spraying, calendaring, and roller coating. A coating may be applied for aesthetic or protective purposes or both. The term "coating" as used herein includes emulsions, enamels, stains, varnishes, sealers, epoxies, and other coatings, whether used as primer, intermediate, or finish coat. The terms paint and coating are used interchangeably.

1.8.4.4 DFT or dft

Dry film thickness, the film thickness of the fully cured, dry paint or coating.

W912EP-11-R-0042 SECTION 09 90 00 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.8.4.5 DSD

Degree of Surface Degradation, the MPI system of defining degree of surface degradation. Five (5) levels are generically defined under the Assessment sections in the MPI Maintenance Repainting Manual.

1.8.4.6 EPP

Environmentally Preferred Products, a standard for determining environmental preferability in support of Executive Order 13101.

1.8.4.7 EXT

MPI short term designation for an exterior coating system.

1.8.4.8 INT

MPI short term designation for an interior coating system.

1.8.4.9 micron / microns

The metric measurement for 0.001 mm or one/one-thousandth of a millimeter.

1.8.4.10 mil / mils

The English measurement for 0.001 in or one/one-thousandth of an inch, equal to 25.4 microns or 0.0254 mm.

1.8.4.11 mm

The metric measurement for millimeter, 0.001 meter or one/one-thousandth of a meter.

1.8.4.12 MPI Gloss Levels

MPI system of defining gloss. Seven (7) gloss levels (G1 to G7) are generically defined under the Evaluation sections of the MPI Manuals. Traditionally, Flat refers to G1/G2, Eggshell refers to G3, Semigloss refers to G5, and Gloss refers to G6.

Gloss levels are defined by MPI as follows:

Gloss Description Units Units Level @ 60 degrees @ 85 degrees

G1 Matte or Flat 0 to 5 10 max G2 Velvet 0 to 10 10 to 35 G3 Eggshell 10 to 25 10 to 35 G4 Satin 20 to 35 35 min G5 Semi-Gloss 35 to 70 G6 Gloss 70 to 85 G7 High Gloss

Gloss is tested in accordance with ASTM D 523. Historically, the Government has used Flat (G1 / G2), Eggshell (G3), Semi-Gloss (G5), and Gloss (G6).

W912EP-11-R-0042 SECTION 09 90 00 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.8.4.13 MPI System Number

The MPI coating system number in each Division found in either the MPI Architectural Painting Specification Manual or the Maintenance Repainting Manual and defined as an exterior (EXT/REX) or interior system (INT/RIN). The Division number follows the CSI Master Format.

1.8.4.14 Paint

See Coating definition.

1.8.4.15 REX

MPI short term designation for an exterior coating system used in repainting projects or over existing coating systems.

1.8.4.16 RIN

MPI short term designation for an interior coating system used in repainting projects or over existing coating systems.

PART 2 PRODUCTS

2.1 MATERIALS

Conform to the coating specifications and standards referenced in PART 3. Submit manufacturer's technical data sheets for specified coatings and solvents.

PART 3 EXECUTION

3.1 PROTECTION OF AREAS AND SPACES NOT TO BE PAINTED

Prior to surface preparation and coating applications, remove, mask, or otherwise protect, hardware, hardware accessories, machined surfaces, radiator covers, plates, lighting fixtures, public and private property, and other such items not to be coated that are in contact with surfaces to be coated. Following completion of painting, workmen skilled in the trades involved shall reinstall removed items. Restore surfaces contaminated by coating materials, to original condition and repair damaged items.

3.2 SURFACE PREPARATION

Remove dirt, splinters, loose particles, grease, oil, and other foreign matter and substances deleterious to coating performance as specified for each substrate before application of paint or surface treatments. Oil and grease shall be removed prior to mechanical cleaning. Cleaning shall be programmed so that dust and other contaminants will not fall on wet, newly painted surfaces. Exposed ferrous metals such as nail heads on or in contact with surfaces to be painted with water-thinned paints, shall be spot-primed with a suitable corrosion-inhibitive primer capable of preventing flash rusting and compatible with the coating specified for the adjacent areas.

3.3 PREPARATION OF METAL SURFACES

3.3.1 New Ferrous Surfaces

a. Ferrous Surfaces including Shop-coated Surfaces and Small Areas

W912EP-11-R-0042 SECTION 09 90 00 Page 11 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

That Contain Rust, Mill Scale and Other Foreign Substances: Solvent clean or detergent wash in accordance with SSPC SP 1 to remove oil and grease. Where shop coat is missing or damaged, clean according to SSPC SP 2. Shop-coated ferrous surfaces shall be protected from corrosion by treating and touching up corroded areas immediately upon detection.

b. Surfaces With More Than 20 Percent Rust, Mill Scale, and Other Foreign Substances: Clean entire surface in accordance with SSPC SP 6/SSPC SP 12 WJ-3.

3.3.2 Final Ferrous Surface Condition:

For tool cleaned surfaces, the requirements are stated in SSPC SP 2 and SSPC SP 3. As a visual reference, cleaned surfaces shall be similar to photographs in SSPC VIS 3.

For abrasive blast cleaned surfaces, the requirements are stated in SSPC SP 7, SSPC SP 6, and SSPC SP 10. As a visual reference, cleaned surfaces shall be similar to photographs in SSPC VIS 1.

For waterjet cleaned surfaces, the requirements are stated in SSPC SP 12. As a visual reference, cleaned surfaces shall be similar to photographs in SSPC VIS 4.

3.3.3 Galvanized Surfaces

a. Existing Galvanized Surfaces With Only Dirt and Zinc Oxidation Products: Clean with solvent, steam, or non-alkaline detergent solution in accordance with SSPC SP 1. If the galvanized metal has been passivated or stabilized, the coating shall be completely removed by brush-off abrasive blast. New galvanized steel to be coated shall not be "passivated" or "stabilized" If the absence of hexavalent stain inhibitors is not documented, test as described in ASTM D 2092, Appendix X2, and remove by one of the methods described therein.

3.3.4 Non-Ferrous Metallic Surfaces

Aluminum and aluminum-alloy, lead, copper, and other nonferrous metal surfaces.

Surface Cleaning: Solvent clean in accordance with SSPC SP 1 and wash with mild non-alkaline detergent to remove dirt and water soluble contaminants.

3.4 PREPARATION OF CONCRETE AND CEMENTITIOUS SURFACE

3.4.1 Concrete and Masonry

a. Curing: Concrete, stucco and masonry surfaces shall be allowed to cure at least 30 days before painting, except concrete slab on grade, which shall be allowed to cure 90 days before painting.

b. Surface Cleaning: Remove the following deleterious substances.

(1) Dirt, Chalking, Grease, and Oil: Wash new and existing uncoated surfaces with a solution composed of 1/2 cup trisodium phosphate, 1/4 cuphousehold detergent, and 4 quarts of warm

W912EP-11-R-0042 SECTION 09 90 00 Page 12 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

water. Then rinse thoroughly with fresh water. For large areas, water blasting may be used.

(2) Fungus and Mold: Wash new surfaces with a solution composed of 1/2 cup trisodium phosphate, 1/4 cup household detergent, 1 quart 5 percent sodium hypochlorite solution and 3 quarts of warm water. Rinse thoroughly with fresh water.

(3) Paint and Loose Particles: Remove by wire brushing.

(4) Efflorescence: Remove by scraping or wire brushing followed by washing with a 5 to 10 percent by weight aqueous solution of hydrochloric (muriatic) acid. Do not allow acid to remain on the surface for more than five minutes before rinsing with fresh water. Do not acid clean more than 4 square feet of surface, per workman, at one time.

c. Cosmetic Repair of Minor Defects: Repair or fill mortar joints and minor defects, including but not limited to spalls, in accordance with manufacturer's recommendations and prior to coating application.

d. Allowable Moisture Content: Latex coatings may be applied to damp surfaces, but not to surfaces with droplets of water. Do not apply epoxies to damp vertical surfaces as determined by ASTM D 4263 or horizontal surfaces that exceed 3 lbs of moisture per 1000 square feet in 24 hours as determined by ASTM F 1869. In all cases follow manufacturers recommendations. Allow surfaces to cure a minimum of 30 days before painting.

3.4.2 Gypsum Board, Plaster, and Stucco

a. Surface Cleaning: Plaster and stucco shall be clean and free from loose matter; gypsum board shall be dry. Remove loose dirt and dust by brushing with a soft brush, rubbing with a dry cloth, or vacuum-cleaning prior to application of the first coat material. A damp cloth or sponge may be used if paint will be water-based.

b. Repair of Minor Defects: Prior to painting, repair joints, cracks, holes, surface irregularities, and other minor defects with patching plaster or spackling compound and sand smooth.

c. Allowable Moisture Content: Latex coatings may be applied to damp surfaces, but not surfaces with droplets of water. Do not apply epoxies to damp surfaces as determined by ASTM D 4263. New plaster to be coated shall have a maximum moisture content of 8 percent, when measured in accordance with ASTM D 4444, Method A, unless otherwise authorized. In addition to moisture content requirements, allow new plaster to age a minimum of 30 days before preparation for painting.

3.5 APPLICATION

3.5.1 Coating Application

Painting practices shall comply with applicable federal, state and local laws enacted to insure compliance with Federal Clean Air Standards. Apply coating materials in accordance with SSPC PA 1. SSPC PA 1 methods are applicable to all substrates, except as modified herein.

W912EP-11-R-0042 SECTION 09 90 00 Page 13 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

At the time of application, paint shall show no signs of deterioration. Uniform suspension of pigments shall be maintained during application.

Unless otherwise specified or recommended by the paint manufacturer, paint may be applied by brush, roller, or spray. Use trigger operated spray nozzles for water hoses. Rollers for applying paints and enamels shall be of a type designed for the coating to be applied and the surface to be coated. Wear protective clothing and respirators when applying oil-based paints or using spray equipment with any paints.

Paints, except water-thinned types, shall be applied only to surfaces that are completely free of moisture as determined by sight or touch.

Thoroughly work coating materials into joints, crevices, and open spaces. Special attention shall be given to insure that all edges, corners, crevices, welds, and rivets receive a film thickness equal to that of adjacent painted surfaces.

Each coat of paint shall be applied so dry film shall be of uniform thickness and free from runs, drops, ridges, waves, pinholes or other voids, laps, brush marks, and variations in color, texture, and finish. Hiding shall be complete.

Touch up damaged coatings before applying subsequent coats. Interior areas shall be broom clean and dust free before and during the application of coating material.

3.5.2 Mixing and Thinning of Paints

Reduce paints to proper consistency by adding fresh paint, except when thinning is mandatory to suit surface, temperature, weather conditions, application methods, or for the type of paint being used. Obtain written permission from the Contracting Officer to use thinners. The written permission shall include quantities and types of thinners to use.

When thinning is allowed, paints shall be thinned immediately prior to application with not more than 1 pint of suitable thinner per gallon. The use of thinner shall not relieve the Contractor from obtaining complete hiding, full film thickness, or required gloss. Thinning shall not cause the paint to exceed limits on volatile organic compounds. Paints of different manufacturers shall not be mixed.

3.5.3 Two-Component Systems

Two-component systems shall be mixed in accordance with manufacturer's instructions. Any thinning of the first coat to ensure proper penetration and sealing shall be as recommended by the manufacturer for each type of substrate.

3.5.4 Coating Systems

a. Systems by Substrates: Apply coatings that conform to the respective specifications listed in the following Tables:

Table

Division 3. Exterior Concrete Paint Table Division 5. Exterior Metal, Ferrous Paint Table

W912EP-11-R-0042 SECTION 09 90 00 Page 14 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Division 3. Interior Concrete Paint Table Division 4. Internal Concrete Masonry Units Paint Table Division 5. Interior Metal, Ferrous Paint Table Division 9. Interior Plaster, Gypsum Board, Textured Surfaces Paint Table

b. Minimum Dry Film Thickness (DFT): Apply paints, primers, varnishes, enamels, undercoats, and other coatings to a minimum dry film thickness of 1.5 mil each coat unless specified otherwise in the Tables. Coating thickness where specified, refers to the minimum dry film thickness.

c. Coatings for Surfaces Not Specified Otherwise: Coat surfaces which have not been specified, the same as surfaces having similar conditions of exposure.

3.6 COATING SYSTEMS FOR METAL

Apply coatings of Tables in Division 5 for Exterior and Interior.

a. Apply specified ferrous metal primer on the same day that surface is cleaned, to surfaces that meet all specified surface preparation requirements at time of application.

b. Inaccessible Surfaces: Prior to erection, use one coat of specified primer on metal surfaces that will be inaccessible after erection.

c. Shop-primed Surfaces: Touch up exposed substrates and damaged coatings to protect from rusting prior to applying field primer.

d. Surface Previously Coated with Epoxy or Urethane: Apply MPI 101, 1.5 mils DFT immediately prior to application of epoxy or urethane coatings.

3.7 PIPING IDENTIFICATION

Piping Identification, Including Surfaces In Concealed Spaces: Color code marking shall be of the color listed in Table I and the size listed in Table II. Provide in accordance with ANSI A13.1. Use either manufactured labels or stenciling. If manufactured labels are used, they shall be specifically designed and manufactured for the application. Labels printed by the Contractor shall not be allowed. Place piping identifications in clearly visible locations. On piping not covered by ANSI A13.1, provide labels or stencil approved names or code letters, in letters a minimum of 1/2 inch high for piping and a minimum of 2 inches high elsewhere. Provide arrow-shaped markings on piping to indicate direction of flow using black stencil paint or manufactured labels.

TABLE I. COLOR CODES FOR MARKING PIPE

Material Band Letter & Arrow Legend

Cold water (domestic) Green White POTABLE WATER Hot water (domestic) Green White H.W. Well water Green White WELL WATER Engine Coolant supply Yellow Black ENG COOL SUP Engine coolant return Yellow Black ENG COOL RET Storm water Green White STORM WATER

W912EP-11-R-0042 SECTION 09 90 00 Page 15 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

TABLE I. COLOR CODES FOR MARKING PIPE Chemical feed Yellow Black CH. FEED Refrigerants Blue White REFRIGERANT Fuel oil supply Yellow Black FUEL OIL Fuel oil return Yellow Black FUEL OIL RET Fuel oil vent Yellow Black FUEL OIL VENT

TABLE II. COLOR CODE MARKING SIZES

Outside Diameter Length of Arrow Size of Legend of Pipe Covering Color Band Length x Width Letters & Numerals (Inches) (Inches) (Inches) (Inches)

Less than and including 1-1/2 8 8 x 2-1/4 1/2 Over 1-1/2 12 8 x 2-1/4 1-1/4

3.8 PIPING LEGEND

Provide a piping legend that clearly describes the types of pipes, color schemes, identification markings, etc., that facilitates the identification of all piping systems. The legend shall be a minimum of 17" X 11", and shall be laminated. Hang the legend on a wall in the pump station in a location as directed by the Contracting Officer.

3.9 VALVE IDENTIFICATION LIST

Provide a list of all of the valves to be used in the station and outside of the station (e.g., at the tank farm). The list shall include the location of each valve, the valve number, the make and model, and in which system the valve is used.

3.10 INSPECTION AND ACCEPTANCE

In addition to meeting previously specified requirements, demonstrate mobility of moving components, including swinging and sliding doors, cabinets, and windows with operable sash, for inspection by the Contracting Officer. Perform this demonstration after appropriate curing and drying times of coatings have elapsed and prior to invoicing for final payment.

3.11 WASTE MANAGEMENT

As specified in the Waste Management Plan and as follows. Do not use kerosene or any such organic solvents to clean up water based paints. Properly dispose of paints or solvents in designated containers. Close and seal partially used containers of paint to maintain quality as necessary for reuse. Store in protected, well-ventilated, fire-safe area at moderate temperature. Place materials defined as hazardous or toxic waste in designated containers. Coordinate with manufacturer for take-back program. Set aside scrap to be returned to manufacturer for recycling into new product. When such a service is not available, local recyclers shall be sought after to reclaim the materials. Set aside extra paint for future color matches or reuse by the Government. Where local options exist for leftover paint recycling, collect all waste paint by type and provide for delivery to recycling or collection facility for reuse by local organizations.

W912EP-11-R-0042 SECTION 09 90 00 Page 16 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.12 PAINT TABLES

3.12.1 EXTERIOR PAINT TABLES

DIVISION 3: EXTERIOR CONCRETE PAINT TABLE

A. New vertical surfaces above the operation floor level of the pump station and at the communications and control buildings, including undersides of balconies and soffits but excluding tops of slabs excluding the communications tower post:

1. Latex New; MPI EXT 3.1A-G2 (Flat) Primer: Intermediate: Topcoat: MPI 10 MPI 10 MPI 10 System DFT: 3.5 mils

DIVISION 5: EXTERIOR METAL, FERROUS PAINT TABLE

STEEL / FERROUS SURFACES (NOTE: Not applicable to steel discharge pipe, vertical pump, or sheet piles, galvanized steel and all non-ferrous metal surfaces.

A. New Steel that has been hand or power tool cleaned to SSPC SP 2 or SSPC SP 3

1. New; MPI EXT 5.1Q-G6 (Gloss) / Existing; MPI REX 5.1D-G6 Primer: Intermediate: Topcoat: MPI 23 MPI 9 MPI 9 System DFT: 5.25 mils

B. New Steel that has been blast-cleaned to SSPC SP 6:

1. New; MPI EXT 5.1D-G6 (Gloss) / Existing; MPI REX 5.1D-G6 Primer: Intermediate: Topcoat: MPI 79 MPI 9 MPI 9 System DFT: 5.25 mils

3.12.2 INTERIOR PAINT TABLES

DIVISION 3: INTERIOR CONCRETE PAINT TABLE

A. New concrete, vertical surfaces, above the operating floor level at the pump station, and at the control building, not specified otherwise:

1. MPI INT 3.1D-G5 (Semigloss) / Existing; RIN 3.1D-G5 (Semigloss) Primer: Intermediate: Topcoat: MPI 50 MPI 47 MPI 47 System DFT: 4.5 mils

DIVISION 3: INTERIOR CONCRETE PAINT

A. New concrete floors except at the office area and bathroom of Pump Station S-525 which receive tile:

1. Sealer, water based, for concrete floors New; G2 (Flat) Primer: Topcoat: MPI 99 MPI 99

W912EP-11-R-0042 SECTION 09 90 00 Page 17 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

DIVISION 3: INTERIOR CONCRETE PAINT

Note: Primer may be reduced for penetration per manufacturer's instructions.

DIVISION 4: INTERIOR CONCRETE MASONRY UNITS PAINT TABLE

A. New Concrete masonry:

MPI INT 4.2D-G5 (Semigloss) Filler Primer: Intermediate: Topcoat: MPI 4 N/A MPI 141 MPI 141 System DFT: 11 mils

Fill all holes in masonry surface

DIVISION 5: INTERIOR METAL, FERROUS PAINT TABLE

INTERIOR STEEL / FERROUS SURFACES

A. Metal, Mechanical, Electrical, and miscellaneous metal items not otherwise specified except, hot metal surfaces, new prefinished equipment, galvanized steel and non-ferrous metals:

1. MPI INT 5.1E-G6 (Semi-gloss) Primer: Intermediate: Topcoat: MPI 79 MPI 141 MPI 141 System DFT: 5 mils

B. Hot metal surfaces subject to temperatures up to 400 degrees F:

1. Heat Resistant Enamel MPI INT 5.2A Primer: Intermediate: Topcoat: MPI 21 Surface preparation and number of coats per manufacturer's instructions. System DFT: Per Manufacturer

DIVISION 9: INTERIOR PLASTER, GYPSUM BOARD, TEXTURED SURFACES PAINT TABLE

A. New Wallboard:

1. Alkyd New; MPI INT 9.2C-G5 (Semigloss) / Existing; MPI RIN 9.2C-G5 (Semigloss) Primer: Intermediate: Topcoat: MPI 50 MPI 47 MPI 47 System DFT: 4 mils

-- End of Section --

W912EP-11-R-0042 SECTION 09 90 00 Page 18 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 11 - EQUIPMENT

SECTION 11 82 15

RAIL, TELESCOPING ARM TYPE AUTOMATIC TRASH RAKE AND RACK SYSTEMS

PART 1 GENERAL

1.1 REFERENCES 1.2 SCOPE 1.3 GENERAL 1.3.1 Coordination 1.3.2 Manufacturer's Experience 1.3.3 Workmanship and Materials 1.3.4 Certification 1.4 WARRANTY 1.5 WELDING 1.6 SUBMITTALS

PART 2 PRODUCTS

2.1 TRASH RAKE SYSTEM 2.1.1 Performance and Design Requirements 2.1.2 Materials 2.1.3 Protective Coatings 2.1.3.1 General 2.1.3.2 Factory-Applied Painting 2.1.3.3 Field Painting 2.1.4 Trash Rake Assembly 2.1.5 Electrical 2.1.5.1 Motors 2.1.5.2 Controls 2.1.5.3 Power Connection 2.1.6 Fabrication 2.1.6.1 Assembly Fasteners 2.1.6.2 Stainless Steel 2.1.6.3 Bearings 2.1.7 Lubrication 2.1.8 Drive Units 2.1.8.1 Gearing 2.1.8.2 Gearmotors 2.1.8.3 Gear Reducers 2.1.8.4 Adjustable Speed Drives 2.1.8.5 Belts and Chains 2.1.9 Shafts 2.1.10 Flexible Couplings 2.1.11 Rigid Couplings 2.1.12 Drum 2.1.13 Wire Rope and Reeving Accessories 2.1.13.1 Wire Rope Design Factors 2.1.13.2 Wire Ropes 2.1.13.3 Reeving Accessories

W912EP-11-R-0042 SECTION 11 82 15 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.1.13.4 Sheaves 2.1.14 Brakes 2.2 TRASH RACKS 2.2.1 General 2.2.1.1 Trash Rack Requirements 2.2.1.2 Head Loss 2.2.1.3 Trash Rack Inclination 2.2.1.4 Trash (Debris) Loading 2.2.1.5 Service Life 2.2.1.6 Intake Design 2.2.1.7 Removal and Reinstallation 2.2.2 Fabrication 2.2.2.1 Structural Design 2.2.2.2 Flow Induced Vibration 2.2.2.3 Material Standards 2.2.2.4 Member Sizing

PART 3 EXECUTION

3.1 INSTALLATION 3.2 FIELD QUALITY CONTROL 3.2.1 Installation Check 3.3 PERFORMANCE TESTS

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 11 82 15 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 11 82 15

RAIL, TELESCOPING ARM TYPE AUTOMATIC TRASH RAKE AND RACK SYSTEMS

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 A 36/A 36M (2005) Standard Specification for Carbon Structural Steel

ASTM A 123/A 123M (2009) Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

ASTM A 276 (2006) Standard Specification for Stainless Steel Bars and Shapes

ASTM A 380 (2006) Standard Practice for Cleaning, Descaling, and Passivation of Stainless Steel Parts, Equipment, and Systems

ASTM F 593 (2002e2) Stainless Steel Bolts, Hex Cap Screws, and Studs

ASTM F 594 (2002) Standard Specification for Staninless Steel Nuts

AMERICAN WELDING SOCIETY (AWS)

AWS D1.1/D1.1M (2006; Errata 2006) Structural Welding Code - Steel

AWS D14.1/D14.1M (1997) Welding Industrial and Mill Cranes and Other Material Handling Equipment

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 70 (2008; AMD 1 2008) National Electrical Code

1.2 SCOPE

This section covers the furnishing and installation of mechanical trash rack rakers and trash racks at Pumping Station S-362, as indicated on the drawings, and as required herein. The existing trash rake system and trash racks shall be removed completely for the new installations, including the controls, local control panels, and debris storage bin walls. New debris

W912EP-11-R-0042 SECTION 11 82 15 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

bins will be constructed as shown on the drawings. See the drawings for the scope of the new installations and the deconstruction/demolition of the existing equipment. The removed equipment shall be disposed of as specified and directed by the Contracting Officer. See, also, Specification Section 02 41 00 DEMOLITION AND DECONSTRUCTION.

1.3 GENERAL

Equipment furnished under this section shall be fabricated and assembled in full conformance with drawings, specifications, engineering data, instructions, and recommendations of the equipment manufacturer, unless exceptions are noted by the Contracting Officer' s Representative.

1.3.1 Coordination

Coordinate all details of the equipment with other related parts of the work, including verification that all structures, piping, wiring, and equipment components are compatible. The Contractor shall also be responsible for all structural work and any alterations required to accommodate equipment differing in dimensions or other characteristics from that indicated in the contract drawings or specifications.

1.3.2 Manufacturer's Experience

Manufacturer shall have furnished equipment of similar type, size, and method of operation specified which has been in successful operation for five or more years.

1.3.3 Workmanship and Materials

Guarantee all equipment against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials shall be suitable for service conditions.

All equipment shall be designed, fabricated, and assembled in accordance with recognized and acceptable engineering and shop practice. Individual parts shall be manufactured to standard sizes and thicknesses so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units shall be interchangeable. Equipment shall not have been in service at any time prior to delivery, except as required by tests.

Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment shall conform to AISC standards. All structural members shall be designed for shock or vibratory loads. Unless otherwise specified, all steel that will be submerged, all or in part, during normal operation of the equipment shall be Type 304 or 304L stainless steel. All electrical work shall conform to NFPA 70.

1.3.4 Certification

All design work (drawings, specifications, plans, reports, and any other documents) shall be sealed, signed, and dated by a registered professional engineer.

1.4 WARRANTY

A written warranty shall be provided. The trash rake and trash rack manufacturer(s) shall warranty all new equipment furnished under this

W912EP-11-R-0042 SECTION 11 82 15 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

section against defective workmanship, materials, design, and performance for a period of twenty four (24) months from the date the equipment is accepted. If the equipment or any part thereof does not conform to these warranties, the manufacturer shall, thereupon, promptly correct such nonconformity by repair or replacement, in an acceptable manner, and at no additional cost to the Customer. The down time for the equipment shall be coordinated with the Customer, and shall be kept to a minimum duration that is mutually agreed to by the manufacturer and the Customer. The manufacturer shall be given the opportunity to perform the removal and reinstallation and to select the means of transportation.

1.5 WELDING

All welding on the structural steel shall conform to AWS D1.1/D1.1M. Welding on items designated for galvanized shall be per recommended standards for galvanized structural fabrication. Welding for stainless steel shall conform to AWS D1.1/D1.1M.

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. The following shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-02 Shop Drawings

Detail Drawings; G|DO

Submit complete assembly and installation drawings, together with detailed specifications and data covering materials used and accessories forming the equipment furnished. The drawings shall include separate wiring diagrams for each piece of electrical control equipment. Provide detailed drawings for any required modifications to the intake structure, service bridge, and/or intake channel. Provide as-built drawings for all work completed.

SD-03 Product Data

Product Data; G|DO

Manufacturer's descriptive data and technical literature, performance charts and curves, catalog cuts, and installation instructions; gear reduction unit catalog; listing of trash rack components and material. Contractor shall provide the following information:

Trash Rake System:

Name of manufacturer. Type and model. Rake lift speed. Rake trolley unit travel speed. Net weight. Rake capacity. Rail sizes and connections. Anchor bolt details. Rake boom articulation range.

W912EP-11-R-0042 SECTION 11 82 15 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Layout of internal housing components. Drive unit. Power supply connection design and details. Data on shop painting. Detailed fabrication drawings. Control component data.

Motors:

Name of manufacturer. Type and model. Rated size of motor, hp, and service factor. Insulation class and temperature rise. Full load rotative speed. Net weight. Efficiency at full load. Full load current. Locked rotor current.

Controls:

Radio controlled hand held pendant. Local Control Panel (and concrete enclosure). Electrical schematics and wiring diagrams. Overcurrent characteristics and details of motor control. Enclosure rating. Catalog and data sheets on all components.

Trash Racks:

Detailed rack fabrication and layout drawings, including materials of construction.

Spare Parts Data:

Spare parts data for each different item of material and equipment specified. Spare parts data shall be submitted and shall include a complete list of recommended parts and supplies, with current unit prices and source of supply.

SD-05 Design Data; G|DO

A copy of the process and instrumentation diagrams relating to the submitted equipment, with addendum updates that apply to the equipment in this section, marked to show specific changes necessary for the equipment proposed in the submittal. If no changes are required, the drawing or drawings shall be marked, "No changes required."

Electrical Elementary Diagrams; G|DO

Internal Connection Diagrams; G|DO

External Interconnection Diagrams; G|DO

System Operation Programming; G|DO

Local Control Panel Layout Drawings; G|DO

W912EP-11-R-0042 SECTION 11 82 15 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Include front door and rear panel equipment arrangement and dimensions.

Motor Data; G|DO

Wind Structural Analysis; G|DO

Provide testing results.

Trash Racks; G|DO

Provide the following:

- Hydraulic design values and calculations. - Recommendation from the existing pump manufacturer regarding bar clearances. - Structural design including debris loading values, rake requirements, and hydraulic loading values. - Anchor design with calculations.

Trash Rake System Calculations; G|DO

For equipment with operating weight of 400 pounds or more, provide the following calculations:

a. Operating weight and centroid of equipment. b. Forces and overturning moments. c. Shear and tension forces in equipment anchorages, supports, and connections.

SD-06 Test Reports; G|DO

Performance Tests; G|DO

Final acceptance test and operational test procedure

SD-07 Certificates

Equipment

Provide a list of five similar installations with the same type of equipment of the same or larger size with contact name, address and phone number.

SD-09 Manufacturer's Field Reports

Field Quality Control; G|DO

Documentation of the testing and verification actions taken by the manufacturer's representative at the job site. The documentation must be signed by an authorized official of a testing agency and must state the test results; and indicate whether the material, product, or system has passed or failed the test.

SD-10 Operation and Maintenance Data

Operation and Maintenance Manuals; G|DO

Provide Operation and Maintenance Manuals in accordance with

W912EP-11-R-0042 SECTION 11 82 15 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Section 01 78 23 OPERATION AND MAINTENANCE DATA, Data Package 4. Manuals shall include all products specified herein.

PART 2 PRODUCTS

2.1 TRASH RAKE SYSTEM

2.1.1 Performance and Design Requirements

All components shall be balanced so that jamming at any point will not result in structural failure or tipping of the unit. Provide safety interlocks that will prevent the drive motor from stalling.

The rake system shall be inherently stable under unbalanced loads and under external design forces, including wind and seismic. The rake trolley unit shall include integral counter weights that offset unbalanced loads associated with the operation of the rake. The rake trolley unit shall include locking devices that transfer overturning forces to the rails for loading combinations that result in overturning safety margin of less than or equal to 2.

All components, including the gear reducer, shall be designed to withstand, without damage or permanent distortion, the full stalling torque of the drive motor.

All mechanical components shall be readily accessible for maintenance.

The trash rake system at S-362 shall have a minimum lifting capacity of 2,145 lbs. The trash rake system shall be able to clean the trash racks and traverse to the dump sites in wind speeds of up to 70 MPH. The trash rake system shall be designed to withstand 160 mph wind speed parked.

2.1.2 Materials

Rake unit construction materials shall be as follows:

a. Rake Boom - Stainless steel, AISI Type 304L or Type 316L b. Rake - Stainless steel, AISI Type 304L or Type 316L c. Raker trolley unit frame - Carbon Steel, ASTM A 36/A 36M, minimum d. Rake trolley unit housing - Stainless steel, AISI Type 304L or Type 316L e. Sprockets - Stainless steel, AISI Type 304L or Type 316L f. Submerged Bearings - Stainless steel, water lubricated, babbitt, or Ryertex, with grease fitting

2.1.3 Protective Coatings

2.1.3.1 General

All non-stainless steel equipment shall have an acceptable corrosion-resistant finish at the completion of the job per manufacturer's standard practice or as specified herein.

2.1.3.2 Factory-Applied Painting

All surfaces shall be prepared, primed, and painted per the manufacturer's standard system, suitable for the service intended. No stainless steel surfaces shall be painted.

W912EP-11-R-0042 SECTION 11 82 15 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.1.3.3 Field Painting

Contractor shall touch-up coatings damaged during shipment or installation. Manufacturer shall furnish Contractor with an adequate quantity of touch-up paint.

2.1.4 Trash Rake Assembly

Provide a pumping station trash removal system that incorporates a traveling (trolley) rake with equipment house and telescoping boom with fixed and winched sections, rake guide rail (electrified) system, and controls. The rake trolley unit shall be equipped with a rake to remove debris from the proposed trash rack. A trash removal system which consists of a rake gripper that is lowered and retrieved using a wire rope cable system will not be allowed. Screen cleaning systems which employ horizontal rake motion, back-cleaned design, belt-drives, chains (moving or stationary), cables, multiple motors, chain sprockets, chain components, gear plates, or rely upon any moving part of the mechanism (exclusive of rake, rake arms, and rake stabilizer shaft) to travel below the top of the channel are explicitly excluded under this specification. The mechanism shall be designed such that drive and electrical components are not submerged in the channel.

The debris removal system shall be supplied with a total of two (2) telescoping boom rake trolley units, each with dedicated rake assemblies. During normal operation, each rake trolley unit will operate simultaneously and be required to effectively and reliably remove and convey collected debris screenings captured on one half of the total length of the proposed trash rack system. The rake trolley units shall also be capable of operating independently of one another. Each rake trolley unit shall also be capable of accessing and cleaning the entire length of the trash rack system in the event that the other rake trolley unit is disabled or out of service.

The rake trolley unit shall be able to complete a full cleaning cycle in less than 40 minutes, park to park. A cleaning cycle is defined by the following:

- The cycle is started while the rake trolley unit is parked at either of the parking positions at the ends of the rails. The debris removal starts from one end of the intake structure (at the initial cleaning position at the nearest trash rack) towards the other end of the intake structure and the last cleaning position (at the last trash rack), cleaning all programmed cleaning positions, cleaning the full width and depth of the trash racks.

- From the parked position, the rake trolley unit moves to the programmed initial cleaning position (at the nearest trash rack) at the intake structure and begins the raking operation.

- The rake trolley unit removes the debris from the full depth of the trash rack and takes the debris to the debris dump area to unload it.

- After unloading the debris, the rake trolley unit then moves to the second programmed cleaning position and repeats the raking and dumping process.

- The raking and dumping process is repeated for subsequent programmed cleaning positions until the rake trolley unit has reached the opposite

W912EP-11-R-0042 SECTION 11 82 15 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

end of the intake structure and the last cleaning position (at the last trash rack).

- The rake trolley unit then returns to the starting parked position.

An end-of-travel limit switch shall be used to stop the rake trolley unit at the parked position. The rake trolley unit shall be programmed to have the debris dumped in 3 different locations inside the debris bin to optimize use of the space inside the bin.

Each rake trolley unit shall be capable of moving laterally to allow access to the entire length of the trash rack system. Screened debris collected by the rake trolley unit shall be conveyed via the rake trolley unit to two disposal areas located at each end of the rake system's guide rail system. The rake trolley carriage shall be driven by a rotating sprocket pulling against a fixed chain. The chain shall be secured to the upstream rake trolley guide support rail. The chain shall be produced in accordance with ASME/ANSI standards and be appropriate for the loads encountered. The rake trolley carriage and equipment housings shall be designed to accommodate all required electro-mechanical system components while maintaining adequate clearances to perform equipment maintenance. The rake trolley housing shall be constructed out of Type 304L or Type 316L stainless steel. The rake trolley unit shall be certified by the manufacturer to withstand wind loads in accordance with this specification without structural damage. The rake trolley unit housing shall be water tight, vented, have access doors on at least two sides, and travel on crane wheels.

The telescoping boom rakes shall consist of a rake gripper head assembly with telescoping boom arm extensions per manufacturer's recommended design. The rake boom shall articulate through the rake trolley unit housing to extend the rake to the bottom of the trash rack, rake the debris up the rack, and carry the debris in the rake to the debris dumping area shown on the drawings. The telescoping boom rakes shall be extended and retracted through the use of wire drum hoist unit with a counter spooling drum. Both the extension and retraction stroke cycles shall be positively powered. All wire drum hoist unit components shall be located within the rake trolley equipment house and/or the interior of the boom rake assemblies. All wire drum hoist components which will be intermittently submerged in water shall be 316 stainless steel, including wire rope, pulley/sheave assemblies, pins, etc. The winch drum assemblies shall have power and operational characteristics to perform all load lifting and lowering functions as required by this specification. The telescoping boom, rake arm, and rake gripper head assembly shall be fabricated of 304 stainless steel and shall be suitable for the application.

The boom shall be capable of being locked in an up position off of the trash rack when not in use. During operation, the rake is held against the trash rack with positive inward force that is compatible with the trash rack. The weight of the rake trolley unit and rake boom shall not be supported on the trash rack under any circumstances, including during rake operation. The positive rake head tine penetration between the trash racks shall be a minimum of 1 inch. The rake shall be able to travel up the trash rack length at a minimum rate of 30 feet per minute while the rake is engaged, with the capability of starting anywhere on the trash rack. The rake gripper head shall be as wide as possible (per manufacturer's recommendation), rigid, and adequately braced to prevent rake from racking or twisting.

Each rake gripper head assembly shall be equipped with a controlled boom,

W912EP-11-R-0042 SECTION 11 82 15 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

tilt screw-drive actuator to ensure that positive pressure is maintained throughout the complete raking cycle. The rake/rake head assembly shall not gouge, bend, or tear the trash rack during operation.

The raking unit mechanism shall be so designed that the rake/rake head assembly can climb over and be free of an encountered object that cannot be removed from the trash rack. The object which can be bypassed shall have a minimum dimension of 6 inches from the face of the trash rack. After the object has been bypassed, the rake shall again engage the trash rack surface and continue to clean the trash rack.

Positive overload protection against an object which is too large to be bypassed shall be provided. When the load on the rake unit increases beyond a predetermined value, a limit switch shall stop the drive. When the overload condition has been corrected, the drive may be again operated by manual push button activation. Mechanisms employing shear pins for overload protection are not acceptable.

A spring-loaded switch, locally mounted, shall allow reversal of the rake assembly by manual operation. The mechanism shall be able to be reversed completely out of the channel. A limit switch shall positively limit travel of the mechanism in the reverse direction to prevent damage to the rake assembly.

Using a high torque electric drive system, the rake trolley assembly shall travel on two standard crane rails mounted overhead on a steel structure platform that will be installed on the inlet structure deck/piers as indicated on the drawings. The guide rail system shall extend the entire length of the trash rack system to allow complete access to the trash rack for cleaning. Trolley rails and wheels shall be fabricated of 304 stainless steel. All structural supports and members shall be minimum ASTM A 36/A 36M carbon steel. A maintenance platform shall be provided at each end of the guide rail system to provide access to the rake trolley and equipment housing to perform regular system maintenance and troubleshooting. Each platform shall be equipped with full perimeter steel standard railing and a structure access ladder with integrated fall arrest system. The standard railing and access ladder shall be in strict accordance with the structural drawings. The loading from the rake assembly, including the rail system, shall not exceed the rated load capacity of the inlet structure deck/piers. All steel (except stainless steel) , including but not limited to, structural members, connecting plates, grating, railings, ladders, bolts and fasteners shall conform with Specification Section 05 50 13 MISCELLANEOUS METAL FABRICATIONS, and shall be hot-dip zinc galvanized in accordance with ASTM A 123/A 123M. All bolted connections shall be made with a minimum of two bolts. All holes required for assembly and/or connecting plates shall be pre-drilled or punched prior to the galvanizing process. Field drilling and/or punching of any galvanized steel component will not be permitted. The structural steel superstructure shall be anchored to the existing service bridge/piers using appropriately sized 316 stainless steel epoxy anchors.

2.1.5 Electrical

The trash rake system shall be electro-mechanically powered to run the rake trolley unit on rails, articulate rake boom up and down, and move rake up and down the boom.

Electrical power shall be conveyed from a local disconnect located at ground level to the rake system through the use of an electrical conductor

W912EP-11-R-0042 SECTION 11 82 15 Page 11 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

system. The conductor system shall consist of a minimum of five (5) stationary conductor bars which are secured to the rake system's guide rail system and an electrical service feed pickup collector bar which is secured to the under carriage of the rake trolley unit and travels with the trolley. The use of a festooned electrical cable system shall not be permitted. The conductor bars shall be fabricated of a stainless/copper laminate which is suitable for outdoor use without experiencing corrosion. The conductor bars shall be suitable for use in direct sunlight and ambient temperatures of up to 160º F. The phase leg conductor bars shall have a gray PVC insulating cover. The grounding and lightning protection conductor bars shall have green and orange PVC insulating covers, respectively. Spare replacement conductor bars shall provided. The minimum length of spare conductor bars to be provided shall be 10% of the total combined length provided for duty use. The collector assemblies shall provide constant spring pressure for the entire stroke range. The assemblies shall be vertical mount type with double arm supports. Collector assemblies shall be fabricated of bronze with stainless steel hardware. The electrical conductor systems shall be as manufactured by Duct-o-Wire or equivalent. The conductor systems shall be rated "Severe Duty, Class E/F". All electrical and instrumentation components for the telescoping boom rake and traveling raker debris removal system shall be provided by the equipment manufacturer for field installation by the contractor.

2.1.5.1 Motors

Each rake trolley unit shall be equipped with three electric motors. The winch motor (reversible motor with brake) shall drive the mechanism which moves the telescoping boom up and down. The articulating motor (reversible with brake) shall drive the tilt screw actuator which will move the boom rake outward and inward to engage the rake tines with the trash rack. The reversible drive motor shall drive the sprocket which in turn drives the trolley carriage. Each of the motors will be sized by the manufacturer based on the intended loads. Electric motors shall be rated for 230/460 volt, three phase, 60 Hz. All motors shall be TEFC Class F insulation with Class B temperature rise. Electrical wiring and enclosures shall be a NEMA Type 3R enclosure. The rake trolley unit shall contain a rotary main disconnect to the motor drives, holding brake contactors, and control voltage power supply. Class CC fusing shall protect the branch circuits. Lightning suppression shall be provided. The three electrical motors shall be wash down rated, suitable for outdoor service, and shall be driven by variable frequency drives.

2.1.5.2 Controls

a. Operational Control

The operation of the rake and conveyance equipment shall be determined by the position of an "Auto-Off-Manual" selector switch located on the Control Panel. "Auto" mode shall interlock the rake and conveyance equipment with the operation of the pump station pumps and require no operator interface for proper operation of the rake system. "Manual" mode shall allow operation of the rake system, or any of the rake system components, by an operator while maintaining all safety features and interlocks. The rake trolley unit shall have a keyed start for security. A radio control hand held pendant rated for outdoor use shall be provided for operation of the rake trolley unit. The pendant shall be equipped to control movement of the rake trolley unit on the rails, rake boom tilt, and rake travel, and it shall have an emergency stop button.

W912EP-11-R-0042 SECTION 11 82 15 Page 12 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Operating distance of the pendant shall be 200 feet, minimum. The pendant shall incorporate readily-available, replaceable batteries.

b. Electrical Controls

The electrical control panel for the rake/conveyance equipment shall be mounted on the inside of the pump station building, or as otherwise indicated on the Contract Drawings. Locate local controls, disconnects, etc., as required, adjacent to rake equipment on the service bridge (and provide with a concrete shelter). See Contract Drawings. The control panel enclosure shall be rated NEMA type 12. Local disconnects, enclosures for local controls, etc. shall be rated NEMA type 4X. All components of the control system, control schematics, and other electrical components shall be submitted for approval in accordance with Subsection 1.6 SUBMITTALS. The controls for the debris collection system, regardless of which alternative is proposed, shall be integrated into a single control panel. All equipment shall be interlocked as required to sequence the operation of the individual components and to ensure that the system safety features are continuously enabled. Refer to the Contract Drawings and Section 26 24 16.00 40 PANELBOARDS.

2.1.5.3 Power Connection

Unless otherwise indicated, power supply to the equipment shall be 460 volts, three phase, 60 Hz, with a total current as required by the equipment.

This work shall conform to all local, state, and federal codes and regulations.

2.1.6 Fabrication

2.1.6.1 Assembly Fasteners

All bolts, nuts, and washers shall be Type 316 stainless steel in accordance with ASTM A 276, and ASTM F 593 and ASTM F 594, as applicable.

2.1.6.2 Stainless Steel

All stainless steel shall be pickled in accordance with ASTM A 380 at the mill before being shipped. Pickling shall produce a modest etch and shall remove all embedded iron and heat tint . After fabrication, pickled surfaces shall be subjected to a 24 hour water test or a ferroxyl test to detect the presence of residual embedded iron. All pickled surfaces damaged during fabrication including welded areas shall be repickled or passivated in accordance with ASTM A 380 as needed to remove all traces of iron contamination. All stainless steel surfaces shall be adequately protected during fabrication, shipping, handling, and installation to prevent contamination from iron or carbon steel objects or surfaces.

2.1.6.3 Bearings

Bearings shall conform to ABMA standards and be designed and selected for the loads encountered. Bearings shall be per rake system manufacturer's selection, except as otherwise specified herein. Bearings for the rake wheels, drive shafts, and the gear reduction shafts, shall be designed for 5,000 hrs L 10 bearing life, minimum. Rigid pillow blocks shall accommodate

W912EP-11-R-0042 SECTION 11 82 15 Page 13 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

the loads encountered and the shaft speeds developed.

2.1.7 Lubrication

Equipment shall be adequately lubricated by systems which require attention no more frequently than weekly during continuous operation. Lubrication systems shall not require attention during startup or shutdown and shall not waste lubricants.

Lubricants of the types recommended by the equipment manufacturer shall be provided in sufficient quantities to fill all lubricant reservoirs and to replace all consumption during testing, startup, and operation prior to acceptance of equipment by Owner. Note: When possible, utilize environmentally friendly lubricants.

Lubrication facilities shall be convenient and accessible. Oil drains and fill openings shall be easily accessible from the normal operating area or platform. Drains shall allow for convenient collection of waste oil in containers from the normal operating area without removing the unit from its normal installed position.

2.1.8 Drive Units

The nominal input horsepower rating of each gear or speed reducer shall be at least equal to the nameplate horsepower of the drive motor. Drive units shall be designed for 24-hour continuous service.

2.1.8.1 Gearing

Gears - All gears shall be cut from solid blanks with 20-degree pressure angle, involute shape for high strength, and shall comply with AGMA specifications for load ratings. All gears operating at higher than 20 fpm pitch line speed shall be fully enclosed in oil-tight housings and lubricated by splash principle. All gear teeth shall have ductile cores and be surface hardened to RC40 minimum. The gear shall provide for a minimum service life of 4,000 hrs, compounded for intermittent operations corresponding to 5 years minimum industrial use.

Sprockets - ASME/ANSI sprockets with hardened teeth, and safety factors appropriate for the chains utilized and loads encountered.

2.1.8.2 Gearmotors

The use of gearmotors sharing an integral housing or cut gears into the motor output shaft, or that require removal of lubricant from the gear reducer to change out the motor will not be acceptable.

2.1.8.3 Gear Reducers

Each gear reducer shall be a totally enclosed unit with oil or grease lubricated, rolling element, antifriction bearings throughout.

Each helical, spiral bevel, combination bevel helical, and worm gear reducers shall have a service factor of at least 1.50 based on the nameplate horsepower of the drive motor. Cycloidal gear reducers shall have a service factor of at least 2.0 based on the nameplate horsepower of the drive motor. Shaft mounted and flange mounted gear reducers shall be rated AGMA Class III. Helical gear reducers shall have a gear strength rating to catalog rating of 1.5. Each gear reducer shall be designed and manufactured

W912EP-11-R-0042 SECTION 11 82 15 Page 14 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

in compliance with applicable most current AGMA standards, except the LI0 bearing life shall be 200,000 hours.

The thermal horsepower rating of each unit shall equal or exceed the nameplate horsepower of the drive motor. During continuous operation, the maximum sump oil temperature shall not rise more than 100°F above the ambient air temperature in the vicinity of the unit and shall not exceed 200°F.

Each grease lubricated bearing shall be installed in a bearing housing designed to facilitate periodic regreasing of the bearing by means of a manually operated grease gun. Each bearing housing shall be designed to evenly distribute new grease, to properly dispose of old grease, and to prevent overgreasing of the bearing. The use of permanently sealed, grease lubricated bearings will not be acceptable in large sized reducers. In small reducers, similar to basin equipment, permanently sealed grease lubricated bearings rated LI0 200,000 hour life may be provided at the manufacturer's option. An internal or external oil pump and appurtenances shall be provided if required to properly lubricate oil lubricated bearings. A dipstick or a sight glass arranged to permit visual inspection of lubricant level shall be provided on each unit.

Gear reducers which require the removal of parts or the periodic disassembly of the unit for cleaning and manual regreasing of bearings will not be acceptable.

Certification shall be furnished by the gear reducer manufacturer indicating that the intended application of each unit has been reviewed in detail by the manufacturer and that the unit provided is fully compatible with the conditions of installation and service.

2.1.8.4 Adjustable Speed Drives

Each mechanical adjustable speed drive shall have a service factor of at least 1.75 at maximum speed based on the nameplate horsepower of the drive motor. A spare chain shall be provided with each adjustable speed drive unit employing a chain for speed change. Bracket type mounting will not be acceptable for variable speed drives.

2.1.8.5 Belts and Chains

Belts shall not be used to drive any components of the trash rake system. Chains shall conform to ASME/ANSI standards and be appropriate for the loads encountered. Appropriate safety factors shall be used. Chains shall be suitable for the application and made of Type 304L or 316L stainless steel, or be highly corrosion resistant types, such as Renold's Hydro Service, or equivalent.

2.1.9 Shafts

Shafting shall be amply proportioned, supported and provided with adequate means to prevent longitudinal movement.

Shafting for the drive components shall be steel and designed to limit torsional shaft stress to 6,000 psi. Maximum torsional twist angle in the shaft shall not exceed 1 degree of rotation under maximum rated load, regardless of load location. The distance between bearings on shafting and the diameter of the shaft shall be such that the maximum shaft deflection shall not exceed 0.01 inch per foot of length. Shafting of non-uniform

W912EP-11-R-0042 SECTION 11 82 15 Page 15 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

diameter shall be made of hot-rolled steel, be turned with fillets where changes of section occur, and be polished at the bearings. Plain shafting 6 inches and smaller in diameter and line shafting of all sizes may be of cold-finished steel. Each shaft shall be solid and drilled and tapped on each end for rotary limit switches and plugs to be provided. The shaft diameter for the drum section shall be based on the application/service intended and the design criteria specified herein.

2.1.10 Flexible Couplings

Couplings shall be of forged steel and be of sufficient capacity to develop the full strength of the shafting which they connect. In determining the coupling capacity, the manufacturer's published rating shall be divided by a service factor of 1-1/2. Torque shall be transmitted by means of external gears on the hubs engaging in internal gears on the coupling sleeve. Hubs shall be pressed and keyed to the connecting shafts. Couplings shall be enclosed and sealed to retain the lubricant and to exclude dust and moisture from the contact surfaces of the torque transmitting members. Sleeve type couplings shall have a positive means of preventing the sleeves from becoming disengaged from the hubs. The use of snap rings or wire clips to hold the sleeves in place shall not be permitted. All couplings and bearings shall include accessible grease fittings, where applicable. Flexible couplings shall meet the requirements of AGMA standards.

2.1.11 Rigid Couplings

Couplings shall be of steel castings or forged steel and shall be of the flanged or compression type with recessed bolts. Couplings shall be of sufficient capacity to develop the full strength of the shafting which they connect and shall be keyed thereon.

2.1.12 Drum

Winch drums shall have rope capacity with the recommended rope size and reeving to perform service within the range of boom lengths and vertical lifts specified by the manufacturer. Not less than two full wraps of rope shall remain on the drum when the rake/gripper is in the extreme low position and the booms are at maximum elevation and extension. The drum end of the rope shall be anchored to the drum by an arrangement specified by the rake system or winch manufacturer. The drum flange shall extend a minimum of 1/2 inch (13 mm) over the top layer of rope at all times. The winch drums shall provide a first layer rope pitch diameter of not less than 18 times the nominal diameter of the rope used. A means controllable from the operator's station shall be provided to hold the drum from rotating in the lowering direction and be capable of holding the rated load without further action by the operator.

2.1.13 Wire Rope and Reeving Accessories

2.1.13.1 Wire Rope Design Factors

For supporting rated loads and for supporting the boom and working attachments at recommended travel or transit positions and boom lengths, the following (wire) rope design factors shall apply:

- The design factor shall not be less than 3.5 for live or running ropes that wind on drums or travel over sheaves.

W912EP-11-R-0042 SECTION 11 82 15 Page 16 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

- The design factor shall not be less than 3.0 for boom pendants or standing ropes.

- Rotation-resistant ropes shall have a design factor of 5 or greater for supporting rated loads.

The design factors specified here shall be based on the total "nominal" breaking strength of all ropes in the system divided by the load imposed on the rope system when supporting the static weights of structure and rake unit rated load.

2.1.13.2 Wire Ropes

The wire ropes shall be of a construction as recommended by the rope or rake system manufacturer, or a qualified person, for that service. Socketing shall be done as recommended by the manufacturer of the assembly or a qualified person. If a load is supported by more than one part of rope, the tension in the parts shall be equalized. If the rope will be exposed to ambient temperatures in excess of 180°F (82°C), rope having an independent wire-rope or wire-strand core, or other temperature damage resistant core, shall be used. Rotation-resistant ropes and fiber core ropes shall not be used for boom extension systems or boom support reeving.

2.1.13.3 Reeving Accessories

Eye splices shall be made as recommended by the rope or rake system manufacturer, or a qualified person, and rope thimbles should be used in the eye. Wire rope clips shall be drop-forged steel of the single saddle (U-bolt) or double saddle type clip. Malleable cast iron clips shall not be used. For spacing, number of clips, and torque values, refer to the clip manufacturer's recommendation. Wire rope clips attached with u-bolts shall have the u-bolt over the dead end of the rope and the live rope resting in the clip saddle. Clips shall be tightened evenly to the recommended torque. After the initial load is applied to the rope, the clip nuts shall be retightened to the recommended torque to compensate for any decrease in rope diameter caused by the load. Rope clip nuts should be retightened periodically to compensate for any further decrease in rope diameter during usage. Swaged, compressed, spelter, or wedge-socket fittings shall be applied as recommended by the rope, rake system, or fitting manufacturer, or a qualified person. All wire rope hardware shall be drop-forged steel and have a hot-dipped, galvanized finish. Wire rope clips used in conjunction with wedge sockets shall be attached to the unloaded dead end of the rope only.

2.1.13.4 Sheaves

Sheave grooves shall be free from surface conditions which would cause rope damage. The cross-sectional radius at the bottom of the groove should be such as to form a close-fitting saddle for the size rope used, and the sides of the groove should be tapered outwardly to facilitate entrance of the rope into the groove. Flange corners should be rounded and the rims should run true about the axis of rotation. Sheaves carrying ropes which can be momentarily unloaded shall be provided with close-fitting guards or other devices to guide the rope back into the groove when the load is reapplied. All sheave bearings, except permanently lubricated bearings, shall be provided with means for lubrication.

Sheave Sizing:

W912EP-11-R-0042 SECTION 11 82 15 Page 17 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

- Load hoisting sheaves shall have pitch diameters not less than 18 times the nominal diameter of the rope used.

- Boom extension system sheaves shall have a pitch diameter of not less than 15 times the nominal diameter of the rope.

2.1.14 Brakes

The rake trolley unit drive shall include integrally-mounted, spring set, electrically-released, dc rectified, disc brake. A mechanical load brake and separate electric motor brake shall be provided. Each brake shall be adjustable, and capable of supporting the full load. The brakes shall be designed for fail-safe operation to engage when current is switched off or in the event of power failure. The outdoor NEMA Type 4-watertight enclosing case shall be in accordance with the manufacturer's standard practice for the conditions indicated.

2.2 TRASH RACKS

2.2.1 General

Design, furnish, and install custom engineered trash racks complete with all structural support and anchorage. The trash racks may be supplied by the manufacturer of the trash rake system or by a fabricator/manufacturer that coordinates with the trash rake system manufacturer to ensure complete compatibility. The Contractor shall assure this coordination. See the contract drawings for station and bay dimensions, design water levels, and pump data. The trash racks shall, at a minimum, satisfy the following general requirements:

2.2.1.1 Trash Rack Requirements

The trash racks shall be designed to protect the pump from damage in accordance with the recommendations of the pump manufacturer. The CONTRACTOR shall coordinate the design furnished by the trash rack manufacturer with the requirements of the existing pump(s) previously installed to ensure that the trash racks address all the recommendations of the pump manufacturer. The clear spacing between the trash rack bars shall be 2-5/8 inches, maximum. The maximum flow velocity through the trash racks shall be less than 2.5 fps when calculated at the design/peak flow of the pump station.

2.2.1.2 Head Loss

In accordance with the U.S. Army Corps of Engineers Engineering Manual EM 1110-2-3105, "Mechanical and Electrical Design of Pumping Stations", the design head loss through a clean trash rack should not exceed 6 inches at the pump station's design capacity. In addition, the hydraulic design of the debris (trash) collection system shall assume a partially blocked trash rack with a maximum of one foot head loss across the trash rack at the pump station's design capacity.

2.2.1.3 Trash Rack Inclination

Trash/debris racks shall be inclined as required by the trash rake manufacturer.

W912EP-11-R-0042 SECTION 11 82 15 Page 18 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.2.1.4 Trash (Debris) Loading

The trash rack manufacturer shall investigate the historical and field conditions to develop a design trash (debris) loading rate for the collection system.

2.2.1.5 Service Life

The trash racks shall be designed to provide a minimum fifty (50) year service life under the service conditions described herein.

2.2.1.6 Intake Design

The rectangular design of the pump station intake bays is in accordance with ANSI/HI 9.8-1998 or U.S. Army Corps of Engineers Engineering Manual EM 1110-2-3105. The trash rack shall span the entire width of the intake bay and the full height from the base slab to the service bridge. The trash racks shall be identical and interchangeable between intake bays, where applicable. The inclination shall be modified in accordance with the recommendations of the trash rake system manufacturer. In accordance with ANSI/HI 9.8-1998, the water velocity at the entrance of the pump intake bay shall be less than 1.5 fps. If preferred by the trash rake system manufacturer and determined to be a sound installation by the trash rake system and rack manufacturers and the Contracting Officer, the trash rack may be a continuous trash rack across the intake bays, in front of the piers.

2.2.1.7 Removal and Reinstallation

The trash rack(s) shall be capable of being removed to allow for maintenance, refurbishment, replacement, or access to the pumps. Anchorage of the trash rack shall be at the service bridge/piers with the toe of the trash rack resting on the sill plate or anchored, as shown. See the Contract Drawings. The trash rack shall be designed for two lift points. The trash rack anchorage shall be readily accessible with adequate tolerance to facilitate easy reinstallation. All fasteners shall be equipped with a locking device such as a lock nut and locking washer.

2.2.2 Fabrication

The trash rack shall be rigid frame of all welded construction and consist of vertical parallel flat bars with regularly spaced horizontal cross braces for stability. The toe of the trash rack shall have a flat plate for added stiffness. See the contract drawings for additional requirements. The nose of the vertical bars shall be rounded. All welding shall be in accordance with ANSI/AWS D1.6 and AWS D14.1/D14.1M Specification for Welding of Industrial and Mill Cranes and Other Material Handling Equipment.

2.2.2.1 Structural Design

The structural design of all components shall be in accordance with the AISC Manual of Steel Construction and AWS D14.1/D14.1M.

a. Design Loads - The design shall address all live and dead loads with a minimum 25% increase in live loads to address impact loads caused by the operation of the trash rake collection system. The trash rack shall be designed for a minimum hydrostatic loading corresponding to a five foot differential head across the screen where the low water

W912EP-11-R-0042 SECTION 11 82 15 Page 19 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

elevation is equal to the pump's low water shut off elevation. The force due to this head differential shall be applied across the full width of the trash rack. Each lifting lug shall be designed to withstand a load of no less than three times the dead weight of the trash rack.

b. Rack Deflection - The maximum allowable deflection of the rack shall be L/360.

c. Intermediate Support - A maximum of one intermediate support may be provided, if required. All materials of the support shall be Type 304 stainless steel. The support member, if not an integral part of the trash rack, shall be easily removed and re-installed for pump maintenance, etc.

d. Minimum Bar and Component Size - All structural members shall have a minimum thickness of 0.375 inches. The vertical collection bars shall have a minimum depth of 2.5 inches.

e. Allowable Stresses - Allowable stress for the trash rack's structural elements shall not exceed those stated in AISC Manual of Steel Construction and shall also not be higher than the following percentages of the minimum yield strength of the materials used:

Tension (on net section at holes) 40% Bending (tension and compression on extreme fibers of members) 55% Shear (on gross section of member) 35% Bearing on contact area of machine surfaces 70%

Stress concentration factors shall be used where applicable.

2.2.2.2 Flow Induced Vibration

The trash rack shall be designed to prevent resonant vibrations induced by flow through the trash rack. The laterally unsupported lengths of the vertical bars and other members shall limit the natural frequency of the trash rack when submerged and subject to flow to not less than 2.5 times the vortex shedding frequency. Fixed supports shall be assumed for the calculation of the natural frequency of the trash rack. The average net flow velocity at the trash rack shall be increased 50% to account for flow concentration. The Strouhal's number shall be NS = 0.14 + 0.01(d/t); d = trash rack bar depth, t = trash rack bar thickness.

2.2.2.3 Material Standards

The materials specified are considered to be the minimum acceptable materials for the purposes of durability, strength and resistance to erosion and corrosion. The CONTRACTOR, at his option, may elect to propose alternative material(s) for the purpose of providing greater strength or to meet required stress limitations and/or to provide additional corrosion resistance. The CONTRACTOR is specifically advised however that all proposed alternative materials will be considered as substitutes and therefore shall be submitted for review for approval. The Customer reserves the right to deny any and all product substitutions requests. The CONTRACTOR will not be provided with additional compensation to offset any additional costs to provide the specified materials below in the event that a product substitution is not approved. In general, alternative materials must provide at least the same qualities as those specified for the purpose. Regardless, all materials shall conform to the latest ASTM

W912EP-11-R-0042 SECTION 11 82 15 Page 20 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

specification or other listed commercial specifications covering the class or kind of material to be used.

ITEM MATERIAL

Bars, plates or other structural Stainless steel - ASTM A 276 Type 304 shapes

Nuts, Bolts, Anchors, Fasteners Stainless steel - ASTM F 593 Type 316 (bolts) ASTM F 594 Type 316 (nuts)

2.2.2.4 Member Sizing

The Contractor is specifically advised that where structural member sizes have been indicated, the member sizes shall be considered to be the minimum acceptable. The Contractor shall be solely responsible for ensuring that all members are properly sized for the intended application.

PART 3 EXECUTION

3.1 INSTALLATION

Installation will be in accordance with the manufacturer's recommendation.

3.2 FIELD QUALITY CONTROL

3.2.1 Installation Check

An experienced, competent, and authorized representative of the manufacturer shall supervise the equipment installation and inspect, check, adjust if necessary, and approve the equipment installation. In each case, the manufacturer's representative shall be present when the equipment is installed and placed in operation, and shall revisit the jobsite as often as necessary until all trouble is corrected and the equipment installation and operation are satisfactory in the opinion of Contracting Officer Representative. The manufacturer's representative shall furnish a written report certifying that the equipment has been properly installed and lubricated; is in accurate alignment; is free from any undue stress imposed by connecting piping or anchor bolts; and has been operated under full load conditions and that it operated satisfactorily.

All costs for these services shall be included in the contract price.

3.3 PERFORMANCE TESTS

Prior to startup, all equipment described herein shall be inspected for proper alignment, quiet operation, proper connection, and satisfactory performance as determined by means of functional tests. The tests shall include manual and automatic mode testing. Functional tests shall include loading the rake to design capacity and operating it across its full range

W912EP-11-R-0042 SECTION 11 82 15 Page 21 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

of travel, and loading one side of the rake to design capacity and operating it across its full range of travel. The trash rake system's programming shall be tested, operating the trash rake system in automatic mode, checking for proper operation. Any equipment or components that fail these functional tests shall be repaired or replaced by the Contractor at no cost to the Government and re-tested.

Tests shall be witnessed by the Contracting Officer's, contractor's, manufacturer's, and SFWMD's Representative.

-- End of Section --

W912EP-11-R-0042 SECTION 11 82 15 Page 22 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 13 - SPECIAL CONSTRUCTION

SECTION 13 34 23

PRECAST CONCRETE BUILDINGS

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 GENERAL REQUIREMENTS 1.3.1 Building Configuration 1.3.2 Manufacture 1.3.3 Qualifications 1.3.3.1 Manufacturer 1.3.3.2 Installer 1.4 DESIGN REQUIREMENTS 1.4.1 Design Loadings 1.4.1.1 Dead Loads 1.4.1.2 Floor Load 1.4.1.3 Wind Load 1.4.1.4 Roof Live Load 1.4.2 Stability Analysis 1.4.3 Codes and Standards 1.4.4 Wall Openings

PART 2 PRODUCTS

2.1 PRECAST CONCRETE BUILDING MATERIALS 2.2 REINFORCING STEEL 2.3 PRECAST CONCRETE BUILDING 2.4 STEEL DOORS AND FRAMES 2.4.1 Hardware 2.5 LOUVERS

PART 3 EXECUTION

3.1 PRECAST CONCRETE BUILDING INSTALLATION

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 13 34 23 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 13 34 23

PRECAST CONCRETE BUILDINGS

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.

ACI INTERNATIONAL (ACI)

ACI 318/318R (2005; Errata 2005) Building Code Requirements for Structural Concrete and Commentary

ASTM INTERNATIONAL (ASTM)

ASTM A 615/A 615M (2007) Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement

AMERICAN SOCIETY OF CIVIL ENGINEERS (ASCE)

ASCE 7 (2005; Supp 1) Minimum Design Loads for Buildings and Other Structures

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 1110-2-2100 (2005) Stability of Concrete Structures

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-02 Shop Drawings

Shop and Erection Drawings; G|DO

Submit shop and erection drawings for modular precast concrete control structures.

SD-03 Product Data

Manufacturer's Catalog Data

Provide for vents, louvers, steel doors and frames, door hardware (include hardware schedule), threshold, weatherstripping, sealants, paint and equipment manufacturer's catalog information.

W912EP-11-R-0042 SECTION 13 34 23 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Include door frame modifications proposed by the Concrete building system manufacturer because of reduced wall thickness.

SD-07 Certificates

Qualifications

Qualifications of the manufacturer and qualifications and experience of the building erector.

Design Certification

A letter of certification signed and sealed by a registered professional engineer licensed in Florida stating that the building system and components satisfy the requirements of the Florida Building Code for High Velocity Hurricane Zones.

Plant Certification

Certificate showing the precast concrete manufacturing plant is certified by the National Precast Concrete Association's Plant Certification Program, prior to start of production.

1.3 GENERAL REQUIREMENTS

The precast concrete building system covered under this specification shall be provided by a single manufacturer and shall include all components and assemblies that form a building.

1.3.1 Building Configuration

Reinforced concrete vertical walls, floor, and single slope roof. Building shall be a manufacturer's advertised product, except that dimensions shall be not less than those indicated.

1.3.2 Manufacture

Manufacture building with a mechanism for assembly under tension at the factory. Assemble, caulk, and test building for watertightness at the plant. Caulk joints with a material selected by the manufacturer to maintain a permanent seal under severe weather and handling conditions. Leakage within one year of installation shall constitute proof of noncompliance with this specification, and shall be repaired by the Contractor at no additional expense to the Government.

1.3.3 Qualifications

1.3.3.1 Manufacturer

Precast concrete building shall be the product of a recognized concrete building systems manufacturer who has been manufacturing concrete buildings for a period of not less than 5 years. The manufacturer shall be chiefly engaged in the practice of designing and precasting concrete building systems. The manufacturer shall be registered with and approved by the Florida Department of Community Affairs.

1.3.3.2 Installer

Erector shall have specialized experience in the erection of prefabricated

W912EP-11-R-0042 SECTION 13 34 23 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

concrete building systems for a period of at least 3 years.

1.4 DESIGN REQUIREMENTS

1.4.1 Design Loadings

Structures, components, and foundation shall be designed so that their design strength equals or exceeds the effects of the factored loads in the load combinations shown in the latest version of ASCE 7, Minimum Design Loads for Buildings and Other Structures.

1.4.1.1 Dead Loads

Building dead loads comprise the weight of all permanent construction, including walls, floor, roof/ceiling, and fixed service equipment.

1.4.1.2 Floor Load

The floor shall be designed for a floor live load of 100 psf.

1.4.1.3 Wind Load

Control Buildings shall be designed per ASCE 7, basic wind speed of 140 mph basic 3-second gust wind load, importance factor of 1.0, exposure category C, 200-year mean recurrence interval (effective wind speed of 160 m.p.h., 3-second gust).

1.4.1.4 Roof Live Load

Roof live load of 60 psf.

1.4.2 Stability Analysis

Structures anchorage to concrete foundation slab shall be designed to prevent sliding and overturning in accordance with EM 1110-2-2100, Stability Analysis of Concrete Structures.

1.4.3 Codes and Standards

ACI 318/318R and ASCE 7.

1.4.4 Wall Openings

Design for wall openings as indicated on drawings.

PART 2 PRODUCTS

2.1 PRECAST CONCRETE BUILDING MATERIALS

Concrete, reinforcing steel, post-tensioning strands, fasteners, anchors, flashing, and other parts necessary for a complete building system shall be the manufacturer's standard.

2.2 REINFORCING STEEL

Deformed bars of all sizes shall conform to ASTM A 615/A 615M, Grade 60.

W912EP-11-R-0042 SECTION 13 34 23 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.3 PRECAST CONCRETE BUILDING

The building shall be constructed of steel reinforced 5,000 psi concrete. The minimum thickness shall be 4 inches. The building shall be designed to meet the requirements of the latest version of ASCE 7, ACI 318/318R, the Florida Building Code and these specifications. All joints shall be caulked with sealant as specified herein to maintain a permanent seal under severe weather and handling conditions. The panels shall be securely fastened with welded steel plates and tensioned to manufacturer's specifications. Cast junction boxes and conduits into wall panels for electrical devices indicated on the drawings, including future card readers for door access control system and CCTV. Provide the exterior wall with a flat surface painted in accordance with Section 09 90 00 PAINTS AND COATINGS. Roof joints shall be sealed with EPDM membrane roofing strips of a thickness and width selected by the manufacturer for the application, be cemented to the concrete with a compound designed for that purpose, and be sloped to drain. The building shall be entirely assembled by the manufacturer at his plant, sealed, caulked, waterproofed and tested for watertightness. All joints shall be caulked. Concrete finishes shall be as specified in Section 03 31 01.00 10 CAST-IN-PLACE STRUCTURAL CONCRETE FOR CIVIL WORKS.

2.4 STEEL DOORS AND FRAMES

See Section 08 11 13 STEEL DOORS AND FRAMES.

2.4.1 Hardware

See Section 08 71 00 DOOR HARDWARE.

2.5 LOUVERS

See Section 08 91 00 METAL WALL LOUVERS.

PART 3 EXECUTION

3.1 PRECAST CONCRETE BUILDING INSTALLATION

a. Prior to installation of structures, construct and cast-in place concrete slab foundation as indicated. Set building level, anchor to foundation, and complete final touch-up if necessary.

b. The precast concrete enclosure shall be delivered to the site in one piece. The floor slab of the enclosure shall not vary from level or true plane more than 1/4 inch in 10 feet, nor more than 1/2 inch from the elevation shown on the drawings.

c. All penetrations through the walls shall be either cast-in-place by the manufacturer or core-drilled in the field. Non-uniform wall penetrations by use of impact devices are not acceptable. Provide sealant around finished penetrations.

d. Manufacturer's representative shall be present at building's delivery and unloading. Set building to conform to manufacturer's recommendations and as indicated by manufacturer's representative.

e. Furnish all openings in the precast walls for louvers.

f. Furnish stainless steel sheet metal, 18 gauge Type 304, strips over

W912EP-11-R-0042 SECTION 13 34 23 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

all sealant joints between precast concrete sections on the exterior of the shelter. Strips shall be a minimum of 3 inches wide, and be attached with corrosion resistant fasteners.

g. Install all below grade conduits and piping, extending to above finished floor grade. Control installation of conduits and piping such that the installed facilities will conform to openings in the modular precast units.

h. Conduits and pipes shall be installed plumb and watertight.

-- End of Section --

W912EP-11-R-0042 SECTION 13 34 23 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 26 - ELECTRICAL

SECTION 26 00 00.00 20

BASIC ELECTRICAL MATERIALS AND METHODS

PART 1 GENERAL

1.1 REFERENCES 1.2 RELATED REQUIREMENTS 1.3 DEFINITIONS 1.4 ELECTRICAL CHARACTERISTICS 1.5 ADDITIONAL SUBMITTALS INFORMATION 1.5.1 Shop Drawings (SD-02) 1.5.2 Product Data (SD-03) 1.6 QUALITY ASSURANCE 1.6.1 Regulatory Requirements 1.6.2 Standard Products 1.6.2.1 Alternative Qualifications 1.6.2.2 Material and Equipment Manufacturing Date 1.7 WARRANTY 1.8 POSTED OPERATING INSTRUCTIONS 1.9 MANUFACTURER'S NAMEPLATE 1.10 FIELD FABRICATED NAMEPLATES 1.11 WARNING SIGNS 1.12 ELECTRICAL REQUIREMENTS 1.13 INSTRUCTION TO GOVERNMENT PERSONNEL

PART 2 PRODUCTS

2.1 FACTORY APPLIED FINISH

PART 3 EXECUTION

3.1 FIELD APPLIED PAINTING 3.2 FIELD FABRICATED NAMEPLATE MOUNTING 3.3 WARNING SIGN MOUNTING

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 26 00 00.00 20 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 26 00 00.00 20

BASIC ELECTRICAL MATERIALS AND METHODS

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 D 709 (2001; R 2007) Laminated Thermosetting Materials

INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE)

IEEE 100 (2000; Archived) The Authoritative Dictionary of IEEE Standards Terms

IEEE C2 (2007; TIA 2007-1; TIA 2007-2; TIA 2007-3; TIA 2007-4; TIA 2007-5) National Electrical Safety Code

IEEE C57.12.28 (2005) Standard for Pad-Mounted Equipment - Enclosure Integrity

IEEE C57.12.29 (2005) Pad-Mounted Equipment - Enclosure Integrity for Coastal Environments

NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA)

NEMA 250 (2008) Enclosures for Electrical Equipment (1000 Volts Maximum)

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 70 (2008; AMD 1 2008) National Electrical Code

1.2 RELATED REQUIREMENTS

This section applies to certain sections of Division 02, EXISTING CONDITIONS Division 11, EQUIPMENT, Division 13, SPECIAL CONSTRUCTION, Division 14, CONVEYING EQUIPMENT. This section applies to all sections of Division 26 and 33, ELECTRICAL and UTILITIES, of this project specification unless specified otherwise in the individual sections. This section has been incorporated into, and thus, does not apply to, and is not referenced in the following sections.

1.3 DEFINITIONS

a. Unless otherwise specified or indicated, electrical and electronics terms used in these specifications, and on the drawings, shall be as defined in IEEE 100.

W912EP-11-R-0042 SECTION 26 00 00.00 20 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

b. The technical sections referred to herein are those specification sections that describe products, installation procedures, and equipment operations and that refer to this section for detailed description of submittal types.

c. The technical paragraphs referred to herein are those paragraphs in PART 2 - PRODUCTS and PART 3 - EXECUTION of the technical sections that describe products, systems, installation procedures, equipment, and test methods.

1.4 ELECTRICAL CHARACTERISTICS

Electrical characteristics for this project shall be single phase, two wire, 60 Hz, and 220 volts. Final connections to the power distribution system shall be made by the Contractor as indicated in the plans.

1.5 ADDITIONAL SUBMITTALS INFORMATION

Submittals required in other sections that refer to this section must conform to the following additional requirements as applicable.

1.5.1 Shop Drawings (SD-02)

Include wiring diagrams and installation details of equipment indicating proposed location, layout and arrangement, control panels, accessories, piping, ductwork, and other items that must be shown to ensure a coordinated installation. Wiring diagrams shall identify circuit terminals and indicate the internal wiring for each item of equipment and the interconnection between each item of equipment. Drawings shall indicate adequate clearance for operation, maintenance, and replacement of operating equipment devices.

1.5.2 Product Data (SD-03)

Submittal shall include performance and characteristic curves.

1.6 QUALITY ASSURANCE

1.6.1 Regulatory Requirements

In each of the publications referred to herein, consider the advisory provisions to be mandatory, as though the word, "shall" had been substituted for "should" wherever it appears. Interpret references in these publications to the "authority having jurisdiction," or words of similar meaning, to mean the Contracting Officer. Equipment, materials, installation, and workmanship shall be in accordance with the mandatory and advisory provisions of NFPA 70 unless more stringent requirements are specified or indicated.

1.6.2 Standard Products

Provide materials and equipment that are products of manufacturers regularly engaged in the production of such products which are of equal material, design and workmanship. Products shall have been in satisfactory commercial or industrial use for 2 years prior to bid opening. The 2-year period shall include applications of equipment and materials under similar circumstances and of similar size. The product shall have been on sale on the commercial market through advertisements, manufacturers' catalogs, or

W912EP-11-R-0042 SECTION 26 00 00.00 20 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

brochures during the 2-year period. Where two or more items of the same class of equipment are required, these items shall be products of a single manufacturer; however, the component parts of the item need not be the products of the same manufacturer unless stated in the technical section.

1.6.2.1 Alternative Qualifications

Products having less than a 2-year field service record will be acceptable if a certified record of satisfactory field operation for not less than 6000 hours, exclusive of the manufacturers' factory or laboratory tests, is furnished.

1.6.2.2 Material and Equipment Manufacturing Date

Products manufactured more than 3 years prior to date of delivery to site shall not be used, unless specified otherwise.

1.7 WARRANTY

The equipment items shall be supported by service organizations which are reasonably convenient to the equipment installation in order to render satisfactory service to the equipment on a regular and emergency basis during the warranty period of the contract.

1.8 POSTED OPERATING INSTRUCTIONS

Provide for each system and principal item of equipment as specified in the technical sections for use by operation and maintenance personnel. The operating instructions shall include the following:

a. Wiring diagrams, control diagrams, and control sequence for each principal system and item of equipment.

b. Start up, proper adjustment, operating, lubrication, and shutdown procedures.

c. Safety precautions.

d. The procedure in the event of equipment failure.

e. Other items of instruction as recommended by the manufacturer of each system or item of equipment.

Print or engrave operating instructions and frame under glass or in approved laminated plastic. Post instructions where directed. For operating instructions exposed to the weather, provide weather-resistant materials or weatherproof enclosures. Operating instructions shall not fade when exposed to sunlight and shall be secured to prevent easy removal or peeling.

1.9 MANUFACTURER'S NAMEPLATE

Each item of equipment shall have a nameplate bearing the manufacturer's name, address, model number, and serial number securely affixed in a conspicuous place; the nameplate of the distributing agent will not be acceptable.

W912EP-11-R-0042 SECTION 26 00 00.00 20 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.10 FIELD FABRICATED NAMEPLATES

ASTM D 709. Provide laminated plastic nameplates for each equipment enclosure, relay, switch, and device; as specified in the technical sections or as indicated on the drawings. Each nameplate inscription shall identify the function and, when applicable, the position. Nameplates shall be melamine plastic, 0.125 inch thick, white with black center core. Surface shall be matte finish. Corners shall be square. Accurately align lettering and engrave into the core. Minimum size of nameplates shall be one by 2.5 inches. Lettering shall be a minimum of 0.25 inch high normal block style.

1.11 WARNING SIGNS

Provide warning signs for the enclosures of electrical equipment including substations, pad-mounted transformers, pad-mounted switches, generators, and switchgear having a nominal rating exceeding 600 volts.

a. When the enclosure integrity of such equipment is specified to be in accordance with IEEE C57.12.28 or IEEE C57.12.29, such as for pad-mounted transformers and pad-mounted SF6 switches, provide self-adhesive warning signs on the outside of the high voltage compartment door(s). Sign shall be a decal and shall have nominal dimensions of 7 by 10 inches with the legend "DANGER HIGH VOLTAGE" printed in two lines of nominal 2 inch high letters. The word "DANGER" shall be in white letters on a red background and the words "HIGH VOLTAGE" shall be in black letters on a white background. Decal shall be Panduit No. PPSO710D72 or approved equal.

b. When such equipment is guarded by a fence, mount signs on the fence. Provide metal signs having nominal dimensions of 14 by 10 inches with the legend "DANGER HIGH VOLTAGE KEEP OUT" printed in three lines of nominal 3 inch high white letters on a red and black field.

1.12 ELECTRICAL REQUIREMENTS

Electrical installations shall conform to IEEE C2, NFPA 70, and requirements specified herein.

1.13 INSTRUCTION TO GOVERNMENT PERSONNEL

Where specified in the technical sections, furnish the services of competent instructors to give full instruction to designated Government personnel in the adjustment, operation, and maintenance of the specified systems and equipment, including pertinent safety requirements as required. Instructors shall be thoroughly familiar with all parts of the installation and shall be trained in operating theory as well as practical operation and maintenance work. Instruction shall be given during the first regular work week after the equipment or system has been accepted and turned over to the Government for regular operation. The number of man-days (8 hours per day) of instruction furnished shall be as specified in the individual section.

PART 2 PRODUCTS

2.1 FACTORY APPLIED FINISH

Electrical equipment shall have factory-applied painting systems which

W912EP-11-R-0042 SECTION 26 00 00.00 20 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

shall, as a minimum, meet the requirements of NEMA 250 corrosion-resistance test.

PART 3 EXECUTION

3.1 FIELD APPLIED PAINTING

Paint electrical equipment as required to match finish of adjacent surfaces or to meet the indicated or specified safety criteria. Painting shall be as specified in the section specifying the associated electrical equipment.

3.2 FIELD FABRICATED NAMEPLATE MOUNTING

Provide number, location, and letter designation of nameplates as indicated. Fasten nameplates to the device with a minimum of two sheet-metal screws or two rivets.

3.3 WARNING SIGN MOUNTING

Provide the number of signs required to be readable from each accessible side, but space the signs a maximum of 30 feet apart.

-- End of Section --

W912EP-11-R-0042 SECTION 26 00 00.00 20 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 26 - ELECTRICAL

SECTION 26 05 00.00 40

COMMON WORK RESULTS FOR ELECTRICAL

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 PREVENTION OF CORROSION 1.4 DEFINITIONS 1.5 GENERAL REQUIREMENTS 1.6 POSTED OPERATING INSTRUCTIONS 1.7 MANUFACTURER'S NAMEPLATE 1.8 FIELD FABRICATED NAMEPLATES 1.9 WARNING SIGNS

PART 2 PRODUCTS

2.1 MATERIALS 2.1.1 Rigid Steel Conduit 2.1.2 Electrical Metallic Tubing (EMT) 2.1.3 Flexible Metallic Conduit 2.1.4 Intermediate Metal Conduit 2.1.5 Rigid Nonmetallic Conduit 2.1.6 Wireways and Auxiliary Gutters 2.1.7 Surface Raceways and Assemblies 2.1.8 Cable Trays 2.2 WIRE AND CABLE 2.3 SPLICES AND CONNECTORS 2.4 SWITCHES 2.4.1 Safety Switches 2.4.2 Toggle Switches 2.5 RECEPTACLES 2.6 OUTLETS, OUTLET BOXES, AND PULL BOXES 2.7 PANELBOARDS 2.8 CIRCUIT BREAKERS 2.9 LAMPS AND LIGHTING FIXTURES 2.10 DRY-TYPE DISTRIBUTION TRANSFORMERS

PART 3 EXECUTION

3.1 CONDUITS, RACEWAYS AND FITTINGS 3.1.1 Rigid Steel Conduit 3.1.2 Electrical Metallic Tubing (EMT) 3.1.3 Flexible Metallic Conduit 3.1.4 Intermediate Conduit 3.1.5 Rigid Nonmetallic Conduit 3.1.6 Wireway and Auxiliary Gutter 3.1.7 Surface Raceways and Assemblies 3.2 WIRING

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.3 SAFETY SWITCHES 3.4 WIRING DEVICES 3.4.1 Wall Switches and Receptacles 3.4.2 Device Plates 3.5 BOXES AND FITTINGS 3.6 LAMPS AND LIGHTING FIXTURES 3.7 PANELBOARDS 3.8 DRY-TYPE DISTRIBUTION TRANSFORMERS 3.9 IDENTIFICATION PLATES AND WARNINGS 3.10 PAINTING 3.11 FIELD TESTING

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 26 05 00.00 40

COMMON WORK RESULTS FOR ELECTRICAL

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 D 709 (2001; R 2007) Laminated Thermosetting Materials

ELECTRONIC INDUSTRIES ALLIANCE (EIA)

EIA 480 (1981) Toggle Switches

INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE)

IEEE 100 (2000; Archived) The Authoritative Dictionary of IEEE Standards Terms

IEEE C57.12.28 (2005) Standard for Pad-Mounted Equipment - Enclosure Integrity

IEEE C57.12.29 (2005) Pad-Mounted Equipment - Enclosure Integrity for Coastal Environments

NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA)

ANSI Z535.1 (2006) American National Standard for Safety--Color Code

NEMA 250 (2008) Enclosures for Electrical Equipment (1000 Volts Maximum)

NEMA FB 1 (2007) Standard for Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable

NEMA KS 1 (2001; R 2006) Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum)

NEMA PB 1 (2006; Errata 2008) Standard for Panelboards

NEMA RN 1 (2005) Standard for Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

NEMA TC 2 (2003) Standard for Electrical Polyvinyl Chloride (PVC) Conduit

NEMA TC 3 (2004) Standard for Polyvinyl Chloride (PVC) Fittings for Use With Rigid PVC Conduit and Tubing

NEMA VE 1 (2009) Standard for Metal Cable Tray Systems

NEMA WD 1 (1999; R 2005) Standard for General Color Requirements for Wiring Devices

NEMA WD 6 (2002; R 2008) Dimensions for Wiring Devices

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 70 (2008; AMD 1 2008) National Electrical Code

UNDERWRITERS LABORATORIES (UL)

UL 1 (2005; R 2003 thru 2007) Standard for Flexible Metal Conduit

UL 1242 (2006; R 2001 thru 2007) Standard for Electrical Intermediate Metal Conduit -- Steel

UL 489 (2009) Molded-Case Circuit Breakers, Molded-Case Switches and Circuit-Breaker Enclosures

UL 506 (2008; R 2009) Standard for Specialty Transformers

UL 6 (2007) Electrical Rigid Metal Conduit-Steel

UL 797 (2007) Electrical Metallic Tubing -- Steel

UL 870 (2008) Standard for Wireways, Auxiliary Gutters, and Associated Fittings

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

Submit Material, Equipment, and Fixture Lists for the following:

Conduits, Raceway sand Fittings Wire and Cable Splices and Connectors Switches

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Receptacles Outlets, Outlet Boxes, and Pull Boxes Circuit Breakers Panelboards Lamps and Lighting Fixtures

SD-03 Product Data

Submit manufacturer's catalog data for the following items:

Conduits, Raceway sand Fittings Wire and Cable Splices and Connectors Switches Receptacles Outlets, Outlet Boxes, and Pull Boxes Circuit Breakers Panelboards Lamps and Lighting Fixtures Spare Parts

SD-06 Test Reports

Continuity Test Phase-Rotation Tests Insulation Resistance Test

SD-08 Manufacturer's Instructions

Submit Manufacturer's Instructions.

1.3 PREVENTION OF CORROSION

Protect metallic materials against corrosion. Provide equipment enclosures with the standard finish by the manufacturer when used for most indoor installations. Provide NEMA Type 4X, stainless steel enclosures in outdoor applications. Do not use aluminum when in contact with earth or concrete and, where connected to dissimilar metal, protect by approved fittings and treatment. Ferrous metals such as, but not limited to, anchors, bolts, braces, boxes, bodies, clamps, fittings, guards, nuts, pins, rods, shims, thimbles, washers, and miscellaneous spare parts not of corrosion-resistant steel shall be hot-dip galvanized, except where other equivalent protective treatment is specifically approved in writing. Use stainless steel hardware in all outdoor installations, where possible. Separate dissimilar metals with appropriate insulators.

1.4 DEFINITIONS

a. Unless otherwise specified or indicated, electrical and electronics terms used in these specifications, and on the drawings, shall be as defined in IEEE 100.

b. The technical sections referred to herein are those specification sections that describe products, installation procedures, and equipment operations and that refer to this section for detailed description of submittal types.

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.5 GENERAL REQUIREMENTS

Submit Material, Equipment, and Fixture Lists showing manufacturer's style or catalog numbers, specification and drawing reference numbers, warranty information, and fabrication site.

Submit Manufacturer's Instructions including special provisions required to install equipment components and system packages. Special notices shall detail impedances, hazards and safety precautions.

Submit Certification required to install equipment components and system packages.

1.6 POSTED OPERATING INSTRUCTIONS

Provide for each system and principal item of equipment as specified in the technical sections for use by operation and maintenance personnel. The operating instructions shall include the following:

a. Wiring diagrams, control diagrams, and control sequence for each principal system and item of equipment.

b. Start up, proper adjustment, operating, lubrication, and shutdown procedures.

c. Safety precautions.

d. The procedure in the event of equipment failure.

e. Other items of instruction as recommended by the manufacturer of each system or item of equipment.

Print or engrave operating instructions and frame under glass or in approved laminated plastic. Post instructions where directed. For operating instructions exposed to the weather, provide weather-resistant materials or weatherproof enclosures. Operating instructions shall not fade when exposed to sunlight and be secured to prevent easy removal or peeling.

1.7 MANUFACTURER'S NAMEPLATE

Each item of equipment shall have a nameplate bearing the manufacturer's name, address, model number, and serial number securely affixed in a conspicuous place; the nameplate of the distributing agent will not be acceptable.

1.8 FIELD FABRICATED NAMEPLATES

ASTM D 709. Provide laminated plastic nameplates for each equipment enclosure, relay, switch, and device; as specified in the technical sections or as indicated on the drawings. Each nameplate inscription shall identify the function and, when applicable, the position. Nameplates shall be melamine plastic, 0.125 inch thick, white with black center core. Surface shall be matte finish. Corners shall be square. Accurately align lettering and engrave into the core. Minimum size of nameplates shall be one by 2.5 inches. Lettering shall be a minimum of 0.25 inch high normal block style.

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.9 WARNING SIGNS

Provide warning signs for the enclosures of electrical equipment including substations, pad-mounted transformers, pad-mounted switches, generators, and switchgear having a nominal rating exceeding 600 volts.

a. When the enclosure integrity of such equipment is specified to be in accordance with IEEE C57.12.28 or IEEE C57.12.29, provide self-adhesive warning signs on the outside of the high voltage compartment door(s). Sign shall be a decal and have nominal dimensions of 7 by 10 inches with the legend "DANGER HIGH VOLTAGE" printed in two lines of nominal 2 inch high letters. The word "DANGER" shall be in white letters on a red background and the words "HIGH VOLTAGE" shall be in black letters on a white background. Decal shall be Panduit No. PPSO710D72 or approved equal.

PART 2 PRODUCTS

2.1 MATERIALS

Materials and equipment to be provided shall be the standard cataloged products of manufacturers regularly engaged in the manufacture of the products.

2.1.1 Rigid Steel Conduit

Rigid steel conduit shall comply with UL 6 and be galvanized by the hot-dip process. Rigid steel conduit shall be polyvinylchloride (PVC) coated in accordance with NEMA RN 1, where underground and in corrosive areas, or must be painted with bitumastic.

Fittings for rigid steel conduit shall be threaded.

Gaskets shall be solid. Conduit fittings with blank covers shall have gaskets, except in clean, dry areas or at the lowest point of a conduit run where drainage is required.

Covers shall have captive screws and be accessible after the work has been completed.

2.1.2 Electrical Metallic Tubing (EMT)

EMT shall be in accordance with UL 797 and be zinc coated steel. Couplings and connectors shall be zinc-coated, raintight, gland compression with insulation throat. Crimp, spring, or setscrew type fittings are not acceptable.

2.1.3 Flexible Metallic Conduit

Flexible metallic conduit shall comply with UL 1 and be galvanized steel.

Fittings for flexible metallic conduit shall be specifically designed for such conduit.

Provide liquidtight flexible metallic conduit with a protective jacket of PVC extruded over a flexible interlocked galvanized steel core to protect wiring against moisture, oil, chemicals, and corrosive fumes.

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Specifically design fittings for liquidtight flexible metallic conduit for such conduit.

2.1.4 Intermediate Metal Conduit

Intermediate metal conduit shall comply with UL 1242 and be galvanized.

2.1.5 Rigid Nonmetallic Conduit

Rigid nonmetallic conduit shall comply with NEMA TC 2 and NEMA TC 3 with wall thickness not less than Schedule 40.

2.1.6 Wireways and Auxiliary Gutters

Wireway and auxiliary gutters shall be a minimum 4- by 4 inch trade size conforming to UL 870.

2.1.7 Surface Raceways and Assemblies

Surface metal raceways and multi-outlet assemblies shall conform to NFPA 70. Receptacles shall conform to NEMA WD 1, Type 5-20R.

2.1.8 Cable Trays

Provide ladder type cable trays conforming to NEMA VE 1.

2.2 WIRE AND CABLE

Conductors installed in conduit shall be copper 600-volt type THHN. All conductors shall be stranded.

Flexible cable shall be Type SO and contain a grounding conductor with green insulation.

Conductors installed in plenums shall be marked plenum rated.

2.3 SPLICES AND CONNECTORS

No splices shall be allowed.

2.4 SWITCHES

2.4.1 Safety Switches

Safety switches shall comply with NEMA KS 1, and be the heavy-duty type with NEMA 4 stainless steel enclosure, voltage, current rating, number of poles, and fusing as indicated. Switch construction shall be such that, when the switch handle in the "ON" position, the cover or door cannot be opened. Cover release device shall be coinproof and be so constructed that an external tool shall be used to open the cover. Make provisions to lock the handle in the "OFF" position, but the switch shall not be capable of being locked in the "ON" position.

Provide switches of the quick-make, quick-break type. Approve terminal lugs for use with copper conductors.

Safety color coding for identification of safety switches shall conform to ANSI Z535.1.

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.4.2 Toggle Switches

Toggle switches shall comply with EIA 480, control incandescent, mercury, and fluorescent lighting fixtures and be of the heavy duty, general purpose, noninterchangeable flush-type.

Toggle switches shall be commercial grade toggle type, rated for 20 amperes at 277 volts, 60 hertz alternating current (ac) only.

All toggle switches shall be products of the same manufacturer.

2.5 RECEPTACLES

Receptacles shall be commercial grade, 20A, 125 VAC, 2-pole, 3-wire duplex conforming to NEMA WD 6, NEMA 5-20R.

2.6 OUTLETS, OUTLET BOXES, AND PULL BOXES

Outlet boxes for use with conduit systems shall be in accordance with NEMA FB 1 and be not less than 1-1/2 inches deep. Furnish all pull and junction boxes with screw-fastened covers.

2.7 PANELBOARDS

Lighting and appliance branch circuit panelboards shall be the circuit-breaker type in accordance with NEMA PB 1. Bolt circuit breakers to the bus. Plug-in circuit breakers are not acceptable. Buses shall be copper of the rating indicated, with main lugs or main circuit breaker as indicated. Provide all panelboards for use on grounded ac systems with a full-capacity isolated neutral bus and a separate grounding bus bonded to the panelboard enclosure. Panelboard enclosures shall be NEMA 250, in accordance with NEMA PB 1 and as specified in Section 26 24 16.00 40. Provide enclosure fronts with latchable hinged doors.

2.8 CIRCUIT BREAKERS

Circuit-breaker interrupting rating shall be not less than those indicated and in no event less than 10,000 amperes root-mean-square (rms) symmetrical. Multipole circuit breakers shall be the common-trip type with a single handle. Molded case circuit breakers shall be bolt-on type conforming to UL 489.

2.9 LAMPS AND LIGHTING FIXTURES

Manufacturers and catalog numbers shown are indicative of the general type desired and are not intended to restrict the selection to fixtures of any particular manufacturer. Fixtures with the same salient features and equivalent light distribution and brightness characteristics, of equal finish and quality, are acceptable. Provide lamps of the proper type and wattage for each fixture.

Ballasts shall be high power factor and be energy efficient. Ballasts shall have a Class P terminal protective device for 120 -volt operation as indicated and be rapid-start fluorescent. Ballasts shall be "A" sound rated. Fluorescent lamps shall be standard reduced wattage type.

High intensity discharge (HID) lighting fixtures shall have prewired integral ballasts and cast aluminum housings complete with tempered glass lenses suitable for installation in damp or wet locations. Provide

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

fixtures and lamps.

2.10 DRY-TYPE DISTRIBUTION TRANSFORMERS

General purpose dry-type transformers with windings 600 volts or less shall be two-winding, 60 hertz, self-cooled in accordance with UL 506. Windings shall have a minimum of two 2-1/2-percent taps above and below nominal voltage.

PART 3 EXECUTION

3.1 CONDUITS, RACEWAYS AND FITTINGS

Conduit runs between outlet and outlet, between fitting and fitting, or between outlet and fitting shall not contain more than the equivalent of three 90-degree bends, including those bends located immediately at the outlet or fitting.

Do not install crushed or deformed conduit. Avoid trapped conduit runs where possible. Take care to prevent the lodgment of foreign material in the conduit, boxes, fittings, and equipment during the course of construction. Clear any clogged conduit of obstructions or be replaced.

Conduit and raceway runs concealed in or behind walls, above ceilings, or exposed on walls and ceilings 5 feet or more above finished floors and not subject to mechanical damage may be electrical metallic tubing (EMT).

3.1.1 Rigid Steel Conduit

Make field-made bends and offsets with approved hickey or conduit bending machine. Conduit elbows larger than 2-1/2 inches shall be long radius.

Provide all conduit stubbed-up through concrete floors for connections to free-standing equipment with the exception of motor-control centers, cubicles, and other such items of equipment, with a flush coupling when the floor slab is of sufficient thickness. Otherwise,provide a floor box set flush with the finished floor. Conduits installed for future use shall be terminated with a coupling and plug set flush with the floor.

3.1.2 Electrical Metallic Tubing (EMT)

EMT shall be grounded in accordance with NFPA 70, using pressure grounding connectors especially designed for EMT.

3.1.3 Flexible Metallic Conduit

Use flexible metallic conduit to connect recessed fixtures from outlet boxes in ceilings, transformers, and other approved assemblies.

Bonding wires shall be used in flexible conduit as specified in NFPA 70, for all circuits. Flexible conduit shall not be considered a ground conductor.

Electrical connections to vibration-isolated equipment shall be made with flexible metallic conduit.

Liquidtight flexible metallic conduit shall be used in wet and oily locations and to complete the connection to motor-driven equipment.

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.1.4 Intermediate Conduit

Make all field-made bends and offsets with approved hickey or conduit bending machine. Use intermediate metal conduit only for indoor installations.

3.1.5 Rigid Nonmetallic Conduit

Rigid PVC conduit shall be direct buried.

A green insulated copper grounding conductor shall be in conduit with conductors and be solidly connected to ground at each end. Grounding wires shall be sized in accordance with NFPA 70.

3.1.6 Wireway and Auxiliary Gutter

Straight sections and fittings shall be bolted together to provide a rigid, mechanical connection and electrical continuity. Dead ends of wireways and auxiliary gutters shall be closed. Plug all unused conduit openings.

3.1.7 Surface Raceways and Assemblies

Surface raceways shall be mounted plumb and level, with the base and cover secured. Minimum circuit run shall be three-wire with one wire designated as ground.

3.2 WIRING

Conductors up to and including AWG No. 2 shall be manufactured with colored insulating materials. Conductors larger than AWG No. 2 shall have ends identified with color plastic tape in outlet, pull, or junction boxes.

Splice in accordance with the NFPA 70. Provide conductor identification within each enclosure where a tap, splice, or termination is made and at the equipment terminal of each conductor. Terminal and conductor identification shall match as indicated.

Where several feeders pass through a common pullbox, the feeders shall be tagged to clearly indicate the electrical characteristics, circuit number, and panel designation.

3.3 SAFETY SWITCHES

Securely fasten switches to the supporting structure or wall, utilizing a minimum of four 1/4 inch bolts. Do not use sheet metal screws and small machine screws for mounting. Do not mount switches in an inaccessible location or where the passageway to the switch may become obstructed. Mounting height shall be 5 feet above floor level, when possible.

3.4 WIRING DEVICES

3.4.1 Wall Switches and Receptacles

Install wall switches and receptacles so that when device plates are applied, the plates will be aligned vertically to within 1/16 inch.

Ground terminal of each flush-mounted receptacle shall be bonded to the outlet box with an approved green bonding jumper when used with dry wall type construction.

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 11 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.4.2 Device Plates

Device plates for switches that are not within sight of the loads controlled shall be suitably engraved with a description of the loads.

Device plates and receptacle cover plates for receptacles other than 125-volt, single-phase, duplex, convenience outlets shall be suitably marked, showing the circuit number, voltage, frequency, phasing, and amperage available at the receptacle. Required marking shall consist of a self-adhesive label having 1/4 inch embossed letters.

Device plates for convenience outlets shall be similarly marked indicating the supply panel and circuit number.

3.5 BOXES AND FITTINGS

Furnish and install pullboxes where necessary in the conduit system to facilitate conductor installation. Conduit runs longer than 100 feet or with more than three right-angle bends shall have a pullbox installed at a convenient intermediate location.

Securely mount boxes and enclosures to the building structure with supporting facilities independent of the conduit entering or leaving the boxes.

3.6 LAMPS AND LIGHTING FIXTURES

Install new lamps of the proper type and wattage in each fixture. Securely fasten fixtures and supports to structural members and install parallel and perpendicular to major axes of structures.

3.7 PANELBOARDS

Securely mount panelboards so that the top operating handle does not exceed 72-inches above the finished floor. Do not mount equipment within 36 inches of the front of the panel. Directory card information shall be complete and legible.

3.8 DRY-TYPE DISTRIBUTION TRANSFORMERS

Connect dry-type transformers with flexible metallic conduit.

3.9 IDENTIFICATION PLATES AND WARNINGS

Furnish and install identification plates for lighting and power panelboards, motor control centers, all line voltage heating and ventilating control panels, fire detector and sprinkler alarms, door bells, pilot lights, disconnect switches, manual starting switches, and magnetic starters. Process control devices and pilot lights shall have identification plates.

Furnish identification plates for all line voltage enclosed circuit breakers, identifying the equipment served, voltage, phase(s) and power source. Circuits 480 volts and above shall have conspicuously located warning signs in accordance with OSHA requirements.

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 12 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.10 PAINTING

Exposed conduit, supports, fittings, cabinets, pull boxes, and racks shall be thoroughly cleaned and painted per manufacturer's recommendations.

3.11 FIELD TESTING

Submit Test Reports in accordance with referenced standards in this section.

After completion of the installation and splicing, and prior to energizing the conductors, perform wire and cable continuity and insulation tests as herein specified before the conductors are energized.

Contractor shall provide all necessary test equipment, labor, and personnel to perform the tests, as herein specified.

Perform Insulation-Resistance Test on each field-installed conductor with respect to ground and adjacent conductors. Applied potential shall be 500 volts dc for 300 volt rated cable and 1000 volts dc for 600 volt rated cable. Take readings after 1 minute and until the reading is constant for 15 seconds. Minimum insulation-resistance values shall not be less than 25 Megohms for 300 volt rated cable and 100 Megohms for 600 volt rated cable. For circuits with conductor sizes 8AWG and smaller insulation resistance testing is not required.

Perform Continuity Test to insure correct cable connection (i.e correct phase conductor, grounded conductor, and grounding conductor wiring) end-to end. Any damages to existing or new electrical equipment resulting from contractor mis-wiring will be repaired and re-verified at contractor's expense. All repairs shall be approved by the CO prior to acceptance of the repair.

Conduct Phase-Rotation Tests on all three-phase circuits using a phase-rotation indicating instrument. Perform phase rotation of electrical connections to connected equipment clockwise, facing the source.

Final acceptance will depend upon the successful performance of wire and cable under test. Do not energize any conductor until the final test reports are reviewed and approved by the CO.

-- End of Section --

W912EP-11-R-0042 SECTION 26 05 00.00 40 Page 13 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 26 - ELECTRICAL

SECTION 26 05 19.00 10

INSULATED WIRE AND CABLE

PART 1 GENERAL

1.1 REFERENCES 1.2 SUBMITTALS 1.3 DELIVERY, STORAGE, AND HANDLING 1.4 PROJECT/SITE CONDITIONS

PART 2 PRODUCTS

2.1 MATERIALS 2.1.1 Wire Table 2.1.2 Rated Circuit Voltages 2.1.3 Conductors 2.1.3.1 Material for Conductors 2.1.3.2 Size 2.1.3.3 Stranding 2.1.3.4 Conductor Shielding 2.1.3.5 Separator Tape 2.1.4 Insulation 2.1.4.1 Insulation Material 2.1.4.2 Insulation Thickness 2.1.4.3 Insulation Shielding 2.1.5 Jackets 2.1.5.1 Jacket Material 2.1.5.2 Jacket Thickness 2.1.6 Metal-Clad Cable 2.1.6.1 General 2.1.6.2 Jackets 2.2 CABLE IDENTIFICATION 2.2.1 Color-Coding 2.2.2 Shielded Cables Rated 2,001 Volts and Above 2.2.3 Cabling 2.2.4 Dimensional Tolerance

PART 3 EXECUTION

3.1 INSTALLATION INSTRUCTIONS 3.2 TESTS, INSPECTIONS, AND VERIFICATIONS 3.2.1 Cable Data 3.2.2 Inspection and Tests 3.2.2.1 High-Voltage Test Source 3.2.2.2 Shielded Cables Rated 2,001 Volts or Greater 3.2.2.3 Flame Tests 3.2.2.4 Independent Tests 3.2.2.5 Reports

W912EP-11-R-0042 SECTION 26 05 19.00 10 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 26 05 19.00 10 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 26 05 19.00 10

INSULATED WIRE AND CABLE

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.

ASSOCIATION OF EDISON ILLUMINATING COMPANIES (AEIC)

AEIC C8 (2000) Extruded Dielectric Shielded Power Cables Rated 5 Through 46 kV

AEIC CS8 (2000) Extruded Dielectric Shielded Power Cables Rated 5 Through 46 kV

INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE)

IEEE 383 (2003; R 2008) Standard for Qualifying Class 1E Electric Cables and, Field Splices for Nuclear Power Generating Stations 2004

NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA)

NEMA WC 70 (2009) Power Cable Rated 2000 V or Less for the Distribution of Electrical Energy--S95-658

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

Installation Instructions

Cable manufacturing data.

SD-06 Test Reports

Tests, Inspections, and Verifications

6 certified copies of test reports.

W912EP-11-R-0042 SECTION 26 05 19.00 10 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

1.3 DELIVERY, STORAGE, AND HANDLING

Furnish cables on reels or coils. Each cable and the outside of each reel or coil, shall be plainly marked or tagged to indicate the cable length, voltage rating, conductor size, and manufacturer's lot number and reel number. Each coil or reel of cable shall contain only one continuous cable without splices. Cables for exclusively dc applications, as specified in paragraph HIGH VOLTAGE TEST SOURCE, shall be identified as such. Shielded cables rated 2,001 volts and above shall be reeled and marked in accordance with Section I of AEIC C8 or AEIC CS8, as applicable. Reels shall remain the property of the Contractor.

1.4 PROJECT/SITE CONDITIONS

PART 2 PRODUCTS

2.1 MATERIALS

2.1.1 Wire Table

Furnish wire and cable in accordance with the requirements as detailed on the plans.

2.1.2 Rated Circuit Voltages

All wire and cable shall have minimum rated circuit voltages in accordance with NEMA WC 70.

2.1.3 Conductors

2.1.3.1 Material for Conductors

Conductors shall conform to all the applicable requirements of NEMA WC 70, as applicable, and shall be annealed copper. Copper conductors may be bare, or tin- or lead-alloy-coated, if required by the type of insulation used.

2.1.3.2 Size

Minimum wire size shall be No. 12 AWG for power and lighting circuits; No. 10 AWG for current transformer secondary circuits; No. 14 AWG for potential transformer, relaying, and control circuits; No. 16 AWG for annunciator circuits; and No. 19 AWG for alarm circuits. Minimum wire sizes for rated circuit voltages of 2,001 volts and above shall not be less than those listed for the applicable voltage in NEMA WC 70, as applicable.

2.1.3.3 Stranding

Conductor stranding classes cited herein shall be as defined in NEMA WC 70, as applicable. Lighting conductors No. 10 AWG and smaller shall have Class B stranding. Any conductors used between stationary and moving devices, such as hinged doors or panels, shall have Class H or K stranding. All other conductors shall have Class B or C stranding, except that conductors shown on the drawings, or in the schedule, as No. 12 AWG may be 19 strands of No. 25 AWG, and conductors shown as No. 10 AWG may be 19 strands of No. 22 AWG.

W912EP-11-R-0042 SECTION 26 05 19.00 10 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.1.3.4 Conductor Shielding

Use conductor shielding conforming to NEMA WC 70, as applicable, on power cables having a rated circuit voltage above 2,000 volts. In addition, conductor shielding for shielded cables shall also comply with Section C of AEIC C8 or AEIC CS8. Strict precautions shall be taken after application of the conductor shielding to prevent the inclusion of voids or contamination between the conductor shielding and the subsequently applied insulation.

2.1.3.5 Separator Tape

Where conductor shielding, strand filling, or other special conductor treatment is not required, a separator tape between conductor and insulation is permitted.

2.1.4 Insulation

2.1.4.1 Insulation Material

Provide insulation which is a cross-linked thermosetting polyethylene (XLPE) type, meeting the requirements of NEMA WC 70, as applicable, or an ethylene-propylene rubber (EPR) type meeting the requirements of NEMA WC 70. For shielded cables of rated circuit voltages above 2,000 volts, the following provisions shall also apply:

a. XLPE, if used, shall be tree-retardant.

b. Insulation shall be chemically bonded to conductor shielding.

c. The insulation material and its manufacturing, handling, extrusion and vulcanizing processes, shall all be subject to strict procedures to prevent the inclusion of voids, contamination, or other irregularities on or in the insulation. Insulation material shall be inspected for voids and contaminants. Inspection methods, and maximum allowable void and contaminant content shall be in accordance with Section B of AEIC C8 or AEIC CS8, as applicable.

d. Cables with repaired insulation defects discovered during factory testing, or with splices or insulation joints, are not acceptable.

2.1.4.2 Insulation Thickness

The insulation thickness for each conductor shall be based on its rated circuit voltage.

a. Power Cables/Single-Conductor Control Cables, 2,000 Volts and Below - The insulation thickness for single-conductor cables rated 2,000 volts and below shall be as required by NEMA WC 70, as applicable. Some thicknesses of NEMA WC 70 will be permitted only for single-conductor cross-linked thermosetting polyethylene insulated cables without a jacket. NEMA WC 70 ethylene-propylene rubber-insulated conductors shall have a jacket.

b. Power Cables, Rated 2,001 Volts and Above - Thickness of insulation for power cables rated 2,001 volts and above shall be in accordance with the following:

(1) Non-shielded cables, 2,001 to 5,000 volts, shall comply with

W912EP-11-R-0042 SECTION 26 05 19.00 10 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

NEMA WC 70, as applicable.

(2) Shielded cables rated 2,001 volts and above shall comply with Column B of Table B1, of AEIC C8 or AEIC CS8, as applicable.

c. Multiple-Conductor Control Cables - The insulation thickness of multiple-conductor cables used for control and related purposes shall be as required by NEMA WC 70, as applicable.

2.1.4.3 Insulation Shielding

Unless otherwise specified, provide insulation shielding for conductors having rated circuit voltages of 2,001 volts and above. The voltage limits above which insulation shielding is required, and the material requirements, are given in NEMA WC 70, as applicable. The material, if thermosetting, shall meet the wafer boil test requirements as described in Section D of AEIC C8 or AEIC CS8, as applicable. The method of shielding shall be in accordance with the current practice of the industry; however, the application process shall include strict precautions to prevent voids or contamination between the insulation and the nonmetallic component. Voids, protrusions, and indentations of the shield shall not exceed the maximum allowances specified in Section C of AEIC C8 or AEIC CS8, as applicable. The cable shall be capable of operating without damage or excessive temperature when the shield is grounded at both ends of each conductor. All components of the shielding system shall remain tightly applied to the components they enclose after handling and installation in accordance with the manufacturer's recommendations. Shielding systems which require heat to remove will not be permitted unless specifically approved.

2.1.5 Jackets

All cables shall have jackets meeting the requirements of NEMA WC 70, as applicable, and as specified herein. Individual conductors of multiple-conductor cables shall be required to have jackets only if they are necessary for the conductor to meet other specifications herein. Jackets of single-conductor cables and of individual conductors of multiple-conductor cables, except for shielded cables, shall be in direct contact and adhere or be vulcanized to the conductor insulation. Multiple-conductor cables and shielded single-conductor cables shall be provided with a common overall jacket, which shall be tightly and concentrically formed around the core. Repaired jacket defects found and corrected during manufacturing are permitted if the cable, including jacket, afterward fully meets these specifications and the requirements of the applicable standards.

2.1.5.1 Jacket Material

The jacket shall be one of the materials listed below.

a. General Use

(1) Heavy-duty black neoprene (NEMA WC 70).

(2) Heavy-duty chlorosulfonated polyethylene (NEMA WC 70).

(3) Heavy-duty cross-linked (thermoset) chlorinated polyethylene ( NEMA WC 70).

W912EP-11-R-0042 SECTION 26 05 19.00 10 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

b. Accessible Use Only, 2,000 Volts or Less - Cables installed where they are entirely accessible, such as cable trays and raceways with removable covers, or where they pass through less than 10 feet of exposed conduit only, shall have jackets of one of the materials specified in above paragraph GENERAL USE, or the jackets may be of one of the following:

(1) General-purpose neoprene (NEMA WC 70).

(2) Black polyethylene (NEMA WC 70).

(3) Thermoplastic chlorinated polyethylene (NEMA WC 70).

2.1.5.2 Jacket Thickness

The minimum thickness of the jackets at any point shall be not less than 80 percent of the respective nominal thicknesses specified below.

a. Multiple-Conductor Cables - Thickness of the jackets of the individual conductors of multiple-conductor cables shall be as required by NEMA WC 70, and shall be in addition to the conductor insulation thickness required by Column B of Table 3-1 of the applicable NEMA publication for the insulation used. Thickness of the outer jackets or sheaths of the assembled multiple-conductor cables shall be as required by NEMA WC 70.

b. Single-Conductor Cables - Single-conductor cables, if nonshielded, shall have a jacket thickness as specified in NEMA WC 70. If shielded, the jacket thickness shall be in accordance with the requirements of NEMA WC 70.

2.1.6 Metal-Clad Cable

2.1.6.1 General

The metallic covering shall be corrugated metal, conforming to the applicable requirements of NEMA WC 70. If the covering is of ferrous metal, it shall be galvanized. Copper grounding conductor(s) conforming to NEMA WC 70 shall be furnished for each multiple-conductor metal-clad cable. Assembly and cabling shall be as specified in paragraph CABLING. The metallic covering shall be applied over an inner jacket or filler tape. The cable shall be assembled so that the metallic covering will be tightly bound over a firm core.

2.1.6.2 Jackets

Metal-clad cables may have a jacket under the armor, and shall have a jacket over the armor. Jackets shall comply with the requirements of NEMA WC 70.

2.2 CABLE IDENTIFICATION

2.2.1 Color-Coding

Insulation of individual conductors of multiple-conductor cables shall be color-coded in accordance with NEMA WC 70, except that colored braids will not be permitted. Only one color-code method shall be used for each cable construction type. Control cable color-coding shall be in accordance with NEMA WC 70. Power cable color-coding for 240 volts or less shall be black

W912EP-11-R-0042 SECTION 26 05 19.00 10 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

for Phase A, red for Phase B, blue for Phase C, white for grounded neutral, and green for an insulated grounding conductor, if included. Additionally, 480 volt power shall be color-coded as brown for Phase A, purple for Phase B and yellow for Phase C.

2.2.2 Shielded Cables Rated 2,001 Volts and Above

Marking shall be in accordance with Section H of AEIC C8 or AEIC CS8, as applicable.

2.2.3 Cabling

Individual conductors of multiple-conductor cables shall be assembled with flame-and moisture-resistant fillers, binders, and a lay conforming to NEMA WC 70, except that flat twin cables will not be permitted. Fillers shall be used in the interstices of multiple-conductor round cables with a common covering where necessary to give the completed cable a substantially circular cross section. Fillers shall be non-hygroscopic material, compatible with the cable insulation, jacket, and other components of the cable. The rubber-filled or other approved type of binding tape shall consist of a material that is compatible with the other components of the cable and shall be lapped at least 10 percent of its width.

2.2.4 Dimensional Tolerance

The outside diameters of single-conductor cables and of multiple-conductor cables shall not vary more than 5 percent and 10 percent, respectively, from the manufacturer's published catalog data.

PART 3 EXECUTION

3.1 INSTALLATION INSTRUCTIONS

The following information shall be provided by the cable manufacturer for each size, conductor quantity, and type of cable furnished:

a. Minimum bending radius, in inches - For multiple-conductor cables, this information shall be provided for both the individual conductors and the multiple-conductor cable.

b. Pulling tension and sidewall pressure limits, in pounds.

c. Instructions for stripping semiconducting insulation shields, if furnished, with minimum effort without damaging the insulation.

d. Upon request, compatibility of cable materials and construction with specific materials and hardware manufactured by others shall be stated. Also, if requested, recommendations shall be provided for various cable operations, including installing, splicing, terminating, etc.

3.2 TESTS, INSPECTIONS, AND VERIFICATIONS

3.2.1 Cable Data

Manufacture of the wire and cable shall not be started until all materials to be used in the fabrication of the finished wire or cable have been approved by the Contracting Officer. Cable data shall be submitted for approval including dimensioned sketches showing cable construction, and

W912EP-11-R-0042 SECTION 26 05 19.00 10 Page 8 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

sufficient additional data to show that these specifications will be satisfied.

3.2.2 Inspection and Tests

Inspection and tests of wire and cable furnished under these specifications shall be made by and at the plant of the manufacturer, and shall be witnessed by the Contracting Officer or his authorized representative, unless waived in writing. The Government may perform further tests before or after installation. Testing in general shall comply with NEMA WC 70. Specific tests required for particular materials, components, and completed cables shall be as specified in the sections of the above standards applicable to those materials, components, and cable types. Tests shall also be performed in accordance with the additional requirements specified below.

3.2.2.1 High-Voltage Test Source

Where the applicable standards allow a choice, high-voltage tests for cables to be used exclusively on dc circuits shall be made with dc test voltages. Cables to be used exclusively on ac circuits shall be tested with ac test voltages. If both ac and dc will be present, on either the same or separate conductors of the cable, ac test voltages shall be used.

3.2.2.2 Shielded Cables Rated 2,001 Volts or Greater

The following tests shall be performed in addition to those specified above. Section or paragraph references are to AEIC C8 or AEIC CS8 as applicable, unless otherwise stated.

a. High potential test voltages shall be as required by Table B1 of AEIC C8 or AEIC CS8 as applicable, rather than by NEMA WC 70.

b. If high potential testing is done with an ac test voltage as specified in paragraph HIGH-VOLTAGE TEST SOURCE, an additional test shall be made using a dc test voltage rated at 75 percent of the specified full dc test voltage, for 5 consecutive minutes.

c. Production sampling tests shall be performed in accordance with Section D. Sampling frequency and failure contingencies shall be in accordance with paragraph G.3. Unless otherwise approved, samples shall not be taken from the middle of extruder runs of insulation or shielding made only for one continuous shipping length of cable, if such sampling will result in the need to repair the sampled area.

d. Partial discharge tests shall be performed in accordance with Section E, paragraph E.2, and Section F.

3.2.2.3 Flame Tests

All multiple-conductor and single-conductor cable assemblies shall pass IEEE 383 flame tests, paragraph 2.5, using the ribbon gas burner. Single-conductor cables and individual conductors of multiple-conductor cables shall pass the flame test of NEMA WC 70. If such tests, however, have previously been made on identical cables, these tests need not be repeated. Instead, certified reports of the original qualifying tests shall be submitted. In this case the reports furnished under paragraph REPORTS, shall verify that all of each cable's materials, construction, and dimensions are the same as those in the qualifying tests.

W912EP-11-R-0042 SECTION 26 05 19.00 10 Page 9 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

3.2.2.4 Independent Tests

The Government may at any time make visual inspections, continuity or resistance checks, insulation resistance readings, power factor tests, or dc high-potential tests at field test values. A cable's failure to pass these tests and inspections, or failure to produce readings consistent with acceptable values for the application, will be grounds for rejection of the cable.

3.2.2.5 Reports

Furnish results of tests made. No wire or cable shall be shipped until authorized. Lot number and reel or coil number of wire and cable tested shall be indicated on the test reports.

-- End of Section --

W912EP-11-R-0042 SECTION 26 05 19.00 10 Page 10 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 26 - ELECTRICAL

SECTION 26 24 16.00 40

PANELBOARDS

PART 1 GENERAL

1.1 REFERENCES 1.2 GENERAL REQUIREMENTS 1.3 SUBMITTALS

PART 2 PRODUCTS

2.1 PANELBOARDS 2.2 CIRCUIT BREAKERS 2.3 FILTERED PANELBOARDS 2.3.1 General 2.3.2 RF Shielding 2.3.3 Circuit Breaker Actuators 2.3.4 Terminals 2.3.5 Attenuation 2.3.6 Current 2.3.7 Voltage 2.3.8 Circuit Breakers 2.3.9 RF Filters 2.3.10 Filter Discharge Unit 2.4 FACTORY TESTING 2.5 PRECAUTIONARY LABEL

PART 3 EXECUTION

3.1 INSTALLATION 3.2 SITE TESTING

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 26 24 16.00 40 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 26 24 16.00 40

PANELBOARDS

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.

ELECTRONIC INDUSTRIES ALLIANCE (EIA)

EIA 416 (1974; R 1981) Filters for Radio Interference

EIA/IS 46 (1987) Test Procedure for Resistance to Soldering (Vapor Phase Technique) for Surface Mount Devices

NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA)

NEMA 250 (2008) Enclosures for Electrical Equipment (1000 Volts Maximum)

NEMA AB 1 (2002) Molded-Case Circuit Breakers, Molded Case Switches, and Circuit-Breaker Enclosures

NEMA PB 1 (2006; Errata 2008) Standard for Panelboards

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 70 (2008; AMD 1 2008) National Electrical Code

U.S. GENERAL SERVICES ADMINISTRATION (GSA)

FED-STD-595 (Rev C) Colors Used in Government Procurement

UNDERWRITERS LABORATORIES (UL)

UL 67 (2009) Standard for Panelboards

1.2 GENERAL REQUIREMENTS

Section 26 00 00.00 20 BASIC ELECTRICAL MATERIALS AND METHODS applies to work specified in this section.

Submit Detail Drawings for the panelboards consisting of fabrication and assembly drawings for all parts of the work in sufficient detail to enable the Government to check conformity with the requirements of the contract documents. Include within drawings details of bus layout.

W912EP-11-R-0042 SECTION 26 24 16.00 40 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Ensure Outline Drawings for panelboards indicate overall physical features, dimensions, ratings, service requirements, and weights of equipment.

Statements signed by responsible officials of a manufacturer of a product, system, or material attesting that the product, system or material meet specified requirements. Statements must be dated after the award of this contract, name the project, and list the specific requirements which it is intended to address.

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-02 Shop Drawings

Submit Detail Drawings and Outline Drawings for panelboards in accordance with paragraph entitled, "General Requirements," of this section.

SD-03 Product Data

Submit Manufacturer's catalog data for the following items:

Panelboards

SD-04 Samples

Ensure that keys are properly tagged and delivered to the Contracting Officer.

SD-06 Test Reports

Submit test reports for the following tests in accordance with the paragraph entitled, "Site Testing," of this section. Do not energize panelboards until the recorded test data has been submitted to and approved by the Contracting Officer.

Continuity Tests Insulation Tests

SD-07 Certificates

Submit Statements in accordance with paragraph entitled, "General Requirements," of this section.

SD-08 Manufacturer's Instructions

Submit Manufacturer's instructions for Panelboards including special provisions required to install equipment components and system packages. Special notices shall detail impedances, hazards and safety precautions.

W912EP-11-R-0042 SECTION 26 24 16.00 40 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

PART 2 PRODUCTS

2.1 PANELBOARDS

Totally enclose power-distribution panelboards and lighting and appliance branch-circuit panelboards in a steel cabinet, dead-front circuit breaker type with copper buses, surface- or flush-mounted as indicated. Ensure panelboards conform to NEMA PB 1 and NEMA AB 1. Branch circuit panels shall have buses fabricated for bolt-on type circuit breakers.

An outer door or cover, hinged on one side, shall be provided on surface-mounted panelboards to provide gutter space access. Provide a center door for circuit breaker/switch access only.

Provide panelboards with a separate grounding bus bonded to the enclosure. Grounding bus shall be a solid bus bar of rectangular cross section equipped with binding screws for the connection of equipment grounding conductors.

Each panelboard, as a complete unit, shall have a short-circuit current rating equal to or greater than the integrated equipment rating per NFPA 70.

Ensure panelboards and main lugs or main breaker have current ratings per NFPA 70.

Mechanical lugs furnished with panelboards shall be cast copper or copper alloys of sizes suitable for the conductors indicated to be connected thereto.

Boxes shall have the manufacturer's standard knockouts and shall be galvanized code-gage sheet steel. Fronts shall be of code-gage sheet steel furnished with hinged doors with adjustable trim clamps for securing the fronts to the boxes.

Ensure entire panelboard front is hinged on one side with a piano hinge for the full height and has captive screws opposite the hinged side. Where panelboards are installed flush with the walls, the installation details shall be such that the hinged front can be opened without damage to the adjacent wall surfaces. Ensure that the color of the finished coat of trim and front matches the adjacent walls except when the box is installed in electrical closets or equipment rooms, the gray finish as specified is acceptable.

Panelboard enclosures shall be NEMA 250. See Section 11 82 15, Paragraph 2.1.5.2 CONTROLS and Section 26 05 00.00 40, Paragraph 1.3 PREVENTION OF CORROSION for additional requirements. Provide enclosures with hinged fronts and corrosion-resistant steel pin-tumbler cylinder locks.

Finish panelboards with fast drying enamel. Finish color is to be No. 61 gray conforming to FED-STD-595.

2.2 CIRCUIT BREAKERS

Interrupting rating of circuit breakers shall be as indicated. If not shown, the interrupting rating for circuit breakers in 120/208 volt panelboards shall be not less than 10,000 amperes rms symmetrical, and that for breakers in 277/480 volt panelboards shall be not less than 25,000 amperes rms symmetrical.

W912EP-11-R-0042 SECTION 26 24 16.00 40 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

Circuit breakers shall be bolt-on type. Plug-in type is not acceptable.

Provide shunt trips where indicated.

In branch circuit panelboards, branch circuit breakers feeding convenience outlets shall have sensitive instantaneous trip settings of not more than 10 times the trip rating of the breaker to prevent repeated arcing shorts resulting from frayed appliance cords. Single-pole 15- and 20-ampere circuit breakers shall be UL listed as "Switching Breakers" at 120 volts ac. Provide UL Class A (5-milliampere sensitivity) ground fault circuit protection on 120-volt ac branch circuit as indicated. This protection is an integral part of the branch circuit breaker that also provides overload and short-circuit protection for branch circuit wiring. Tripping of a branch circuit breaker containing ground fault circuit interruption is not to disturb the feeder circuit to the panelboard. A single-pole circuit breaker with integral ground fault circuit interruption requires no more panelboard branch circuit space than a conventional slide pole circuit breaker.

Ensure connections to the bus are bolt-on type.

When multiple wires per phase are specified, furnish the circuit breakers with connectors made to accommodate multiple wires.

Ensure circuit breaker spaces called out on the drawings are complete with mounting hardware to permit ready installation of the circuit breakers.

2.3 FILTERED PANELBOARDS

2.3.1 General

Provide panelboards for the distribution, control, and protection of electrical circuits, providing filtering and shielding.

Panelboard cabinet shall be 12-gage steel minimum, with corrosion-resistant finish and four external mounting brackets welded to the case. Front door and trim shall be of code gage steel, with gray finish, equipped with directory, holder, adjustable trim clamps, hinges, self-latching catch, tumbler lock and key and shall bear the UL label. Provide a red diagonal strip across the outside surface of door and trim.

2.3.2 RF Shielding

Ensure circuit breaker and filter compartments are completely radio-frequency (RF) shielded and in compliance with specified shielding requirements with front door open. Case seams shall be continuous inert gas welded. Fit removable circuit breaker actuator faceplate and the filter compartment cover with corrosion-resistant RF gasketing material and install in place with suitable fasteners having a maximum spacing of 3 inches on center. Mount RF filter units to the internal shield wall with similar RF gasketing to ensure RF shielding integrity.

2.3.3 Circuit Breaker Actuators

Design circuit breaker operating mechanisms to maintain RF shielding effectiveness without limit to time or number of operations.

W912EP-11-R-0042 SECTION 26 24 16.00 40 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.3.4 Terminals

Filter terminals shall be of high-temperature alumina ceramic, continuously brazed to filter case. Do not use soft solder. Ceramic terminal shall incorporate a permanently attached flexible lead, with a suitable electric lug. Incoming service connections shall be made to the filter lead at a UL-approved, flame-retardant standoff insulator, mounted in the filter compartment.

2.3.5 Attenuation

Ensure each filter provides a minimum insertion loss of 100 dB over the frequency range of 14 kilohertz (kHz) to 10 gigahertz (GHz).

2.3.6 Current

Each filter unit shall be capable of carrying its full rated current continuously without heat rise exceeding 122 degrees F above ambient temperature. Each filter shall be capable of withstanding a 100 percent overload for 30 seconds without damage.

2.3.7 Voltage

Each filter unit shall be capable of continuous operation at its full rated voltage and withstanding an initial voltage test of twice its rated voltage without damage.

2.3.8 Circuit Breakers

Ensure circuit breakers are rated a minimum 10,000 amperes asymmetrical ac interrupting capacity, 5,000 amperes dc, and are in accordance with NEMA AB 1.

2.3.9 RF Filters

Design RF filter units to suppress and reduce the amplitude of undesired RF energy conducted by power service lines. Design RF filter units in compliance with the applicable requirements of EIA 416.

Filter cases shall be made of steel, 16-gage minimum, corrosion-resistant finish with a blue lacquer over zinc chromate primer. Conductive grounding surfaces shall be either plated or made of corrosion-resistant steel. Hermetic seams are to be continuous inert gas welded; do not use soft solder. Firmly mount internal components to withstand applicable shock and vibration test requirements without damage.

Fluid impregnant shall conform to UL nonflammable classification. Internal components shall be fully impregnated and intimately immersed in the fluid to obtain the full benefit of cooling by convection flow through the liquid medium to filter case. Completely fill filter case with the fluid impregnant.

2.3.10 Filter Discharge Unit

Install a filter discharge unit for three-filtered circuits on the panelboard. Unit shall meet applicable requirements of EIA/IS 46, and be installed in accordance with NFPA 70.

W912EP-11-R-0042 SECTION 26 24 16.00 40 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

2.4 FACTORY TESTING

Test complete panelboards in accordance with UL 67.

2.5 PRECAUTIONARY LABEL

To ensure persons are aware of immediate or potential hazard in the application, installation, use, or maintenance of panelboards, each panelboard shall be conspicuously marked on the trim or dead front shield with the text (or equivalent) DANGER symbol. If the panel is supplied with a door, ensure the label is visible when the door is in the open position.

PART 3 EXECUTION

3.1 INSTALLATION

Install panelboards as indicated and in accordance with the manufacturer's instructions. Fully align and mount panels so that the height of the top operating handle does not exceed 72-inches above the finished floor.

Directory-card information shall be typewritten in capital letters to indicate outlets controlled and final room numbers served by each circuit and shall be mounted in holders behind protective covering.

3.2 SITE TESTING

Panelboards shall be given continuity and insulation tests after the installation has been completed and before the panelboard is energized.

Provide test equipment, labor, and personnel as required to perform the tests as specified. Conduct Continuity tests using a dc device with bell.

Conduct insulation tests on 480-volt panelboards using a 1,000-volt insulation-resistance test set. Record readings every minute until three equal and consecutive readings have been obtained. Resistance between phase conductors and between phase conductors and ground shall be not less than 50 megohms.

Conduct insulation tests on panelboards rated 300 volts or less using a 500-volt minimum insulation-resistance test set. Record readings after 1 minute and until the reading is constant for 15 seconds. Resistance between phase conductors and between phase conductors and ground shall be not less than 25 megohms.

Record test data and include the location and identification of panelboards and megohm readings versus time.

-- End of Section --

W912EP-11-R-0042 SECTION 26 24 16.00 40 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION TABLE OF CONTENTS

DIVISION 26 - ELECTRICAL

SECTION 26 41 00.00 20

LIGHTNING PROTECTION SYSTEM

PART 1 GENERAL

1.1 REFERENCES 1.2 RELATED REQUIREMENTS 1.2.1 Verification of Dimensions 1.2.2 System Requirements 1.3 SUBMITTALS 1.4 QUALITY ASSURANCE 1.4.1 Installation Drawings 1.4.2 UL Listing or Label 1.5 SITE CONDITIONS

PART 2 PRODUCTS

2.1 MATERIALS 2.1.1 Main and Bonding Conductors 2.1.2 Copper 2.2 COMPONENTS 2.2.1 Air Terminals 2.2.2 Ground Grid 2.2.3 Connections and Terminations 2.2.4 Connector Fittings 2.2.5 Lightning Protection Components

PART 3 EXECUTION

3.1 INTEGRAL SYSTEM 3.1.1 Air Terminals 3.1.2 Roof Conductors 3.1.3 Down Conductors 3.1.4 Interconnection of Metallic Parts 3.1.5 Ground Connections 3.2 APPLICATIONS 3.2.1 Nonmetallic Exterior Walls with Metallic Roof 3.2.2 Metal Roofs with Metal Walls 3.2.3 Steel Frame Building 3.2.4 Ramps and Covered Passageways 3.3 RESTORATION 3.4 FIELD QUALITY CONTROL 3.4.1 Grounding System Test 3.4.2 Lightning Protection System Inspection

-- End of Section Table of Contents --

W912EP-11-R-0042 SECTION 26 41 00.00 20 Page 1 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

SECTION 26 41 00.00 20

LIGHTNING PROTECTION SYSTEM

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.

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 70 (2008; AMD 1 2008) National Electrical Code

NFPA 780 (2008) Standard for the Installation of Lightning Protection Systems

UNDERWRITERS LABORATORIES (UL)

UL 96 (2005) Standard for Lightning Protection Components

UL 96A (2007) Standard for Installation Requirements for Lightning Protection Systems

UL Electrical Constructn (2009) Electrical Construction Equipment Directory

1.2 RELATED REQUIREMENTS

Section 26 00 00.00 20 BASIC ELECTRICAL MATERIALS AND METHODS applies to this section with additions and modifications specified herein.

1.2.1 Verification of Dimensions

Contractor shall become familiar with all details of work, verify all dimensions in field, and shall advise Contracting Officer of any discrepancy before performing work. No departures shall be made without prior approval of Contracting Officer.

1.2.2 System Requirements

Materials shall consist of standard products of a manufacturer regularly engaged in production of lightning protection systems and shall be manufacturer's latest UL approved design. Lightning protection system shall conform to NFPA 70, NFPA 780, UL 96 and UL 96A.

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

W912EP-11-R-0042 SECTION 26 41 00.00 20 Page 2 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-02 Shop Drawings

Overall lightning protection system; G|AO

Each major component; G|AO

SD-06 Test Reports

Grounding system test; G|AO

Lightning protection system inspection; G|AO

SD-07 Certificates

UL listing or label; G|AO

1.4 QUALITY ASSURANCE

In each standard referred to herein, consider the advisory provisions to be mandatory, as though the word "shall" has been substituted for "should" wherever it appears. Interpret references in these standards to "authority having jurisdiction," or words of similar meaning, to mean Contracting Officer.

1.4.1 Installation Drawings

a. Submit installation shop drawing for the overall lightning protection system. Drawings shall include physical layout of the equipment, mounting details, relationship to other parts of the work, and wiring diagram.

b. Submit detail drawings for each major component to include manufacturer's descriptive and technical literature, catalog cuts, and installation instructions.

1.4.2 UL Listing or Label

Submit proof of compliance. Label of or listing in UL Electrical Constructn is acceptable evidence. In lieu of label or listing, submit written certificate from an approved, nationally recognized testing organization equipped to perform such services, stating that items have been tested and conform to requirements and testing methods of Underwriters Laboratories.

1.5 SITE CONDITIONS

Contractor will become familiar with details of the work, verify dimensions in the field, and advise Contracting Officer of discrepancies before performing work. Deviations from contract drawings will not be made without prior approval of Contracting Officer.

PART 2 PRODUCTS

2.1 MATERIALS

Do not use a combination of materials that forms an electrolytic couple of such nature that corrosion is accelerated in presence of moisture unless moisture is permanently excluded from the junction of such metals. Where

W912EP-11-R-0042 SECTION 26 41 00.00 20 Page 3 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

unusual conditions exist which would cause corrosion of conductors, provide conductors with protective coatings or oversize conductors. Where mechanical hazard is involved, increase conductor size to compensate for hazard or protect conductors by covering them with molding or tubing made of wood or nonmagnetic material. When metallic conduit or tubing is provided, electrically bond conductor to conduit or tubing at the upper and lower ends by clamp type connectors or welds (including exothermic).

2.1.1 Main and Bonding Conductors

NFPA 780 and UL 96 Class I, Class II, or Class II modified materials as applicable.

2.1.2 Copper

Provide copper conductors. Provide loop conductors that are comprised of copper conductors not smaller than No. 1/0 AWG.

2.2 COMPONENTS

2.2.1 Air Terminals

Provide terminals in accordance with UL 96, except provide Class II for Class I and Class II applications. Support air terminals more than 24 inches in length by suitable brace, with guides, not less than one-half the height of the terminal.

2.2.2 Ground Grid

Contractor shall connect the lightning protection system to the existing grounding grid.

2.2.3 Connections and Terminations

Provide connectors for splicing conductors that conform to UL 96, class as applicable. Conductor connections can be made by clamps or welds (including exothermic). Provide style and size connectors required for the installation.

2.2.4 Connector Fittings

Provide connector fittings for "end-to-end", "Tee", or "Y" splices that conform to NFPA 780.

2.2.5 Lightning Protection Components

Provide bonding plates, air terminal supports, chimney bands, clips, and fasteners that conform to UL 96 classes as applicable.

PART 3 EXECUTION

3.1 INTEGRAL SYSTEM

Lightning protection system consists of air terminals, roof conductors, down conductors, ground connections, grounding electrodes and ground loop conductor. Electrically interconnect lightning protection system to form the shortest distance to ground. Do not use nonconducting parts of the structure as part of the building's lightning protection system. Expose conductors on the structures except where conductors are required to be in

W912EP-11-R-0042 SECTION 26 41 00.00 20 Page 4 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

protective sleeves. Interconnect secondary conductors with grounded metallic parts within the building. Make interconnections within side-flash distances at or above the level of the grounded metallic parts.

3.1.1 Air Terminals

Air terminal design and support conforming to NFPA 780. Rigidly connect terminals to, and make electrically continuous with, roof conductors by means of pressure connectors or crimped joints of T-shaped malleable metal. Provide pressure connector or crimped joint with a dowel or threaded fitting to connect ground rod conductor with air terminal. Set air terminals at ends of structures not more than 2 feet from ends of ridges and corners of roofs. Do not exceed 25 feet in spacing of 2 foot high air terminals on ridges, parapets, and around perimeter of building with flat roofs. When necessary to exceed this spacing, increase specified height of air terminals not less than 2 inches for each one foot of increase over 25 feet. On large flat, or gently sloping roofs, as defined in NFPA 780, place air terminals at points of the intersection of imaginary lines dividing the surface into rectangles having sides not exceeding 50 feet in length. Secure air terminals against overturning either by attachment to the object to be protected or by means of a substantial tripod or other braces which are permanently and rigidly attached to the building or structure. Metal projections and metal parts of buildings such as smokestacks and other metal objects that are at least 3/16 inch thick and that do not contain hazardous materials, need not be provided with air terminals. However, bond these metal objects to a lightning conductor through a metal conductor of the same unit weight per length as the main conductor. Where metal ventilators are installed, mount air terminals thereon, where practical. Bond air terminals, erected by necessity adjacent to a metal ventilator, to the ventilator near the top and bottom. Where nonmetallic spires, steeples, or ventilators are present, mount air terminals to the side. In addition, where spires or steeples project more than 10 feet above the building, continue conductor from air terminal to nearest down conductor securely connect thereto.

3.1.2 Roof Conductors

Connect roof conductors directly to the roof or ridge roll. Avoid sharp bends or turns in conductors. Do not make turns of less than 8 inches. Preserve horizontal or downward course on conductors. Rigidly fasten conductors every 3 feet along the roof and down the building to the ground. Rigidly connect metal ventilators to the roof conductor at three places. Make connections electrically continuous. Course roof conductors along contours of flat roofs, ridges, parapets, and edges; and where necessary, over flat surfaces, in such a way as to join each air terminal to all the rest. Connect roof conductors surrounding tank tops, decks, flat surfaces, and flat roofs to form a closed loop.

3.1.3 Down Conductors

Make down conductors electrically continuous from air terminals and roof conductors to grounding electrodes. Course down conductors over outer extreme portions of the building, such as corners, with consideration given to location of ground connections and air terminals. Provide each building or structure not less than two down conductors located as widely separated as practicable, such as at diagonally opposite corners. Rectangular structures having gable, hip, or gambrel roofs more than 110 feet long, provide at least one additional down conductor for each additional 50 feet of length or fraction thereof. Install additional down conductors when

W912EP-11-R-0042 SECTION 26 41 00.00 20 Page 5 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

necessary to avoid "dead ends" or branch conductors exceeding 16 feet in length, ending at air terminals. Equally and symmetrically spaced down conductors about the perimeter of the structure. Protect conductors where necessary, to prevent physical damage or displacement to the conductor.

3.1.4 Interconnection of Metallic Parts

Connect metal doors, and gutters directly to ground or down conductors using not smaller than No. 6 copper conductor, or equivalent. Where there is probability of unusual wear, mechanical injury, or corrosion, provide conductors with greater electrical capacity than normal or protect the conductor. Provide mechanical ties or pressure connectors between grounds and metal doors and windows.

3.1.5 Ground Connections

Securely connect conductor forming continuations of down conductors from structure to grounding electrode in a manner to ensure electrical continuity between the two. Provide clamp type connections or welds (including exothermic) for continuation. Provide a ground connection for each down conductor. Attach down conductors to ground grid by welding (including exothermic), brazing, or clamping. Provide clamps suitable for direct burial. Protect ground connection from mechanical injury. Bond metal water pipes and other large underground metallic objects together with all grounding mediums. In making ground connections, take advantage of all permanently moist places where practicable, although avoid such places when area is wet with waste water that contains chemical substances, especially those corrosive to metal.

3.2 APPLICATIONS

3.2.1 Nonmetallic Exterior Walls with Metallic Roof

Bond metal roof sections together which are insulated from each other so that they are electrically continuous. Connect air terminals so that they are electrically continuous with the metal roof as well as the roof conductors and down conductors. Bond ridge cables and roof conductors to the roof at upper and lower edges of roof and at intervals not to exceed 100 feet. Bond down conductors to roof conductors and to lower edge of metal roof. Where metal of roof is in small sections, make connections between air terminals and down conductors to at least four sections of the metal roof. Make connections electrically continuous and have a surface contact of at least 3 square inches.

3.2.2 Metal Roofs with Metal Walls

Bond metal roof and metal walls so that they are electrically continuous and considered as one unit. Connect air terminals to and make them electrically continuous with the metal roof as well as the roof down conductors. Bond all roof conductors and down conductors to metal roof or metal walls at upper and lower edges at intervals not to exceed 100 feet. Make all connections electrically continuous and have surface contact of at least 3 square inches.

3.2.3 Steel Frame Building

Make the steel framework of the building electrically continuous. Electrical continuity may be provided by bolting, riveting, or welding unless another specific method is indicated. Connect air terminals to the

W912EP-11-R-0042 SECTION 26 41 00.00 20 Page 6 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

structural steel framework at the ridge. Provide short runs of conductors to join air terminals to the metal framework so that proper placing of air terminals is maintained. Separate down conductors from air terminals to ground connections are not required. Where water system enters the building, securely connect structural steel framework and water system at point of entrance by a ground connector. Make connections to pipes by means of ground clamps with lugs. Make connections to structural framework by means of nut and bolt or welding. Make connections between columns and ground connections at bottom of steel columns. Make ground connections to grounds or ground loop runs from not less than one-half of the columns distributed equally around perimeter of structure. When no water system enter the structure, run ground connections from steel columns distributed equally around the perimeter of the structure. Bond metal doors, windows, gutters, and similar metal installation to steel work of the building. Provide a grounding electrode for each ground connection.

3.2.4 Ramps and Covered Passageways

Ramps and covered passageways which are in the zone of protection of a lightning protection system, as defined by NFPA 780, need no additional lightning protection. However, ramps and covered passageways which are outside the zone of protection of a lightning protection system shall be provided with a lightning protection conforming to the requirements for lightning protection systems for buildings of similar construction. Place a down conductor and a driven ground at one of the corners where the ramp connects to each building or structure. Connect down conductor and driven ground to the ground loop or nearest ground connection of the building or structure. Where buildings or structures and connecting ramps are clad with metal, connect metal of the buildings or structures and metal of the ramp in a manner to ensure electrical continuity, in order to avoid the possibility of a flash-over or spark due to a difference in potential. Make connections electrically continuous and have a surface contact area of at least 3 square inches.

3.3 RESTORATION

Where sod has been removed, place sod as soon as possible after completing the backfilling. Restore to original condition the areas disturbed by trenching, storing of dirt, cable laying, and other work. Include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging or mulching in any restoration. Maintain disturbed surfaces and replacements until final acceptance.

3.4 FIELD QUALITY CONTROL

3.4.1 Grounding System Test

Test the grounding system to ensure continuity and that resistance to ground is not in excess of 10 ohms. Test the ground rod for resistance to ground before making connections to the rod. Tie the grounding system together and test for resistance to ground. Make resistance measurements in dry weather, not earlier than 48 hours after rainfall. Include in the written report: locations of ground rods, resistance, and soil conditions at the time that measurements were made. Submit results of each test to the Contracting Officer.

3.4.2 Lightning Protection System Inspection

Make visual inspections to verify that there are no loose connections which

W912EP-11-R-0042 SECTION 26 41 00.00 20 Page 7 Trash Rake and Rack Replacements at S-362, Palm Beach County, Florida

may result in high resistance joints, and that conductors and system components are securely fastened to their mounting surfaces and are protected against accidental mechanical displacement.

-- End of Section --

W912EP-11-R-0042 SECTION 26 41 00.00 20 Page 8