INVITATION FOR BIDS W9127N21B0006

CALIFORNIA, OREGON, WASHINGTON

WEST COAST HOPPER MAINTENANCE DREDGING 2021

PROJECT MANUAL

West Coast Hopper Maintenance Dredging 2021 California, Oregon, Washington

TABLE OF CONTENTS

00 10 00 SOLICITATION, OFFER, AND AWARD (SF 1442)

SF 30 INFORMATION ON AMENDMENT: NOT USED

00 10 00 SOLICITATION

00 21 00 INSTRUCTIONS

00 45 00 REPRESENTATIONS AND CERTIFICATIONS

00 72 00 GENERAL CONDITIONS

00 73 00 SUPPLEMENTARY CONDITIONS

GENERAL AND TECHNICAL REQUIREMENTS: SEE PROJECT TABLE OF CONTENTS

ATTACHMENTS

A1: Project Sign

A2: Floating Plant Inspection Checklist-Hoppers A3: Descriptive Sketch

A4: Spill Emergency Initial Report Form

A5: Daily Dredge Report

A6: Hydro_Survey_Request_Form

A7: WA State WQC MCR

A8: OR State WQC MCR

A9: WA State WQC LCR

A10: OR State WQC CR

A11: WQ Monitoring Plan MCR & CR

TOC-1 West Coast Hopper Maintenance Dredging 2021 California, Oregon, Washington

TABLE OF CONTENTS

A12: WQC Jurisdiction SPN Projects

A13: Sample Disposal Plan

A14: Sample Disposal Load Report

A15: Sample Daily Disposal Report

A16: Oregon Wage Determination 2021

A17: Washington Wage Determination 2021

A18: California Wage Determination 2021

A19: Overflow Report Form

A20: Notice to Mariners

A21: Subcontracting Plan Notice to Large Business

A22: CY Mile-Example

A23: Ullage Sensor Numbering Scheme

A24: SAMPLE-HOODS Conditions for USACE

A25: Contract File Name Conventions

A26: Reporting Plan for Sick, Injured, Dead, or Entangled Species

A27: Inadvertent Discovery Plan

A28: MSC Material Sieve Data

TOC-2

SOLICITATION, OFFER, 1. SOLICITATION NO. 2. TYPE OF SOLICITATION 3. DATE ISSUED PA GE OF PA GES AND AWARD X SEALED BID (IFB) 19-Feb-2021 W9127N21B0006 1 OF 59 (Construction, Alteration, or Repair) NEGOTIA TED (RFP)

IMPORTANT - The "offer" section on the reverse must be fully completed by offeror.

4. CONTRA CT NO. 5. REQUISITION/PURCHA SE REQUEST NO. 6. PROJECT NO.

7. ISSUED BY CODE W9127N 8. A DDRESS OFFER TO (If Other Than Item 7) CODE

USACE, PORTLAND DISTRICT 333 SW 1ST AVE See Item 7 PORTLAND OR 97204

TEL: FAX: TEL: FAX: 9. FOR INFORMA TION A . NA ME B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) CA LL:

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

Project: West Coast Hopper Maintenance Dredging 2021

Location: California, Oregon, Washington

Magnitude: Betw een $25,000,000 and $100,000,000

Socio-Economic: Unrestricted

11. The Contractor shall begin performance w ithin ______7 calendar days and complete it w ithin ______calendar days after receiving aw ard, X notice to proceed. This performance period is X mandatory, negotiable. (See ______Section 007300 .) 12 A . THE CONTRA CTOR MUST FURNISH A NY REQUIRED PERFORMA NCE A ND PA Y MENT BONDS? 12B. CA LENDA R DA Y S (If "YES," indicate within how many calendar days after award in Item 12B.) 7 X YES NO 13. ADDITIONAL SOLICITATION REQUIREMENTS: A. Sealed offers in original and ______1 copies to perform the w ork required are due at the place specified in Item 8 by ______02:00 PM (hour) local time ______22 Mar 2021 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due. B. An offer guarantee X is, is not required. C. All offers are subject to the (1) w ork 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 w ill not be considered and w ill 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 (M ust be fully completed by offeror) 14. NA ME A ND A DDRESS OF OFFEROR (Include ZIP Code) 15. TELEPHONE NO. (Include area code)

16. REMITTA NCE A DDRESS (Include only if different than Item 14)

See Item 14

CODE FACILITY CODE

17. The offeror agrees to perform the w ork required at the prices specified below in strict accordance w ith the terms of this solicitation, if this offer is accepted by the Government in w riting w ithin ______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. A CKNOWLEDGMENT OF A MENDMENTS (The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

A MENDMENT NO.

DA TE

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

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

22. A MOUNT 23. A CCOUNTING A ND A PPROPRIA TION DA TA

24. SUBMIT INV OICES TO A DDRESS SHOWN IN ITEM 25. OTHER THA N FULL A ND OPEN COMPETITION PURSUA NT TO (4 copies unless otherwise specified) 10 U.S.C. 2304(c) 41 U.S.C. 253(c)

26. A DMINISTERED BY CODE 27. PAYMENT WILL BE MADE BY: CODE

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE 28. NEGOTIATED AGREEMENT (Contractor is required to sign this 29. AWARD (Contractor is not required to sign this document.) document and return ______copies to issuing office.) Contractor agrees Your of f er on this solicitation, is hereby accepted as to the items listed. This award con- to f urnish and deliv er all items or perf orm all work, requisitions identif ied summates the contract, which consists of (a) the Gov ernment solicitation and on this f orm and any continuation sheets f or the consideration stated in this y our of f er, and (b) this contract award. No f urther contractual document is contract. The rights and obligations of the parties to this contract shall be necessary . gov erned by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certif ications, and specif ications or incorporated by ref er- ence in or attached to this contract. 30A . NA ME A ND TITLE OF CONTRA CTOR OR PERSON A UTHORIZED 31A. NAME OF CONTRACTING OFFICER (Type or print) TO SIGN (Type or print)

TEL: EMAIL: 30B. SIGNATURE 30C. DATE 31B. UNITED STA TES OF A MERICA 31C. A WA RD DA TE BY

NSN 7540-01-155-3212 STANDARD FORM 1442 BACK (REV. 4-85) Section 00 10 00 - Solicitation

CLIN TOTALS

SUBTOTAL FOR MANDATORY LINE ITEMS $

SUBTOTAL FOR OPTIONAL LINE ITEMS $

TOTAL FOR ALL LINE ITEMS $

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Job Mobilization and Demobilization FFP FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Job OPTION HUM, Incremental Start Up FFP FOB: Destination

NET AMT

00 10 00-1 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 300,000 Cubic Yard OPTION HUM, Bin Measure to Required Depth FFP HUM, Bin Measure to Required Depth, In Water Placement FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 200,000 Cubic Yard LCR Maintenance, Flow Lane Placement FFP LCR Maintenance, RM 3+00+00 to RM 25+00+00, Bin Measure, Flow Lane (FL) Placement FOB: Destination

NET AMT

00 10 00-2 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 650,000 Cubic Yard LCR, Pre/Post Dredge Survey FFP LCR Maintenance, RM 3+00+00 to RM 105+00+00, Pre/Post Dredge Survey FL Placement FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 350,000 Cubic Yard OPTION LCR, Pre/Post Dredge Survey FFP LCR Maintenance, RM 3+00+00 to RM 105+00+00, Pre/Post Dredge Survey FL Placement FOB: Destination

NET AMT

00 10 00-3 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 350,000 Cubic Yard OPTION LCR, Pre/Post Dredge Survey FFP LCR Maintenance, RM 3+00+00 to RM 105+00+00, Pre/Post Dredge Survey FL Placement FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 250,000 Cubic Yard LCR, Bin Measure to Required Depth FFP LCR Maintenance, RM 3+00+00 to RM 105+00+00, Bin Measure to Required Depth, FL Placement

FOB: Destination

NET AMT

00 10 00-4 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 1,100,000 Cubic Yard LCR Increment Transit Miles for Material FFP LCR Increment Transit Miles for Material Placement Site (other than five miles one-way),

FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 250 Miles LCR Intra-Project Transit Miles FFP FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 350,000 Cubic Yard MSC, SF-17 and SF-8 Placement FFP MSC, Bin Measure to Required Depth, In Water SF-17 and SF-8 Placement FOB: Destination

NET AMT

00 10 00-5

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 150,000 Cubic Yard OPTION MSC, SF-17 and SF-8 Placement FFP MSC, Bin Measure to Required Depth, In Water SF-17 and SF-8 Placement FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 1 Job OPTION MSC, Ocean Beach Pump Ashore (Mob/Demob) FFP MSC, Incremental Mobilization and Demobilization For Ocean Beach Pump Ashore Operations

FOB: Destination

NET AMT

00 10 00-6 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 225,000 Cubic Yard OPTION MSC, Ocean Beach Pump Ashore (O&M) FFP MSC, OBP, Increment for Operations and Maintenance Beach Placement, Ocean Beach Pump Ashore

FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 1,300,000 Cubic Yard MCR, Shallow Water Site FFP MCR, Bin Measure, Shallow Water Site (SWS) or North Jetty Site (NJS) Placement FOB: Destination

NET AMT

00 10 00-7 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0016 300,000 Cubic Yard OPTION MCR, Shallow Water Site FFP MCR, Bin Measure, Shallow Water Site (SWS) or North Jetty Site (NJS) Placement FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0017 250,000 Cubic Yard OPTION MCR, Shallow Water Site FFP MCR, Bin Measure, Shallow Water Site (SWS) or North Jetty Site (NJS) Placement

FOB: Destination

NET AMT

00 10 00-8 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0018 300,000 Cubic Yard MCR, Increment for O&M FFP MCR, Bin Measure, Increment for Operations and Maintenance Deep Water Site (DWS) Placement FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0019 300,000 Cubic Yard OPTION MCR, Increment for O&M FFP MCR, Bin Measure, Increment for Operations and Maintenance Deep Water Site (DWS) Placement FOB: Destination

NET AMT

00 10 00-9 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0020 250,000 Cubic Yard OPTION MCR, Increment for O&M FFP MCR, Bin Measure, Increment for Operations and Maintenance Deep Water Site (DWS) Placement FOB: Destination

NET AMT

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE

0001 N/A N/A N/A N/A

0002 N/A N/A N/A N/A

0003 N/A N/A N/A N/A

0004 N/A N/A N/A N/A

0005 N/A N/A N/A N/A

0006 N/A N/A N/A N/A

0007 N/A N/A N/A N/A

0008 N/A N/A N/A N/A

0009 N/A N/A N/A N/A

0010 N/A N/A N/A N/A

0011 N/A N/A N/A N/A

0012 N/A N/A N/A N/A

0013 N/A N/A N/A N/A

0014 N/A N/A N/A N/A

00 10 00-10 0015 N/A N/A N/A N/A

0016 N/A N/A N/A N/A

0017 N/A N/A N/A N/A

0018 N/A N/A N/A N/A

0019 N/A N/A N/A N/A

0020 N/A N/A N/A N/A

AFARS 5132.702(A)(II)(B) “Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.”

00 10 00-11 Section 00 21 00 - Instructions

BIDDER INQUIRIES BIDDER INQUIRIES

All inquiries regarding this solicitation are to be submitted via ProjNet-Bid. Telephone and email inquiries will not be accepted. ProjNet-Bid is a web-based program that allows bidders to post questions regarding the solicitation and to view all questions by other bidders and answers by USACE.

ProjNet-Bid can be accessed through ProjNet at https://www.projnet.org/projnet/.

To access the ProjNet-Bid website the first time:

A. Register B. Click Quick Add Key (the agency is USACE.) C. Enter the following information for access: 1) The Bidder Inquiry Key: GIA9EB-ZYVS35 2) Valid business contact information (e.g. Company name, contact person, business address, phone number and email address). (required on first project only) 3) Establish secret question and answer which will be used as a password. (required on first project only) D. For subsequent access use your email address, the Bid Inquiry Key and response to the secret question to access the ProjNet-Bid Module. E. Submit questions or review questions and answers. (A bidder who submits a question will receive an automated email notification that their question has been received. When an answer is posted to a question, the question and answer is then available for all other bidders to review. F. For a specific step-by-step for POSTING YOUR INQUIRIES, is available in the Reference link on the Contract Viewer. G. For questions about the ProjNet-Bid, please contact the Call Center help desk. The contact information is listed on the ProjNet website.

No response will be posted to inquiries after the close of business on the third business day preceding the solicitation due date. All bidders will be held to have reviewed the questions and responses in ProjNet-Bid prior to bid submission. Nothing in the solicitation is changed unless an amendment is issued.

BID SUBMISSION

A. Administrative Details and General Instructions.

1) General Bid Format. Submit bid documentation in Adobe Acrobat PDF format (filename extension “.pdf”), suitable for viewing in Adobe Reader. HARD COPY/PAPER PROPOSAL SUBMISSIONS WILL NOT BE CONSIDERED. Bidders shall bookmark and label each electronic PDF to afford easy identification from the bid table of contents.

2) Title Page. The title page must include the bidder’s name and address, phone number and email address, title of the solicitation, solicitation number, and date of submittal.

3) Table of Contents. The proposal shall contain a detailed table of contents.

4) Font, Page Size, and Margins. Pages containing text are expected to be 8 ½ x 11 inches with at least one-inch margins at the top, bottom, and both sides. Paragraphs should be separated by at least one blank line. A standard 12-point font in either Arial or Times New Roman is required.

5) Requirement. In order for a bid to be considered it MUST be prepared in ENGLISH. Proprietary information must be clearly marked.

00 21 00-1 B. Submission of Bids

Bidders shall submit their bids via email to the following individuals by no later than the date and time established in Block 13 of the Standard Form (SF) 1442, or Block 14 of the most recently issued SF 30 as applicable:

Kristina K. Morrow, Contracting Officer [email protected] Jordan M. Quantock, Contract Specialist [email protected] Each email shall contain the following information: Solicitation No. W9127N21B0006 Bid Due Date and Time: 22 March 2021

Bids received after the date and time stated within Block 13 of the SF1442, or Block 14 of the most recently issued SF 30 as applicable, will be considered late and will not be considered for award.

To avoid rejection of an offer, the offeror must make every effort to ensure its electronic submission is virusfree. Bids, or portions thereof, submitted with the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR 14.406.

Bidders should enter a description for every file submitted. For files over 20 megabytes (MB) the bidders shall break the file into smaller files sent via separate emails with each email marked to identify which number the email is relative to the total number of emails submitted (i.e. “email one of four”). Once all of the emails submitted have been received the Government will confirm receipt via responsive email. If a bidder submits multiple bids the Government will only consider the last bid submitted prior to the bid due date and time.

Do not assume submission will be instantaneous. File size and number of files submitted shall be considered. Bidder/Teammate/Subcontractors should allow adequate time for submission completion because the entire bid (i.e. bidders’ submission and all teammate/subcontractor(s) independent submissions) must be received by the bid due date and time specified in Block 13 of SF 1442, or SF 30 as applicable.

Electronic submission of bids satisfies the requirement set forth in Block 13A of the SF 1442 (‘…in original and ___ copies…”). Additionally, electronic submission of the bid guarantee, when a bid guarantee is required, is due with the bid submission. Mailing a bid guarantee for submission is not allowed.

BID OPENING

Bidders are advised there will NOT be a physical bid opening held for this invitation for bids. The bid opening will be held telephonically via conference call at 3:00 pm on the date bids are due. Due to the requirement that bids be submitted electronically only, the bid opening is scheduled to take place one hour following the bid due date and time in order to allow the contracting office time to download all bid documents submitted. The USACE Portland District will not accept any hard copy documentation submitted in response to this invitation for bids.

Bidders wishing to participate in the telephonic bid opening shall email a list of participants to both Ms. Kristina Morrow and Mr. Jordan Quantock no later than the close of business 24 hours prior to the bid due date and time. Please reference “West Coast Hopper Dredging FY21” in the email subject line. A responsive email will be sent to the bidder, which will include confirmation of the list of participants, the conference call-in telephone number, and the security passcode for participants to utilize for the telephonic bid opening.

HARD COPY SUBMISSIONS WILL NOT BE CONSIDERED.

00 21 00-2 CLAUSES INCORPORATED BY REFERENCE

52.204-22 Alternative Line Item Proposal JAN 2017 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 252.236-7008 Contract Prices-Bidding Schedules DEC 1991

CLAUSES INCORPORATED BY FULL TEXT

52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

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

Electronic Funds Transfer (EFT) indicator means a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the commercial, nonprofit, or Government entity to establish additional System for Award Management records for identifying alternative EFT accounts (see subpart 32.11) for the same entity.

Registered in the System for Award Management (SAM) means that--

(1) The Offeror has entered all mandatory information, including the unique entity identifier and the EFT indicator, if applicable, the Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see subpart 4.14) into SAM;

(2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in SAM;

(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and

(4) The Government has marked the record ``Active''.

Unique entity identifier means a number or other identifier used to identify a specific commercial, nonprofit, or Government entity. See www.sam.gov for the designated entity for establishing unique entity identifiers.

(b)(1) An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of 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 ``Unique Entity Identifier'' followed by the unique entity identifier that identifies the Offeror's name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in SAM.

(c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. The Offeror should be prepared to provide the following information:

(1) Company legal business name.

00 21 00-3 (2) Tradestyle, doing business, or other name by which your entity is commonly recognized.

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

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

(5) Company telephone number.

(6) Date the company was started.

(7) Number of employees at your location.

(8) Chief executive officer/key manager.

(9) Line of business (industry).

(10) Company headquarters name and address (reporting relationship within your entity).

(d) Processing time should be taken into consideration when registering. Offerors who are not registered in SAM should consider applying for registration immediately upon receipt of this solicitation. See https://www.sam.gov for information on registration.

(End of Provision)

52.204-22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017)

(a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror's practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror.

(b) The Offeror may submit one or more additional proposals with alternative line items, provided that alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable.

(End of provision)

52.214-3 AMENDMENTS TO INVITATIONS FOR BIDS (DEC 2016)

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

(b) (1) Bidders shall acknowledge receipt of any amendment to this solicitation--

(i) By signing and returning the amendment;

(ii) By identifying the amendment number and date in space provided for this purpose on the form for submitting a bid;

00 21 00-4

(iii) By letter;

(iv) By facsimile, if facsimile bids are authorized in the solicitation; or

(v) By email, if email bids are authorized in the solicitation.

(2) The Government must receive the acknowledgement by the time and at the place specified for receipt of bids.

(End of provision)

52.214-4 FALSE STATEMENTS IN BIDS (APR 1984)

Bidders must provide full, accurate, and complete information as required by this solicitation and its attachments. The penalty for making false statements in bids is prescribed in 18 U.S.C. 1001.

(End of provision)

52.214-5 SUBMISSION OF BIDS (DEC 2016)

(a) Bids and bid modifications shall be submitted in sealed envelopes or packages (unless submitted by electronic means) (1) addressed to the office specified in the solicitation, and (2) showing the time and date specified for receipt, the solicitation number, and the name and address of the bidder.

(b) Bidders using commercial carrier services shall ensure that the bid is addressed and marked on the outermost envelope or wrapper as prescribed in subparagraphs (a)(1) and (2) of this provision when delivered to the office specified in the solicitation.

(c) Facsimile bids, modifications, or withdrawals, will not be considered unless authorized by the solicitation.

(d) Bids submitted by electronic commerce shall be considered only if the electronic commerce method was specifically stipulated or permitted by the solicitation.

(End of provision)

52.214-7 LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF BIDS (NOV 1999)

(a) Bidders are responsible for submitting bids, and any modifications or withdrawals, so as to reach the Government office designated in the invitation for bids (IFB) by the time specified in the IFB. If no time is specified in the IFB, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that bids are due.

(b)(1) Any bid, modification, or withdrawal received at the Government office designated in the IFB after the exact time specified for receipt of bids is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late bid would not unduly delay the acquisition; and--

(i) If it was transmitted through an electronic commerce method authorized by the IFB, 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 bids; or

00 21 00-5 (ii) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of bids and was under the Government's control prior to the time set for receipt of bids.

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

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

(d) If an emergency or unanticipated event interrupts normal Government processes so that bids cannot be received at the Government office designated for receipt of bids by the exact time specified in the IFB and urgent Government requirements preclude amendment of the IFB, the time specified for receipt of bids 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.

(e) Bids may be withdrawn by written notice received at any time before the exact time set for receipt of bids. If the IFB authorizes facsimile bids, bids may be withdrawn via facsimile received at any time before the exact time set for receipt of bids, subject to the conditions specified in the provision at 52.214-31, Facsimile Bids. A bid may be withdrawn in person by a bidder or its authorized representative if, before the exact time set for receipt of bids, the identity of the person requesting withdrawal is established and the person signs a receipt for the bid.

(End of provision)

52.214-18 PREPARATION OF BIDS--CONSTRUCTION (APR 1984)

(a) Bids 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 bid must initial each erasure or change appearing on any bid form.

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

(1) Lump sum bidding;

(2) Alternate prices;

(3) Units of construction; or

(4) Any combination of subparagraphs (1) through (3) above.

(c) If the solicitation requires bidding on all items, failure to do so will disqualify the bid. If bidding on all items is not required, bidders should insert the words "no bid" in the space provided for any item on which no price is submitted.

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

(End of provision)

52.214-19 CONTRACT AWARD--SEALED BIDDING--CONSTRUCTION (AUG 1996)

(a) The Government will evaluate bids in response to this solicitation without discussions and will award a contract to the responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government, considering only price and the price-related factors specified elsewhere in the solicitation.

00 21 00-6

(b) The Government may reject any or all bids, and waive informalities or minor irregularities in bids received.

(c) The Government may accept any item or combination of items, unless doing so is precluded by a restrictive limitation in the solicitation or the bid.

(d) The Government may reject a bid as nonresponsive if the prices bid are materially unbalanced between line items or subline items. A bid is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the bid will result in the lowest overall cost to the Government even though it may be the low evaluated bid, or if it is so unbalanced as to be tantamount to allowing an advance payment.

(End of provison)

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a firm-fixed price construction contract resulting from this solicitation.

(End of provision)

52.217-5 EVALUATION OF OPTIONS (JUL 1990)

Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).

(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

4.5% 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

00 21 00-7 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;

(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 Portland, Multnomah County, Oregon, and Humboldt County, California.

(End of provision)

52.225-12 NOTICE OF BUY AMERICAN REQUIREMENT-- CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS (MAY 2014)

(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 -- 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 statute 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 statute 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 statute, 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.

00 21 00-8 (d) Alternate offers. (1) When an offer includes foreign construction material, other than designated country construction material, 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.

(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, and the offeror shall be required to furnish such domestic or designated country 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)

52.228-1 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 . 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)

52.233-2 SERVICE OF PROTEST (SEP 2006)

(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

Contracting Officer (CECT-NWP-P) Department of the Army

00 21 00-9 Portland District, Corps of Engineers P. O. Box 2946 Portland, Oregon 97208-2946

(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)

(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.

(End of provision)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/

(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 DFARS (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)

00 21 00-10 Section 00 45 00 - Representations and Certifications

CLAUSES INCORPORATED BY REFERENCE

252.203-7005 Representation Relating to Compensation of Former DoD NOV 2011 Officials

CLAUSES INCORPORATED BY FULL TEXT

52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)

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

(2) The small business size standard is $30,000,000.

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

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

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

( ) Paragraph (d) applies.

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

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

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

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

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

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

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

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

00 45 00-1 (iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

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

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

(B) Exceed the simplified acquisition threshold; and

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

00 45 00-2 (xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

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

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

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

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

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

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

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

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

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

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

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

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

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

[Contracting Officer check as appropriate.]

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

XX (ii) 52.204-20, Predecessor of Offeror.

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

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

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

00 45 00-3 (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA- Designated Products (Alternate I only).

(vii) 52.227-6, Royalty Information.

(A) Basic.

(B) Alternate I.

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

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

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

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

(End of provision)

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)

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

Commercial and Government Entity (CAGE) code means—

(1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity by unique location; or

(2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code.

(b) The Offeror shall provide its CAGE code with its offer with its name and location address or otherwise include it prominently in its proposal. The CAGE code must be for that name and location address. Insert the word "CAGE" before the number. The CAGE code is required prior to award.

00 45 00-4 (c) CAGE codes may be obtained via--

(1) Registration in the System for Award Management (SAM) at www.sam.gov. If the Offeror is located in the United States or its outlying areas and does not already have a CAGE code assigned, the DLA Commercial and Government Entity (CAGE) Branch will assign a CAGE code as a part of the SAM registration process. SAM registrants located outside the United States and its outlying areas shall obtain a NCAGE code prior to registration in SAM (see paragraph (c)(3) of this provision).

(2) The DLA Commercial and Government Entity (CAGE) Branch. If registration in SAM is not required for the subject procurement, and the Offeror does not otherwise register in SAM, an Offeror located in the United States or its outlying areas may request that a CAGE code be assigned by submitting a request at https://cage.dla.mil.

(3) The appropriate country codification bureau. Entities located outside the United States and its outlying areas may obtain an NCAGE code by contacting the Codification Bureau in the foreign entity's country if that country is a member of NATO or a sponsored nation. NCAGE codes may be obtained from the NSPA at https://eportal.nspa.nato.int/AC135Public/scage/CageList.aspx if the foreign entity's country is not a member of NATO or a sponsored nation. Points of contact for codification bureaus, as well as additional information on obtaining NCAGE codes, are available at http://www.nato.int/structur/AC/135/main/links/contacts.htm.

(d) Additional guidance for establishing and maintaining CAGE codes is available at https://cage.dla.mil.

(e) When a CAGE code is required for the immediate owner and/or the highest-level owner by Federal Acquisition Regulation (FAR) 52.204-17 or 52.212-3(p), the Offeror shall obtain the respective CAGE code from that entity to supply the CAGE code to the Government.

(f) Do not delay submission of the offer pending receipt of a CAGE code.

(g) If the solicitation includes FAR clause 52.204-2, Security Requirements, a subcontractor requiring access to classified information under a contract shall be identified with a CAGE code on the DD Form 254. The Contractor shall require a subcontractor requiring access to classified information to provide its CAGE code with its name and location address or otherwise include it prominently in the proposal. Each location of subcontractor performance listed on the DD Form 254 is required to reflect a corresponding unique CAGE code for each listed location unless the work is being performed at a Government facility, in which case the agency location code shall be used. The CAGE code must be for that name and location address. Insert the word "CAGE" before the number. The CAGE code is required prior to award.

(End of Provision)

52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)

(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

00 45 00-5 (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.

(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 System for Award Management, which can be accessed via https://www.sam.gov (see 52.204-7).

(End of provision)

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

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

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

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

00 45 00-6 checking one of the following boxes:

__ (i) Paragraph (e) applies.

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

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

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

(ii) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus--Representation. Applies to all solicitations with institutions of higher education.

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

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

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

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

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

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

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

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

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

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

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

____ Use with Alternate I.

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

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

____ Use with Alternate I.

00 45 00-7

____ Use with Alternate II.

____ Use with Alternate III.

____ Use with Alternate IV.

____ Use with Alternate V.

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

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

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

FAR/DFARS Clause # Title Date Change

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

(End of provision)

00 45 00-8 Section 00 70 00 - Conditions of the Contract

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 N/A N/A N/A Government 0002 N/A N/A N/A Government 0003 N/A N/A N/A Government 0004 N/A N/A N/A Government 0005 N/A N/A N/A Government 0006 N/A N/A N/A Government 0007 N/A N/A N/A Government 0008 N/A N/A N/A Government 0009 N/A N/A N/A Government 0010 N/A N/A N/A Government 0011 N/A N/A N/A Government 0012 N/A N/A N/A Government 0013 N/A N/A N/A Government 0014 N/A N/A N/A Government 0015 N/A N/A N/A Government 0016 N/A N/A N/A Government 0017 N/A N/A N/A Government 0018 N/A N/A N/A Government 0019 N/A N/A N/A Government 0020 N/A N/A N/A Government

00 70 00-1 Section 00 72 00 - General Conditions

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions JUN 2020 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government JUN 2020 52.203-7 Anti-Kickback Procedures JUN 2020 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or MAY 2014 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal JUN 2020 Transactions 52.203-13 Contractor Code of Business Ethics and Conduct JUN 2020 52.203-17 Contractor Employee Whistleblower Rights and Requirement JUN 2020 To Inform Employees of Whistleblower Rights 52.203-19 Prohibition on Requiring Certain Internal Confidentiality JAN 2017 Agreements or Statements 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber MAY 2011 Content Paper 52.204-10 Reporting Executive Compensation and First-Tier JUN 2020 Subcontract Awards 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-19 Incorporation by Reference of Representations and DEC 2014 Certifications. 52.204-23 Prohibition on Contracting for Hardware, Software, and JUL 2018 Services Developed or Provided by Kaspersky Lab and Other Covered Entities. 52.204-24 Representation Regarding Certain Telecommunications and AUG 2020 Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications AUG 2020 and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-- DEC 2019 Representation. 52.209-6 Protecting the Government's Interest When Subcontracting JUN 2020 With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding OCT 2018 Responsibility Matters 52.209-10 Prohibition on Contracting With Inverted Domestic NOV 2015 Corporations 52.211-13 Time Extensions SEP 2000 52.214-27 Price Reduction for Defective Certified Cost or Pricing Data - JUN 2020 Modifications - Sealed Bidding 52.214-28 Subcontractor Certified Cost Or Pricing Data--Modifications- JUN 2020 -Sealed Bidding 52.219-4 Notice of Price Evaluation Preference for HUBZone Small MAR 2020 Business Concerns 52.219-8 Utilization of Small Business Concerns OCT 2018 52.219-9 Alt I Small Business Subcontracting Plan (JUN 2020) Alternate I NOV 2016 52.219-16 Liquidated Damages-Subcontracting Plan JAN 1999 52.222-3 Convict Labor JUN 2003

00 72 00-1 52.222-4 Contract Work Hours and Safety Standards - Overtime MAY 2018 Compensation 52.222-6 Construction Wage Rate Requirements AUG 2018 52.222-7 Withholding of Funds MAY 2014 52.222-8 Payrolls and Basic Records AUG 2018 52.222-9 Apprentices and Trainees JUL 2005 52.222-10 Compliance with Copeland Act Requirements FEB 1988 52.222-11 Subcontracts (Labor Standards) MAY 2014 52.222-12 Contract Termination-Debarment MAY 2014 52.222-13 Compliance With Construction Wage Rate Requirements and MAY 2014 Related Regulations 52.222-14 Disputes Concerning Labor Standards FEB 1988 52.222-15 Certification of Eligibility MAY 2014 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-27 Affirmative Action Compliance Requirements for APR 2015 Construction 52.222-37 Employment Reports on Veterans JUN 2020 52.222-40 Notification of Employee Rights Under the National Labor DEC 2010 Relations Act 52.222-50 Combating Trafficking in Persons OCT 2020 52.222-54 Employment Eligibility Verification OCT 2015 52.222-55 Minimum Wages Under Executive Order 13658 DEC 2015 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017 52.223-2 Affirmative Procurement of Biobased Products Under Service SEP 2013 and Construction Contracts 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging JUN 2020 While Driving 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent JUN 2020 52.227-2 Notice And Assistance Regarding Patent And Copyright JUN 2020 Infringement 52.227-4 Patent Indemnity-Construction Contracts DEC 2007 52.228-2 Additional Bond Security OCT 1997 52.228-11 Pledges Of Assets AUG 2018 52.228-12 Prospective Subcontractor Requests for Bonds MAY 2014 52.228-14 Irrevocable Letter of Credit NOV 2014 52.229-3 Federal, State And Local Taxes FEB 2013 52.232-5 Payments under Fixed-Price Construction Contracts MAY 2014 52.232-17 Interest MAY 2014 52.232-23 Assignment Of Claims MAY 2014 52.232-27 Prompt Payment for Construction Contracts JAN 2017 52.232-33 Payment by Electronic Funds Transfer--System for Award OCT 2018 Management 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business DEC 2013 Subcontractors 52.233-1 Disputes MAY 2014 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.236-5 Material and Workmanship APR 1984 52.236-6 Superintendence by the Contractor APR 1984 52.236-8 Other Contracts APR 1984 52.236-9 Protection of Existing Vegetation, Structures, Equipment, APR 1984 Utilities, and Improvements

00 72 00-2 52.236-10 Operations and Storage Areas APR 1984 52.236-11 Use and Possession Prior to Completion APR 1984 52.236-12 Cleaning Up APR 1984 52.236-16 Quantity Surveys APR 1984 52.236-17 Layout of Work APR 1984 52.236-21 Specifications and Drawings for Construction FEB 1997 52.236-26 Preconstruction Conference FEB 1995 52.242-5 Payments to Small Business Subcontractors JAN 2017 52.242-13 Bankruptcy JUL 1995 52.242-14 Suspension of Work APR 1984 52.244-6 Subcontracts for Commercial Items OCT 2020 52.246-12 Inspection of Construction AUG 1996 52.248-3 Value Engineering-Construction OCT 2020 52.249-2 Alt I Termination for Convenience of the Government (Fixed- SEP 1996 Price) (Apr 2012) - Alternate I 52.249-10 Default (Fixed-Price Construction) APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD SEP 2011 Officials 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- DEC 2008 Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7004 Display of Hotline Posters AUG 2019 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7006 Billing Instructions OCT 2005 252.204-7012 Safeguarding Covered Defense Information and Cyber DEC 2019 Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation MAY 2016 Support 252.204-7016 Covered Defense Telecommunications Equipment or Services DEC 2019 -- Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense DEC 2019 Telecommunications Equipment or Services -- Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense DEC 2019 Telecommunications Equipment or Services 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By MAY 2019 The Government of a Country that is a State Sponsor of Terrorism 252.219-7003 Small Business Subcontracting Plan (DOD Contracts) DEC 2019 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements DEC 2010 252.223-7004 Drug Free Work Force SEP 1988 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7012 Preference For Certain Domestic Commodities DEC 2017 252.225-7048 Export-Controlled Items JUN 2013 252.227-7033 Rights in Shop Drawings APR 1966 252.232-7003 Electronic Submission of Payment Requests and Receiving DEC 2018 Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.236-7000 Modification Proposals-Price Breakdown DEC 1991 252.236-7002 Obstruction of Navigable Waterways DEC 1991 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items OCT 2020 252.247-7023 Transportation of Supplies by Sea FEB 2019

00 72 00-3

CLAUSES INCORPORATED BY FULL TEXT

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 judgement of the Contracting Officer, is justified.

52.214-26 AUDIT AND RECORDS--SEALED BIDDING (JUN 2020)

(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) Certified cost or pricing data. If the Contractor has been required to submit certified cost or pricing data in connection with the pricing of any modification 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 modification;

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

(3) Pricing of the modification; or

(4) Performance of the modification.

(c) Comptroller General. In the case of pricing any modification, the Comptroller General of the United States, or an authorized representative, shall have the same rights as specified in paragraph (b) of this clause and also the right to interview any current employee regarding such transactions.

(d) Availability. The Contractor shall make available at its office at all reasonable times the materials described in reproduction, until 3 years after final payment under this contract, or for any other period specified in Subpart 4.7 of the Federal Acquisition Regulation (FAR). FAR Subpart 4.7, Contractor Records Retention, in effect on the data of this contract, is incorporated by reference in its entirety and made a part of this contract.

(1) If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement.

(2) Records pertaining to appeals under the Disputes clause or to litigation or the settlement of claims arising under or relating to the performance of this contract shall be made available until disposition of such appeals, litigation, or claims.

(e) Subcontracts. The Contractor shall insert a clause containing all the provisions of this clause, including this

00 72 00-4 paragraph (e), in all subcontracts expected to exceed the threshold for submission of certified cost or pricing data in FAR 15.403-4(a)(1) on the date of subcontract award.

(End of clause)

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

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor as outlined below. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

Optional CLINs 0002 and 0003: At contract award. Optional CLINs 0013 and 0014: No later than 1 May 2021. Optional CLINs 0006 and 0007: Prior to the completion of all LCR base work and all awarded MCR work. Optional CLIN 0012: Prior to completion of CLIN 0011. Optional CLINs 0016, 0017, 0019, and 0020: Prior to completion of all base MCR work.

(End of clause)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAY 2020)

(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 (d) 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 any of the small business concerns identified in 19.000(a)(3) prior to award of this contract, the Contractor shall rerepresent its size and socioeconomic status according to paragraph (f) of this clause or, if applicable, paragraph (h) of this clause, upon 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--

00 72 00-5 (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) If the Contractor represented that it was any of the small business concerns identified in 19.000(a)(3) prior to award of this contract, the Contractor shall rerepresent its size and socioeconomic status according to paragraph (f) of this clause or, if applicable, paragraph (h) of this clause, when the Contracting Officer explicitly requires it for an order issued under a multiple-award contract.

(d) 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(s) assigned to this contract. The small business size standard corresponding to this NAICS code(s) can be found at https://www.sba.gov/document/support--table-size-standards.

(e) 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.

(f) Except as provided in paragraph (h) of this clause, the Contractor shall make the representation(s) required by paragraph (b) and (c) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, 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, or with its offer for an order (see paragraph (c) of this clause), that the data have been validated or updated, and provide the date of the validation or update.

(g) 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 (f) or (h) of this clause.

(h) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM 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:

(1) The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code assigned to contract number .

(2) [Complete only if the Contractor represented itself as a small business concern in paragraph (h)(1) of this clause.] The Contractor represents that it [ ] is, [ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002.

(3) [Complete only if the Contractor represented itself as a small business concern in paragraph (h)(1) of this clause.] The Contractor represents that it [ ] is, [ ] is not a women-owned small business concern.

(4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the Contractor represented itself as a women-owned small business concern in paragraph (h)(3) of this clause.] The Contractor represents that--

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

(ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (h)(4)(i) of this clause is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture.

[The Contractor shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: .] Each WOSB concern

00 72 00-6 eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation.

(5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the Contractor represented itself as a women-owned small business concern eligible under the WOSB Program in (h)(4) of this clause.] The Contractor represents that--

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

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

(6) [Complete only if the Contractor represented itself as a small business concern in paragraph (h)(1) of this clause.] The Contractor represents that it [ ] is, [ ] is not a veteran-owned small business concern.

(7) [Complete only if the Contractor represented itself as a veteran-owned small business concern in paragraph (h)(6) of this clause.] The Contractor represents that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern.

(8) [Complete only if the Contractor represented itself as a small business concern in paragraph (h)(1) of this clause.] The Contractor represents that--

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

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

[Contractor to sign and date and insert authorized signer's name and title.]

(End of clause)

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

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

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

00 72 00-7 (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)

52.222-27 AFFIRMATIVE ACTION COMPLIANCE REQUIREMENTS FOR CONSTRUCTION (APR 2015)

(a) Definitions. “Covered area” means the geographical area described in the solicitation for this contract.

“Deputy Assistant Secretary” means the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, or a designee.

“Employer’s identification number” means the Federal Social Security number used on the employer’s quarterly Federal tax return, U.S. Treasury Department Form 941.

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

“Minority” 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 , 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).

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

(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

00 72 00-8 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 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--

00 72 00-9 (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

(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

00 72 00-10 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 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.

(o) 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

00 72 00-11 under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

(End of clause)

52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)

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

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

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

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

(End of clause)

52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)

(a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities.

(b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of the threshold specified in Federal Acquisition Regulation (FAR) 22.1408(a) on the date of subcontract award, unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.

(End of clause)

52.225-11 BUY AMERICAN--CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS (OCT 2019)

00 72 00-12 (a) Definitions. As used in this clause--

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

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

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

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

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

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

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

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

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

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

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

Cost of components means--

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

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

Designated country means any of the following countries:

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

00 72 00-13 (2) A Free Trade Agreement (FTA) country (Australia, Bahrain, Canada, Chile, Colombia, Costa Rica, Dominican Republic, El Salvador, Guatemala, Honduras, Korea (Republic of), Mexico, Morocco, Nicaragua, Oman, Panama, Peru, or Singapore);

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

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

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

Domestic construction material means--

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

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

(i) 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 nonavailability determinations have been made are treated as domestic; or

(ii) The construction material is a COTS item.

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—

(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.

00 72 00-14 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 41 U.S.C. chapter 83, Buy American, by providing a preference for domestic construction material. In accordance with 41 U.S.C. 1907, the component test of the Buy American statute 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 Free Trade Agreements (FTAs) apply to this acquisition. Therefore, the Buy American restrictions are waived for designated country construction materials.

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

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

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

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

(i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the restrictions of the Buy American statute is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent;

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

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

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

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

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

(B) Unit of measure;

(C) Quantity;

(D) Price;

(E) Time of delivery or availability;

(F) Location of the construction project;

00 72 00-15 (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 statute applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(4)(i) of this clause.

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

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

Foreign and Domestic Construction Materials Price Comparison ------Construction material description Unit of measure Quantity Price (dollars) \1\ ------Item 1: Foreign construction material...... Domestic construction material...... Item 2: Foreign construction material...... Domestic construction material...... ------\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)

52.228-15 PERFORMANCE AND PAYMENT BONDS--CONSTRUCTION (JUN 2020)

(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

00 72 00-16 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 valued at or below the threshold specified in Federal Acquisition Regulation 28.102-1(a) on the date of award of this contract, 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.

(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)

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

The Contractor shall perform on the site, and with its own organization, work equivalent to at least twenty-five (25) percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government.

(End of clause)

52.236-2 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

00 72 00-17 (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 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)

52.236-7 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

00 72 00-18 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)

52.236-13 ACCIDENT PREVENTION (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.

(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

00 72 00-19 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)

52.243-4 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.

(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

00 72 00-20 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)

52.252-2 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): https://www.acquisition.gov/

(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 DFARS (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(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

00 72 00-21

(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:

Title File Drawing No.

(End of clause)

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

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

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

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

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

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

(i) Actual mobilization costs at completion of mobilization;

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

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

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

00 72 00-22 Section 00 73 00 - Supplementary Conditions

CONTRACT ADMIN CONTRACT ADMINISTRATOR

Contract will be administered by:

Department of the Army, Portland District Vancouver Resident Office 4480 SE Columbia Way Vancouver, WA 98661-5580

Name: To be provided at Preconstruction Meeting. Telephone: To be provided at Preconstruction Meeting.

INVOICE SUBMITTAL

Invoices must be submitted through RMS Contractor’s Mode (RMS CM), with a courtesy copy emailed to the Administrative Contracting Officer and the Project Engineer. Email addresses to be provided after award.

INSURANCE a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract, at least the kinds and minimum amounts of insurance required by this Clause as follows:

TYPE AMOUNT 1) Workman's Compensation and Employer's Liability As legally required by the State (including Federal Longshoremen and Harbor Worker's wherein the work is being performed. Insurance)

2) Comprehensive General Liability Insurance Personal Injury Liability: Personal Injury Liability: $5 million per person $5 million per occurrence Property Damage (may be included in general aggregate limits or combined single unit coverage): $5 million per occurrence

3) Automobile Liability: Personal Injury Liability: $1 million per person $1 million per occurrence Property Damage (may be included in general aggregate limits or combined single unit coverage): $1 million per occurrence

4) If single general aggregate limits or combined single unit coverage is obtained for General Liability and/or Automobile Liability coverage, minimum amounts shall be the sum of the personal injury and property damage

00 73 00-1 coverage required above. Umbrella Form Excess Liability insurance coverage shall be added to general liability and automobile liability coverage to determine if minimum insurance limits are met. b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed prescribe, or (2) until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. c. The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.

CPARS Contractor Performance Assessment Reporting System

In accordance with Engineering Regulation 415-1-17, Construction Contractor Performance Evaluations, dated 24 January 2012, It is USACE policy that the Procuring Contracting Officer (PCO), or designated representative of the construction office responsible for monitoring contractor performance, will evaluate construction contractor’s performance and prepare a performance evaluation report in the Contractor Performance Assessment Reporting System (CPARS). The Contractor shall be briefed on the CPARS process at the time of the Preconstruction Conference.

CLAUSES INCORPORATED BY FULL TEXT

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

Commencement of work under this contract as follows:

(a) Commence work at LCR between 15 June 2021 to 10 July 2021.

(b) Complete all BASE line item work at LCR, excluding work associated with CLIN 0004, before moving to MCR, unless directed otherwise by the Government.

(c) Commence work at MSC any time after 1 May 2021.

(d) Commence work associated with OBP, if options are exercised, any time after 15 July 2021, provided that:

1) Conditions at the Ocean Beach Fill Site meet all environmental requirements as prescribed by Contract specifications and associated attachments

2) The Contractor will be permitted to break from work at either LCR or MCR to complete work at MSC or OBP associated with optional CLINs 0013 and 0014, Ocean Beach Pump Ashore in the event that they are exercised. If breaking from work at LCR, completion and acceptance of work within the currently assigned acceptance area is required.

3) The Contractor provides a schedule that shows completion of all work at OBP by 30 September 2021

00 73 00-2 (e) Commence work at MCR and work associated with CLIN 0004 anytime following completion of all base work at LCR

(f) Commence work at HUM anytime within the contract period of performance, provided that the contractor provides a schedule, that

1) Meets the requirements of parts (a) through (h) of this clause; and

2) Shows overall completion of all work in this contract within the appropriate environmental and weather work windows.

(g) Prosecute the work diligently, and

(h) Complete all awarded work ready for use, to include final cleanup of the premises, prior to the FINAL CONSTRUCTION PHYSICAL COMPLETION DATE.

FINAL CONSTRUCTION PHYSICAL COMPLETION DATE is 15 December 2021. FINAL CONSTRUCTION PHYSICAL COMPLETION includes physical completion of all site work, site cleanup, and demobilization.

CONTRACT END DATE: 90 days following the FINAL CONSTRUCTION PHYSICAL COMPLETION DATE. CONTRACT END DATE includes submission and approval of all final remaining work documents.

NOTES: *Definition: Commence work means having dredge on site and ready to dredge **The Government intends to issue NTP on or about 12-April-2021

(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 $6,105.00 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)

52.236-4 PHYSICAL DATA (APR 1984)

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

(a) The indications of physical conditions on the drawings and in the specifications are the result of site investigations

(b) Weather conditions: Contractors should satisfy themselves before submitting their bids as to hazards likely to

00 73 00-3 arise from weather conditions. Complete weather records and reports may be obtained from the National Weather Service

(c) Transportation facilities (Channel Traffic). All dredging pay areas are located within public navigation projects that are used by commercial and recreational fishing vessels as well as pleasure craft.

(d) Obstruction of Channel. The Government will not undertake to keep the dredging area free of vessels or other obstructions except to the extent of such regulations, if any, as may be prescribed by the Secretary of the Army in accordance with provisions of Section 7 of the River and Harbor Act approved 08 August 1917.

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

(a) Site Conditions. Bidders should satisfy themselves before submitting their bids regarding work-related problems likely to arise from extreme weather conditions. Weather records and reports may be obtained from the National Weather Service.

Time Extensions for Unusually Severe Weather.

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

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. Determination of unusually severe weather must be based on the following methodology.

i. The monthly anticipated number of adverse weather days must be determined from monthly historical data for the type of adverse weather expected at the project that has potential to impact the contractor's operations (waves, temperature, wind, river stage, etc). Determination of anticipated adverse weather days must be based on a minimum of 10 years (when available) of publically available historical data using credible sources such as NOAA. The anticipated number of adverse weather days is the number of adverse weather days that the contractor should anticipate and these days must be included in the project schedule. No time adjustment will be considered unless the number of actual adverse weather days in any given month exceeds the number of anticipated adverse weather days.

ii. The anticipated number of adverse weather days determined in accordance with paragraph i above constitutes the baseline for determining unusually severe weather. If the number of actual adverse weather days exceeds the anticipated adverse weather days then the weather is considered unusually severe.

ii.. For a time extension to be considered, 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.

iii. Upon acknowledgment of the Notice to Proceed (NTP) and continuing throughout the contract, the contractor shall record on the daily Contractor’s Quality Control (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.

00 73 00-4 W9127N21B0006

Page 59 of 59

b. In the event that the completion is delayed due to unusually severe weather, the contractor must request a time extension in accordance with the Default Clause. This request must be in writing and submitted within five days of the end of each month when a time extension is requested. The contracting officer will take the contractor provided information into account when determining whether a time extension for completing the work is warranted under FAR 52.249-10 “Default (Fixed-Price Construction). The request must contain detailed documentation to support the contractor's computation of anticipated adverse weather.

(End of clause)

252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991)

(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)

00 73 00-5 West Coast Hopper Maintenance Dredging 2021

PROJECT TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

01 10 00.00 82 CONTRACT ADMINISTRATION DATA (DREDGING) 01 10 10.00 82 CONTRACTOR'S OPERATIONS AND REQUIREMENTS (DREDGING) 01 22 00.00 82 MEASUREMENT AND PAYMENT 01 35 26.00 82 GOVERNMENTAL SAFETY REQUIREMENTS (DREDGING) 01 35 27.00 25 DIVING 01 42 00 SOURCES FOR REFERENCE PUBLICATIONS 01 45 00.00 82 QUALITY CONTROL (DREDGING) 01 45 00.15 25 RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE (RMS CM) 01 57 20.00 82 ENVIRONMENTAL PROTECTION

DIVISION 31 - EARTHWORK

31 00 02.00 25 BEACH SURVEY REQUIREMENTS

DIVISION 35 - WATERWAY AND MARINE CONSTRUCTION

35 20 23.00 82 DREDGING AND CHANNEL CLEARING 35 20 23.03 82 MECHANICAL ULLAGE SENSORS 35 20 23.10 82 PUMP-ASHORE OPERATIONS FOR BEACH FILL 35 20 23.23 82 NATIONAL DREDGING QUALITY MANAGEMENT PROGRAM HOPPER DREDGE

-- End of Project Table of Contents --

PROJECT TABLE OF CONTENTS Page 1 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 10 00.00 82

CONTRACT ADMINISTRATION DATA (DREDGING)

PART 1 GENERAL

1.1 CONTRACTING OFFICER 1.2 REFERENCES 1.3 MEANING OF TERMS 1.4 CONTRACT COMPLIANCE 1.5 CONFLICTING DIRECTION 1.6 SERIAL LETTER CORRESPONDENCE 1.6.1 General 1.6.2 Numbering 1.6.3 Subcontractors 1.6.4 Transmittals 1.7 EM 385-1-1 SAFETY AND HEALTH REQUIREMENTS MANUAL 1.8 PROJECT-SPECIFIC MANAGEMENT PLAN (PSMP) 1.8.1 Section I - Accident Prevention Plan 1.8.2 Section II - Environmental Protection Plan 1.8.3 Section III - Contractor Quality Control Plan 1.8.4 Section IV - Project Work Plan 1.8.4.1 Schedule for Construction 1.9 LETTER OF AUTHORITY 1.10 PARTNERING 1.11 EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE 1.12 LABOR STANDARDS 1.12.1 Coverage 1.12.2 Wages 1.12.3 Overtime 1.12.4 Deductions 1.12.5 Apprentices 1.12.6 Payrolls 1.12.7 Records 1.12.8 Job Interviews 1.13 VETERANS EMPLOYMENT EMPHASIS FOR U.S. ARMY CORPS OF ENGINEERS CONTRACTS

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION - NOT USED

-- End of Section Table of Contents --

SECTION 01 10 00.00 82 Page 1 West Coast Hopper Maintenance Dredging 2021

SECTION 01 10 00.00 82

CONTRACT ADMINISTRATION DATA (DREDGING)

PART 1 GENERAL

1.1 CONTRACTING OFFICER

The Contracting Officer (CO) who signed this Contract is the primary CO for the Contract. Nevertheless, any CO assigned to the Portland District and acting within his/her authority may take formal action on this Contract when a Contract action needs to be taken and the primary CO is unavailable. All correspondence must be through the CO or, upon notification, their authorized Representative (ACO, COR).

1.2 REFERENCES

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

U.S. ARMY CORPS OF ENGINEERS (USACE)

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

EP 1110-1-8 (2016) Construction Equipment Ownership and Operating Expense Schedule

1.3 MEANING OF TERMS

a. Specification Sections of this Contract are generally written in the imperative mood. In sentences using the imperative mood, the subject, "the Contractor," is implied. Also implied in this language are "must" "must be," or similar words and phrases. In material specifications, the subject may also be the supplier, fabricator, or manufacturer supplying material, products, or equipment for use on the project.

b. Wherever "directed," "required," "prescribed," or other similar words are used, the "direction," "requirement," or "order" of the CO is intended. Similarly, wherever "approved," "acceptable," "suitable," "satisfactory," or similar words are used, the words mean "approved by," "acceptable to," or "satisfactory to" the CO.

c. The word "will" generally pertains to decisions or actions of the CO.

1.4 CONTRACT COMPLIANCE

a. The Contractor is responsible for compliance with the Contract terms and conditions, and all local, state and federal laws as applicable. The Contractor must be responsible for detecting noncompliance and taking prompt corrective action. Document incidents of noncompliance and corrective action(s) taken in the daily CQC report (Section 01 45 00.00 82 QUALITY CONTROL (DREDGING).

SECTION 01 10 00.00 82 Page 2 West Coast Hopper Maintenance Dredging 2021

b. If the Government detects any non-compliance, the CO or ACO will notify the Contractor. The Contractor must promptly comply. If the Contractor fails or refuses to comply, the CO may issue an order stopping all or part of the work until satisfactory corrective action has been taken.

c. Correcting and documenting any incidents of noncompliance is the Contractor's responsibility, regardless of who detects the non-compliance.

1.5 CONFLICTING DIRECTION

The Government will not intentionally order the Contractor to perform any work or engage in any activity that would necessarily result in the violation of any law or regulation. If the Government issues any order, which the Contractor concludes would necessarily result in the violation of any law or regulation, the Contractor must notify the CO or ACO immediately.

1.6 SERIAL LETTER CORRESPONDENCE

1.6.1 General

All correspondence must be signed by the Project Manager or assistants designated to act for the Project Manager. Furnish a list of personnel so designated. Submit an electronic copy to the e-mail address(es) designated at the preconstruction conference. If this Contract requires a Contractor supplied data exchange site, upload all correspondence to the data exchange site and RMS CM.

1.6.2 Numbering

Independently number all letter correspondence serially with no numbers missing or duplicated, and in sequence, commencing with the number one. Show the Contract number, description, and subject matter. Only one subject covered in each letter.

1.6.3 Subcontractors

Subcontractors are not to correspond with either the Resident or District offices; the prime Contractor is responsible for all correspondence.

1.6.4 Transmittals

Transmittals of signed pay estimates, payrolls, and other similar correspondence will not require a Serial Letter.

1.7 EM 385-1-1 SAFETY AND HEALTH REQUIREMENTS MANUAL

The latest version in effect on the date of the Solicitation for this Contract (in accordance with EM 385-1-1 Paragraph 4 General, subparagraphs b.(1) and c.) will be contractually binding as part of this Contract. The latest version, including all errata and changes, must be used for this Contract and is obtainable at http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals /EM_385-1-1.pdf.

SECTION 01 10 00.00 82 Page 3 West Coast Hopper Maintenance Dredging 2021

1.8 PROJECT-SPECIFIC MANAGEMENT PLAN (PSMP)

Submit the Project-Specific Management Plan (PSMP), by serial letter within five calendar days after the Pre-Construction Conference, and address job-specific accident prevention plan, environmental protection plan, quality control plan, and project work plan. Allow at least 21 calendar days for Government review (for the original submittal and any items requiring resubmittal). Approval of the Project-Specific Management Plan is required prior to commencement of site work. Organize PSMP as follows:

1.8.1 Section I - Accident Prevention Plan

a. Accident Prevention Plan

See Section 01 35 26.00 82, GOVERNMENTAL SAFETY REQUIREMENTS (DREDGING).

b. Drug and Alcohol Use Prevention Program

See Section 01 35 26.00 82, GOVERNMENTAL SAFETY REQUIREMENTS (DREDGING).

c. Equipment Certification

See Section 01 10 10.00 82, CONTRACTOR'S OPERATIONS AND REQUIREMENTS (DREDGING), and EM 385-1-1.

d. Coast Guard Certificate of Inspection, Load Line Certificate and Stability Letter

See Section 01 10 10.00 82, CONTRACTOR'S OPERATIONS AND REQUIREMENTS (DREDGING), and EM 385-1-1.

e. Sample Float Plan

See EM 385-1-1.

f. Written Procedure for Personnel Transfer by Launch

See Section 01 35 26.00 82, GOVERNMENTAL SAFETY REQUIREMENTS (DREDGING).

g. Personal Locator Beacon Procedures

See Section 01 35 26.00 82, GOVERNMENTAL SAFETY REQUIREMENTS (DREDGING).

1.8.2 Section II - Environmental Protection Plan

See Section 01 57 20.00 82, ENVIRONMENTAL PROTECTION (DREDGING).

1.8.3 Section III - Contractor Quality Control Plan

See Section 01 45 00.00 82, QUALITY CONTROL (DREDGING).

a. Contractor's Quality Control plan (CQC).

b. CQC Daily Report form.

SECTION 01 10 00.00 82 Page 4 West Coast Hopper Maintenance Dredging 2021

c. Daily reporting requirements.

d. Sample placement plot.

e. Daily production estimating method.

f. Mechanical Ullage Sensors. Include product information about the Mechanical Ullage Sensors and plan for use. Reference Section 35 20 23.03 82, MECHANICAL ULLAGE SENSORS.

g. See Section 35 20 23.23 82, NATIONAL DREDGING QUALITY MANAGEMENT PROGRAM HOPPER DREDGE.

1.8.4 Section IV - Project Work Plan

1.8.4.1 Schedule for Construction

a. Activities for Mobilization and Demobilization for each work area, for each dredge plant, survey boat (including calibration), office, etc.

b. All major dredging and floating plant identified by name.

c. Activities for dredging of each location.

d. Estimated daily production rates for the dredge in cubic yards/day for each work location (activity durations must reflect estimated daily production rates).

e. Scheduled maintenance or down time.

f. Activities for transit between project locations.

g. Breakdown of costs for each work item.

h. Resources for each work item.

i. Project Schedule.

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

(2) Update the schedule every week and submit 24 hours prior to the weekly coordination meeting. A projected earnings report must be submitted electronically with every project schedule update.

(3) Include updated schedule with each progress payment request submitted. The updated schedule will be used as a basis to evaluate progress for purposes of payment; lack of an updated schedule will result in an inability of the CO to evaluate Contractor's progress. Failure to provide all information, as specified, will result in the disapproval of the entire Project Schedule submission. In the case where Project Schedule revisions have been directed by the CO and those revisions have not been included in the Project Schedule, the CO may hold retainage up to the maximum allowed by Contract, each payment period, until revisions to the Project Schedule have been made.

SECTION 01 10 00.00 82 Page 5 West Coast Hopper Maintenance Dredging 2021

(a) Use the CPM for network calculation of the schedule and be in the Precedence Diagram Method (PDM).

(b) Be compatible with either Primavera-P6 Project Management, Primavera v. 8.3, or MS Project scheduling software.

(c) Constrain the last activity in the schedule by the Contract completion date. Calculations for project updates must be such that if the early finish of the last activity falls after the Contract completion date, then reflect a negative float on the critical path in the float calculation.

(d) Call the last activity in the project schedule "End Project" and have a Late Finish constraint date equal to the completion date for the project, and a zero day duration.

(e) In the event the project schedule shows completion of the project prior to the Contract completion date, the schedule must include an activity named "Early Finish Period" with no cost and a duration equal to the number of calendar days from the date of all of the work is planned to be completed to the Contract completion date specified.

(f) Electronic data for the initial project schedule and all updates must be submitted to the Government by posting on the data exchange site in both .pdf format and the scheduling software format.

(g) Schedules for the initial submittal and the weekly updates must include both reports and a network diagram. Activity information on the network must contain the following:

(i) Activity name and ID number.

(ii) Resourcing (equipment).

(iii) Units of Time (expected production rates in cubic yards per day for dredging items).

(iv) Float.

(v) Late Start/Late Finish.

1.9 LETTER OF AUTHORITY

a. To authenticate actions required under terms of this Contract, furnish a letter of authority to the CO and Resident Engineer that indicates the names of individual or individuals who will be authorized to perform the following functions on behalf of the company:

(1) Sign progress payment estimates.

(2) Sign final payment estimate.

(3) Accept Government furnished property (if applicable).

(4) Sign Contract modifications, supplemental agreements and consent of surety.

SECTION 01 10 00.00 82 Page 6 West Coast Hopper Maintenance Dredging 2021

(5) Monitor and report on the environmental protection plan, management plan, quality control plan, and safety plan.

(6) Supervise the field activities.

(7) Sign Release of Claims.

(8) Sign correspondence.

b. This letter of authority must bear the typewritten names and the handwritten signatures of each individual and be signed by the person whose signature appears on the final Contract.

1.10 PARTNERING

a. The Government intends to encourage the foundation of a cohesive partnership with the Contractor and its subcontractors. This partnership will be structured to draw on the strengths of each organization to identify and achieve reciprocal goals. Among the objectives are effective and efficient Contract performance and are intended to achieve completion within budget, on schedule, and in accordance with the plans and specifications; and to develop a single cooperative management team focused on the success of the project to mutual benefit of all stakeholders. This partnership will be bilateral in makeup, and participation will be totally voluntary. Any cost associated with effectuating this partnership will be agreed to by both parties, and will be shared equally with no change to the Contract price. An integral aspect of partnering is the resolution of disputes in a timely, professional, and non-adversarial manner through the use of issue clarification and problem solving. Alternate Dispute Resolution (ADR) methodologies will be encouraged in place of the more formal dispute resolution procedures. ADR will assist in promoting and maintaining an amicable working relationship to preserve the partnership. ADR is a voluntary, non-binding procedure available for use by the parties to this Contract to resolve any dispute that may arise during performance.

b. Should the Contractor elect to participate in partnering, key on-site and home office management personnel will be required to attend a full day partnering session as directed by the Government with an outside facilitator. The cost of this facilitated session is anticipated to be around $5,000 and will be shared equally between the Contractor and the Government.

1.11 EQUIPMENT OWNERSHIP AND OPERATING EXPENSE SCHEDULE

(a) This special contract requirement does not apply to terminations. See 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

SECTION 01 10 00.00 82 Page 7 West Coast Hopper Maintenance Dredging 2021

based upon the applicable provisions of EP 1110-1-8, Construction Equipment Ownership and Operating Expense Schedule, Region VIII. 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, Rental Costs. 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 SAT, the contracting officer shall request the contractor to submit either certified cost or pricing data, or partial/limited data, as appropriate. The data shall be submitted on Standard Form 1411, Contract Pricing Proposal Cover Sheet.

1.12 LABOR STANDARDS

The Contractor and all subcontractors must comply with the following labor standards, statutes, and regulations: Davis-Bacon Act; Contract Work Hours and Safety Standards Act; Copeland Act; Secretary of Labor's regulations (Parts 3 and 5, Subtitle A, Title 29, Code of Federal Regulations). Submit a serial letter identifying the crafts and wage rates for all prime and subcontractor employees to whom the contract's construction wage rate requirements apply. The Government will review these crafts and rates for conformance with the wage determination.

1.12.1 Coverage

Contract provisions relating to wages, overtime, payroll deductions, and other labor standards requirements are applicable to and cover the following positions and/or individuals: foremen, laborers, and mechanics; to include owner-operators of other than hauling equipment and other individual enterprises performing the duties of a laborer or mechanic. Bona fide owner-operators of hauling equipment, such as trucks, who are independent contractors, are not covered, and the certified payrolls, including the names of such owner-operators, need not show hours worked nor rates paid, but only the notation "owner-operator."

1.12.2 Wages

Wages must be paid at least once a week and be computed at hourly rates not less than those set forth in the Contract wage schedule, as set by the Davis-Bacon Act wage determinations, for the particular classifications of work performed.

1.12.3 Overtime

Pay overtime for work in excess of 40 hours in any workweek at not less

SECTION 01 10 00.00 82 Page 8 West Coast Hopper Maintenance Dredging 2021

than 1-1/2 times the basic rate of pay. Rates paid for fringe benefits are excluded in the computations of overtime.

1.12.4 Deductions

Deductions from wages earned may be only those that are permitted by the Copeland Act (Anti-Kickback) regulations.

1.12.5 Apprentices

Comply with the requirements of 29 C.F.R. 5.5(a)(4)(i) with respect to apprentices.

1.12.6 Payrolls

Prepare and submit correct Weekly Payrolls, including those of subcontractors. Incorrect and delinquent payrolls will delay processing of partial payment estimates.

1.12.7 Records

Maintain payroll and Employment Records during the course of work and for three years thereafter. They are subject to inspection by the Contracting Officer and the U.S. Department of Labor.

1.12.8 Job Interviews

A Government representative will interview Contractor and subcontractor employees from time to time during working hours on the job.

1.13 VETERANS EMPLOYMENT EMPHASIS FOR U.S. ARMY CORPS OF ENGINEERS CONTRACTS

In addition to complying with the requirements outlined in FAR Part 22.13, FAR Provision 52.222-38, FAR Clause 52.222-35, FAR Clause 52.222-37, DFARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set-aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts:

a. U.S. Department of Labor Veterans employment: www.vets.gov/

b. Federal veteran employment information: www.fedshirevets.gov/index.aspx

c. Veterans' Employment and Training Service (VETS): http://www.dol.gov/vets/

d. Veterans Opportunity to Work (VOW) Program: http://benefits.va.gov/vow/

e. Hiring Our Heroes initiative: www.uschamberfoundation.org/hiring-our-heroes

SECTION 01 10 00.00 82 Page 9 West Coast Hopper Maintenance Dredging 2021

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION - NOT USED

-- End of Section --

SECTION 01 10 00.00 82 Page 10 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 10 10.00 82

CONTRACTOR'S OPERATIONS AND REQUIREMENTS (DREDGING)

PART 1 GENERAL

1.1 REFERENCES 1.2 DESCRIPTION OF WORK 1.2.1 Description of Work 1.2.2 Order of Work 1.2.3 Project Work Windows 1.3 PROJECT SIGN 1.4 EQUIPMENT CERTIFICATION AND INSPECTION 1.4.1 Equipment Certification by the Contractor 1.4.2 Joint Equipment Inspection 1.4.3 Video Inspection 1.5 SPECIAL NOTICE 1.6 EXISTING PIPELINES, STRUCTURES, OR UTILITIES 1.7 NOTIFICATION OF DIVING OPERATIONS 1.8 MISPLACED MATERIAL (JAN 1965) 1.9 MEETINGS 1.9.1 Preconstruction Conference 1.9.2 Initial Safety Meeting 1.9.3 Initial Quality Control Meeting 1.9.4 Weekly Coordination Meetings 1.9.5 OBP Preconstruction Meeting With Law and Safety Offices 1.10 U.S. COAST GUARD NOTICE TO MARINERS 1.11 COORDINATION OF WORK 1.12 CONTRACTOR SUPPLIED EQUIPMENT AND ACCOMMODATIONS 1.13 BREAKING FOR OTHER WORK 1.14 REMOTE VIDEO MONITORING AND DOCUMENTATION 1.14.1 General 1.14.2 Camera Specifications 1.14.3 Internet Based Online Interface 1.14.4 Security and Management 1.14.5 Camera Maintenance 1.14.6 End of Project Digital File 1.14.7 System Failure

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION - NOT USED

-- End of Section Table of Contents --

SECTION 01 10 10.00 82 Page 1 West Coast Hopper Maintenance Dredging 2021

SECTION 01 10 10.00 82

CONTRACTOR'S OPERATIONS AND REQUIREMENTS (DREDGING)

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 basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

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

NPPR 385-1-93 (2009) Engineering Regulation, Diving Operation by Contract

1.2 DESCRIPTION OF WORK

1.2.1 Description of Work

a. This Section covers general requirements applicable to specific Contractor's operations and equipment for this Contract for Maintenance Dredging within the boundaries of USACE San Francisco and Portland Districts.

b. Furnish a suitable hopper dredge and support equipment, perform all work required to remove the specified materials from within the dredging pay area limits as indicated, and placement of the dredge material within the material placement sites, as shown or specified. All equipment must meet all applicable U.S. Coast Guard regulations.

1.2.2 Order of Work

a. The project work areas within this contract include Humboldt Bay, CA (HUM), Columbia River (LCR), San Francisco Mainship Channel (MSC), and Mouth of the Columbia River (MCR). Humboldt Bay work, if awarded, may be completed as either the initial work area, or following completion of all base work at LCR, and all awarded work at MCR. MSC work includes an optional pump ashore element that will have specific work window, details on this window are located within Section 01 57 20.00 82, ENVIRONMENTAL PROTECTION. LCR and MCR will be treated as interchangeable by the Government as deemed necessary to best meet the weather and shoaling condition needs of the projects. The Contractor will be allowed to determine overall construction schedule provided that it meets the requirements of section 00 73 00.

b. There are four work areas that will be represented in seven Optional CLINs for additional dredged material quantity within this Contract. These CLINs will be awarded based on shoaling conditions and project need:

(1) One option CLINs at HUM.

SECTION 01 10 10.00 82 Page 2 West Coast Hopper Maintenance Dredging 2021

(2) Two option CLINs at LCR.

(3) One option CLIN at MSC.

(4) Two option CLINs at MCR.

c.Exercise of any optional CLINs would be awarded to allow for work that is congruent with base CLINs for each work area, except for LCR option CLINs which may be awarded anytime prior to the completion of all base LCR and MCR work." Refer to Bid Schedule (Section 00 10 00) and Section 01 22 00.00 82, MEASUREMENT AND PAYMENT for detailed descriptions of each CLIN. These optional CLIN's, if awarded, will be added to the schedule in a manner that would not impact the successful completion of work at other work areas.

d. The Contractor is permitted to break from work at either LCR or MCR to complete work at MSC and Ocean Beach Pump Ashore (OBP) associated with optional CLINs 0013 and 0014 OBP in the event that they are exercised. If breaking from work at LCR, completion and acceptance of work within the currently assigned acceptance area is required.

1.2.3 Project Work Windows

For purposes of this Contract, work in each location must be restricted to the environmentally cleared work window, as prescribed in Section 01 57 20.00 82, ENVIRONMENTAL PROTECTION along with further work restrictions as described in Section 00 73 00.

1.3 PROJECT SIGN

The hopper dredge, any beach sites, and any other floating plant used on this Contract must have two project signs which must be made as shown in Attachment A1. The District name line must state "Portland and San Francisco Districts". The feature line must read "WEST COAST HOPPER MAINTENANCE DREDGING 2021". One sign must be posted on each side of the Contractor's dredge and must be plainly visible. For beach work, one sign should be posted near the beach access at Sloat Blvd and the other should be posted within the active construction site, facing landward (East) for easy view of the public. The sign within the active construction site can be placed on a job trailer. For any associated small equipment the sign may be scaled down to no less than one-half size on approval.

1.4 EQUIPMENT CERTIFICATION AND INSPECTION

1.4.1 Equipment Certification by the Contractor

In conjunction with Section 00 72 00, Contract Clause 52.236-13 Alt I, ACCIDENT PREVENTION (Nov 1991) - Alternate I, the equipment certification done in accordance with EM 385-1-1 USACE Safety and Health Requirements Manual, must state that the equipment has been tested by a competent person and found to be in safe operating condition and is in compliance with the Contract specifications and EM 385-1-1. Designate a competent person to be responsible for the daily inspection of the plant, machinery, and equipment as called for EM 385-1-1 to assure it is kept in safe operating condition. In addition, NPP Form 159 (Rev) "Floating Plant Inspection Checklist" (Attachment A2) must be filled out for any floating plant intended to be utilized, and submit the original to the Contracting Officer's Representative (COR). Submit both the completed NPP Form 159 (Rev) and Equipment Certification to the COR 72 hours prior to the

SECTION 01 10 10.00 82 Page 3 West Coast Hopper Maintenance Dredging 2021

required initial joint walk-through.

1.4.2 Joint Equipment Inspection

The joint equipment walk-through must be completed prior to the commencement of any work. Upon request and mutual agreement, the Government may elect to conduct the joint equipment walk-through at a remote location prior to mobilization. A new walk-through will not be held at each new location unless the Contractor performs major repairs while transiting to a new location. The Contractor should anticipate the joint equipment inspection to take as long as a full day. A Government representative will accompany the Contractor designated person during normal daylight working hours to view the plant and equipment intended to be utilized on this project. As part of the joint equipment inspection, the Government may elect to perform a hull inspection of the vessel through the use of a remote operated vehicle (ROV) for the purpose of inspecting for invasive species. The ROV inspection will be done concurrently with the joint equipment inspection. Any units found to be unsafe or otherwise not in compliance with the Contract clauses, specifications, and EM 385-1-1 must be tagged out and their use prohibited until the unacceptable conditions have been corrected. Mobilization payment will be delayed until the deficiencies have been resolved.

1.4.3 Video Inspection

At the Government's discretion, the Joint Equipment Inspection may be completed from a distance using electronic methods such as a video chat or live-time video call (compatible with Government cell phones or computer). The Contractor must provide real time video, if requested by the Government, for the Government to perform the inspection remotely, and anticipate the inspection may take up to two hours per piece of equipment.

1.5 SPECIAL NOTICE

a. Comply with the provisions of paragraph (g)(1) of Contract Clause 52.222-27, AFFIRMATIVE ACTION COMPLIANCE REQUIREMENTS FOR CONSTRUCTION, (see Section 00 72 00), with respect to Government personnel assigned to or visiting any facilities. Penalties prescribed in Section 00 72 00, Contract Clause 52.222-26, EQUAL OPPORTUNITY, will apply to violations involving Government personnel.

b. Maintain strict courtesy during all radio contacts.

c. Interaction between Contractor personnel and Government representatives, whether on or off duty, concerning all contractual requirements, must be conducted in a professional and courteous manner. The Contracting Officer may direct the Contractor, at its own expense, to remove and replace any Contractor personnel who fail to comply with or violate this requirement. Such action may be taken at the Government's discretion without prejudice to its rights under any other provision of this contract, including termination for default or cause. In the event that such a removal involves personnel who are responsible for quality control, vessel handling, or equipment, operations must cease until such time that an approved replacement can be on-site. Failure to comply with a removal order will result in the Government representatives' immediate departure from the vessel. No payment will be made for work performed during the absence of Government representatives from the vessel under this circumstance.

SECTION 01 10 10.00 82 Page 4 West Coast Hopper Maintenance Dredging 2021

d. All operating, supervisory, and quality control personnel are required to review, understand, and follow the Contract plans and specifications.

1.6 EXISTING PIPELINES, STRUCTURES, OR UTILITIES

a. Attention is directed to the possible existence of pipelines or public utilities or private improvements, shown or not shown on the drawings, which may be buried within the limits of the work or adjacent thereto. Care must be taken to preserve and protect any such improvements from injury or damage during construction operations.

b. Anticipate juvenile salmonid monitoring equipment to be deployed at multiple locations in the Columbia River and in the Pacific Ocean adjacent to the Columbia River. The monitoring equipment is deployed approximately 15 feet off the bottom, with no surface buoys. In the event that monitoring equipment is deployed in or near potential work areas, electronic files with the locations of the monitoring equipment will be made available.

c. Do not dredge within 50 feet of any dock facility adjacent to the dredging area.

d. Assume full responsibility for reimbursing the owners for any damage to their properties, utilities, or improvements, or interference with their services caused through his operations. The Contractor is not relieved from the responsibility set forth in Section 00 72 00, Contract Clause 52.236-3, SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK, except as provided above.

1.7 NOTIFICATION OF DIVING OPERATIONS

Immediately notify the COR of any need to employ diving operations. The Contractor may be required to conform to the latest version of Engineering Regulation NPPR 385-1-93, Diving Operation by Contract, and the required publications therein as determined by the Portland District Diving Coordinator (DDC). Should it be determined that the Contractor must comply with the Government Contract diving regulations, a copy of NPPR 385-1-93 will be provided and must be used as a reference to prepare the required diving plan and the associated attachments.

1.8 MISPLACED MATERIAL (JAN 1965)

Should the Contractor during the progress of the work lose, dump, throw overboard, sink, or misplace any material, plant, machinery, or appliance which in the opinion of the Contracting Officer (CO) may be dangerous to or obstruct navigation, the Contractor must recover and remove the same with the utmost dispatch. Give immediate notice, with description and location of such obstructions, to the Government Quality Assurance Representative (GQAR), and when required mark or buoy such obstructions until the same are removed. Should the Contractor refuse, neglect, or delay compliance with the above requirements, such obstructions may be removed by the Government and the cost of such removal may be deducted from any money due or to become due the Contractor or may be recovered under the Contractor's bond. The liability of the Contractor for the removal of a vessel wrecked or sunk without fault or negligence must be 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.)

SECTION 01 10 10.00 82 Page 5 West Coast Hopper Maintenance Dredging 2021

1.9 MEETINGS

1.9.1 Preconstruction Conference

a. The purpose of the preconstruction conference is for the Contractor and the Government to become acquainted and explain the functions and operating procedures of their respective organizations.

b. Contractor personnel who have a responsibility or significant role in project management, quality control, and/or accident prevention on the project must attend the preconstruction conference. This includes the Project Manager, Project Superintendent, Quality Control Manager (QCM), Site Safety and Health Officer (SSHO), and any other significant quality control or safety and health personnel who participated in the development of the Quality Control Plan and/or Accident Prevention Plan (including the AHA's and any associated special plans, programs, and/or procedures). The Preconstruction Conference will be scheduled by the Government. Attendance at the Preconstruction Conference is mandatory for the personnel identified above.

1.9.2 Initial Safety Meeting

a. Key Contractor on-site personnel, including the CQM(s), SSHO(s) and Project Manager(s) along with key home office management personnel will be required to attend the scheduled initial safety meeting as designated by the Government. This meeting will typically be covered prior to or after the pre-construction conference. The SSHO(s) and CQM(s) are required to attend in person.

b. Discuss the details of the submitted APP to include incorporated plans, programs, procedures, and a listing of anticipated AHAs that must 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 CO's representative as to which phases will require analysis. In addition, establish a schedule for the preparation, submittal, review, and acceptance of AHAs to preclude project delays.

1.9.3 Initial Quality Control Meeting

After the Preconstruction Conference, before start of dredging, and prior to acceptance by the Government of the CQC Plan, meet with the CO or Authorized Representative and discuss the Contractor's quality control system. Submit the CQC Plan for review a minimum of two calendar days prior to the Coordination Meeting. During the meeting, develop a mutual understanding of the system details, including the forms for recording the CQC operations, control activities, testing, administration of the system for both onsite and offsite work, and the interrelationship of Contractor's Management and control with the Government's Quality Assurance. Minutes of the meeting must be prepared by the Government and signed by both the Contractor and the CO. The minutes must become a part of the Contract file. There may be occasions when subsequent conferences will be called by either party to reconfirm mutual understandings and/or address deficiencies in the CQC system or procedures which may require corrective action by the Contractor.

SECTION 01 10 10.00 82 Page 6 West Coast Hopper Maintenance Dredging 2021

1.9.4 Weekly Coordination Meetings

Weekly coordination meetings must be held between the Contractor and the Government. These meetings will be used to discuss the Contractor's proposed schedule and progress, safety, quality control, and other job items. The Government will set this meeting up as a conference call. Key project personnel will be required to participate. The Government will prepare an agenda for the coordination meetings. In the event the Contractor's on-site office is used for the coordination meetings, provide a suitable phone speaker system.

1.9.5 OBP Preconstruction Meeting With Law and Safety Offices

Prior to commencing work at the OBP site, coordinate with the National Parks Service (NPS) to hold a meeting to discuss any anticipated public access restrictions, as well as site access for emergencey personnel throughtout the construction period. NPS will coordinate with local law and safety offices for attendance by the appropriate personnel. Schedule the meeting to occur no more than 5 businsess days prior to the start of work, and give NPS 10 business days advanced notice of the desired meeitng time and day.

NPS Point of Contact: Chad Marin- 415-850-4349

1.10 U.S. COAST GUARD NOTICE TO MARINERS

a. For each general area of operation, notify the U.S. Coast Guard at least 14 days prior to start of dredging and material placement operations. Provide weekly updates once work has begun. These weekly updates need to be provided before 1600 on each Monday during the life of the Contract. In addition, immediately notify the U.S. Coast Guard of updated and specific dredging dates, once the Government has issued them. These notifications must be certified and a copy attached to the Daily QC report. For work in California, correspondence must be directed to the 11th U.S. Coast Guard District; for work in the Portland District (LCR and MCR) correspondence must be to the 13th U.S. Coast Guard District:

11th Coast Guard District 13th Coast Guard District Office of Aids to Navigation Office of Aids to Navigation 707-839-6103 206-220-7285 [email protected] [email protected]

b. The following information must be included in each notification:

(1) Project designation (USACE Contract number and Contract title), Contractor's address, and Contractor's day time phone number.

(2) Name and type of dredge plant used, including any assist vessels.

(3) Dredging location (reference the navigation project name and dredging area limits by river miles).

(4) Material placement site(s) (site reference number and location).

(5) Estimated beginning and ending dates of dredging and placement

SECTION 01 10 10.00 82 Page 7 West Coast Hopper Maintenance Dredging 2021

operations.

(6) Work schedule (days/hours).

(7) List VHF radio channels that the dredge will monitor.

(8) Point of Contact and 24 hour phone number

(9) Terminology to be used:

(a) For Cautionary Areas: Mariners are urged to use extreme caution in the area.

(b) For dredging and placement operations: Mariners are urged to transit at their slowest safe speed to minimize wake and proceed with caution after passing arrangements have been made.

(c) Circumstances that warrant specific maritime precautions must be handled on a case-by case basis in coordination with the local U. S. Coast Guard representatives.

(d) The U.S. Coast Guard will subsequently disseminate information provided by the Contractor in this notification to the general maritime community through Local Notice to Mariners publications and marine band broadcasts.

1.11 COORDINATION OF WORK

Do not impede marine traffic during the performance of any work under this Contract. Coordinate with local users for passing arrangements.

1.12 CONTRACTOR SUPPLIED EQUIPMENT AND ACCOMMODATIONS

a. The following requirements apply to all dredge plant that operate under this Contract. All Contractor supplied equipment will be returned on completion of work under this Contract with the exception of the two hypack keys which will be returned after the Contractor has signed the release of claims.

b. The entire cost to the Contractor for furnishing, equipping, insuring, and maintaining the foregoing accommodations and equipment must be included in the Contract price for Mobilization and Demobilization. Provide all necessary testing or logistics for other Contractor directed requirements that are necessary for Government personnel to access and/or live aboard the dredge. The Contractor must fully insure all Contractor provided equipment such as Hypack keys, radios, phones, etc. against loss or damage. No dredging will be allowed until the facilities and equipment referred to herein are secured and maintained as specified.

(1) Dredge Plant Offices: Office space for the exclusive use of the GQAR(s) on board the dredge plant must be properly heated, ventilated and lighted and must have a desk or chart table, a chair, and four or more standard 120-volt electrical outlets. The office space must be located near the bridge and be equipped with monitor(s) showing the mate's screen and Dredge Quality Management (DQM) computer screen within a clear field of vision. Provide a lockable storage area or locker on all dredge plant for the

SECTION 01 10 10.00 82 Page 8 West Coast Hopper Maintenance Dredging 2021

exclusive use of the GQAR(s).

(2) Living: Furnish the assigned GQAR(s) transportation to and from the dredge and shore as needed and officer class living accommodations on the dredge. Separate private rooms are required for each GQAR. There will be one GQAR on-board at all times when working at all Contract work areas. A second GQAR may be required per the requirements set forth in Section 35 20 23.03 82, MECHANICAL ULLAGE SENSORS. The accommodations must be properly heated, ventilated, lighted, and include washing conveniences and linens and towels to the satisfaction of the Contracting Officer. If officer class living accommodations are not available on the dredge, then transportation to and from shore must be provided on a shift basis and $1000 per GQAR day must be deducted from the Contractor's earnings to reimburse the Government for providing quarters, subsistence, and transportation on shore. Provide scanning, copying, and color printing (capable of up to 11x17) services, on board the dredge. This equipment may be shared between the Contractor and Government personnel. Anticipate a total use of approximately 20 pages/week.

(3) The pick-up locations for Government and quality assurance personnel must be a location mutually agreed upon by the GQAR and the Contractor and must provide a safe location for GQAR vehicles. Government personnel will be on board all dredging plant, placement plant, hydrosurvey plant, and other operations as part of their normal quality assurance oversight. Anticipate four round trips per day on average for Government personnel to each dredging plant, each placement site, and to the hydrosurvey boat.

(4) Wireless hot spot: Provide a wireless hot spot. Provide the hardware, software, and service for unlimited use. The hot spot must be password protected, for the exclusive use of the Government and may be used on or off the dredge plant. Utilize a cellular service that provides uninterrupted service throughout the work area. The wireless hot spots must have service at all work areas. This may necessitate changing out the wireless service for different work areas to use providers that have cell coverage in each area.

(5) Cell Phone: Provide a cellular phone, establish a local service, and provide a phone battery charger. Install a cellular phone antenna (including a 5 watt booster that is compatible with all major cellular services) in such a manner as to allow uninterrupted communication despite changes in vessel heading during a call. Provide the GQAR with instructions, procedures, and operating manuals for the operation of the cellular phone. The cellular phone must be for the exclusive use of the GQAR(s) both on and off the dredge for the duration of the Contract. The dredge phone must have service at all work areas. This may necessitate changing out the phone for different work areas to use providers that have cell coverage in each area.

(6) VHF Radio: Provide a VHF radio and charger. Provide the GQAR with instructions, procedures, and operating manuals for the operation of the radio. The radio must be for the exclusive use of the GQARs on the dredge, and must be capable of receiving and transmitting on the same channels/frequencies that the dredge crew uses.

SECTION 01 10 10.00 82 Page 9 West Coast Hopper Maintenance Dredging 2021

(7) Personal Locator Beacons (PLB): Provide PLB's as prescribed in Subpart 1.16 h. of Section 01 35 26.00 82, GOVERNMENTAL SAFETY REQUIREMENTS (DREDGING).

(8) Hypack: Provide two Hypack 2016 (or newer) Office software packages with all program documentation and USB hardlock keys to the Government within fourteen calendar days of Notice to Proceed. Properly license the software for the Government, and keep up licensing and maintenance agreements on these software packages.

(9) Computers: Provide two laptop computers for Government uses with the capability of viewing the camera system outlined in paragraph 1.14 as well as the remote viewing of the dragtenders and mates screens outlined in 01 45 00.00 82 paragraph 3.11.

1.13 BREAKING FOR OTHER WORK

Breaking for other work is allowable under this Contract provided that the work required under this Contract must be completed by the Contract completion date. Any breaks in work must be submitted to the Government for approval, in writing, at least two weeks prior to the requested date to go off-Contract. The request must include, at a minimum, the following items:

a. Proposed changes to the schedule

b. Repayment of GQAR expenses for stand-by of Government work

c. A proposed method of acceptance and payment if the other work overlaps with the work under this Contract.

1.14 REMOTE VIDEO MONITORING AND DOCUMENTATION

1.14.1 General

Provide a robotic, high definition webcam onboard the hopper dredge for the Government to remotely view the project on a secure connection via a network connection. The camera should provide a clear view of the hopper and all dragheads. Additional cameras may be needed, if one cannot adequately provide these views. Submit the camera system for Government approval. The location of the camera mounting(s) must be approved by the CO.

1.14.2 Camera Specifications

Provide camera(s) with the following specifications:

a. IP66 waterproof all-weather enclosure

b. User controlled wiper

c. User controllable Pan/Tilt/Zoom

d. 360° continuous pan, -90° to +90° tilt

e. Capable of maintaining multiple preset compositions

SECTION 01 10 10.00 82 Page 10 West Coast Hopper Maintenance Dredging 2021

f. Live streaming of 16:9 1080p HD video or better

g. 30X Optical zoom or greater

h. Auto Focus and Day/Night infrared

i. Minimum 30fps in all resolutions

j. Minimum 2 Megapixel images

k. Remote connection must be available at any time Contractor personnel are onsite.

l. High-Definition continuous video recording with 30 days of retention

1.14.3 Internet Based Online Interface

The camera(s) must be accessible via an internet based Software as a Service (SaaS) solution. The service must be available until 60 days after final acceptance of all work areas, and allow the viewing of live video and High Definition digital still images captured and stored of the project on both mobile and desktop platforms. The Government shall have permissions to view and control the camera(s).

a. The user interface must include the following features:

(1) HTML5 design for cross-platform access on desktop and mobile devices

(2) Secure HTTPS compliant with live stream secured & encrypted via https transport

(3) Display project name and logo

(4) Real-time live video viewing with user-controllable robotic pan, tilt and zoom

(5) Onscreen control button for wiper control to allow for remote cleaning of the viewing window

(6) Instant live snapshot capability in addition to preset scheduled archives

(7) Full Screen Mode for displaying video and complete image without any graphical frame

1.14.4 Security and Management

a. The system must capture and upload images every five minutes, 24 hours per day, when the dredge plant has personnel aboard. The camera(s) must point to a default location, specified by the CO, when active manipulation of the camera(s) orientation has not occurred for five minutes.

b. Images must be maintained on the System Vendor's servers for reference available at all times during the life of the project and for no less than 60 days after completion.

SECTION 01 10 10.00 82 Page 11 West Coast Hopper Maintenance Dredging 2021

1.14.5 Camera Maintenance

Provide all service and maintenance, including cleaning, of the camera system throughout the life of the project including making appropriate arrangements for camera to remain in operation up to and through Completion of physical work.

1.14.6 End of Project Digital File

Within 14 calendar days of completion of work area provide a comprehensive archive package that includes all images collected.

1.14.7 System Failure

a. Total System Failure is defined by one or more cameras inoperable for 12 hours or more, inoperable remote capability, or failure of the system to upload real time data or photos, or failure of any other aspect of the system that prevents the Government from performing remote quality assurance inspections.

b. For system failures of up to four work days, a lump sum of $830.00 plus a daily cost of $1,000.00 will be deducted from the Contractor's earnings each scheduled work day from the time of total system failure until the system is operational for 24 continuous hours. This represents the Government's cost to mobilize and provide additional inspection and will be deducted regardless of whether the Government mobilizes an additional quality assurance inspector to the dredge.

c. The daily cost will be rounded to the nearest day and will include periods of no work unless reflected on the contractor's schedule. For example if the Contractor's schedule is based on a six day work week with no work on Sundays, the daily cost would not be deducted from the contractor's earnings for Sundays. If the Contractor is not working because of a mechanical failure, weather or any other reason, the daily cost will be assessed.

d. The Contractor must cease operations if the system is not restored within four work days.

e. The Contractor must utilize a mobile phone carrier for data transfer that provides reliable service in each of the work areas. This may necessitate use of different cell carriers in different areas. The Government does not intend to shut down dredging operations if the Contractor is unable to transmit live camera data solely due to the unavailability of cell coverage. If lack of cell coverage disrupts data transmission, the contractor must notify the CO within two hours and provide an alternate data transmission frequency (minimum daily data transfer).

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION - NOT USED

-- End of Section --

SECTION 01 10 10.00 82 Page 12 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 22 00.00 82

MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.1 REFERENCES 1.2 GENERAL INFORMATION 1.3 UNIT PRICE PAYMENT ITEMS 1.4 JOB PAYMENT ITEMS

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 MEASUREMENT AND PAYMENT 3.1.1 Mobilization and Demobilization, CLIN 0001 3.1.2 HUM Incremental Start Up At Project, Optional Line Item, CLIN 0002 3.1.3 HUM, Bin Measure to Required Depth, In Water Placement, Optional Line Item, CLIN 0003 3.1.4 LCR, RM 3+00+00 to RM 25+00+00, Bin Measure, Flow Lane (FL) Placement, Base Line Item, CLIN 0004 3.1.5 LCR, RM 3+00+00 to RM 105+00+00, Pre/Post Dredge Survey, FL Placement, Base and Optional Line Items, CLINs 0005, 0006, and 0007 3.1.6 LCR, RM 3+00+00 to RM 105+00+00, Bin Measure to Required Depth, FL Placement, Base Line Item, CLIN 0008 3.1.7 LCR, Increment Transit Miles for Material Placement Site (other than five miles one-way), Base Line Item, CLIN 0009 3.1.8 LCR, Intra-Project Transit Miles, Base Line Item, CLIN 0010 3.1.9 MSC, Bin Measure to Required Depth, In Water SF-17 and SF-8 Placement, Base and Optional Line Items, CLINs 0011 and 0012 3.1.10 OBP, Incremental Mobilization and Demobilization For Pump Ashore Operations, Optional Line Item, CLIN 0013 3.1.11 OBP, Increment for Operations and Maintenance, Beach Placement, Ocean Beach Pump Ashore, Optional Line Item, CLINs 0014 3.1.12 MCR, Bin Measure, Shallow Water Site (SWS) or North Jetty Site (NJS) Placement, Base and Optional Line Items, CLINs 0015, 0016, and 0017 3.1.13 MCR, Bin Measure, Increment for Operations and Maintenance Deep Water Site (DWS) Placement, Base and Optional Line Items, CLINs 0018, 0019, and 0020 3.2 PAYMENT METHODS 3.2.1 Bin Measure 3.2.2 Bin Measure to Required Depth 3.2.3 Pre/Post Dredge Survey 3.2.4 Beach Pre/Post Placement Survey 3.3 SURVEYS

-- End of Section Table of Contents --

SECTION 01 22 00.00 82 Page 1 West Coast Hopper Maintenance Dredging 2021

SECTION 01 22 00.00 82

MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.1 REFERENCES

The publication 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-1110-2-1003 (November 2013 Edition) Hydrographic Surveying

1.2 GENERAL INFORMATION

In each instance the Contract price for an item will constitute full compensation in accordance with Section 00 21 00, Contract Clause 252.236-7008, CONTRACT PRICES - BIDDING SCHEDULES. The Contract price and payment will also constitute full compensation for all work incidental to completion of the item, unless such work is otherwise specifically mentioned for separate payment under another bid item. In the event any work is required by the specifications Sections or by the drawings and not specifically mentioned in the measurement and payment paragraphs, separate and direct payment will not be made and all costs thereof are incidental to and included in the Contract prices and payments for all Contract Line Item Numbers (CLIN) listed in the price schedule.

1.3 UNIT PRICE PAYMENT ITEMS

Payment items for the work of this Contract on which the Contract unit price payments will be made are listed in Section 00 10 00, PRICE SCHEDULE, and described below. The unit price and payment made for each item listed will constitute full compensation for furnishing all plant, labor, materials, and equipment; performing all associated Contractor quality control, environmental protection, commissioning, preparation of as-builts, O&M manuals, tests and reports, meeting safety requirements; and for performing all work required for each of the unit price items. All quantities shown on the Bidding Schedule are estimated quantities except when the unit is shown as JOB 'JA'.

1.4 JOB PAYMENT ITEMS

Payment items for the work of this Contract for which Contract job payments will be made are listed in Section 00 10 00, PRICE SCHEDULE, and described below. All costs for items of work, which are not specifically mentioned to be included in a particular job item, must be included in the listed job item most closely associated with the work involved. The job price and payment made for each item listed will constitute full compensation for furnishing all plant, labor, materials, and equipment; performing all associated Contractor quality control, environmental protection, tests and reports, meeting safety requirements; and for performing all work required for which separate payment is not otherwise provided. A schedule of values for job items must be provided with each

SECTION 01 22 00.00 82 Page 2 West Coast Hopper Maintenance Dredging 2021

payment request.

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 MEASUREMENT AND PAYMENT

3.1.1 Mobilization and Demobilization, CLIN 0001

a. Measurement and payment for Mobilization and Demobilization will be considered complete and full compensation for the effort and cost to transport to and from the job site all necessary Contractor plant including related equipment, fuel, supplies, personnel required for its operation, and Government field office setup and on-board accommodations as stated in Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING, and will be paid for at the Contract job price for this item. Plant subject to pre-work safety inspection requirements will not be considered "mobilized" until such equipment is determined to be in compliance as determined by the floating plant inspection and verified during the joint equipment walk-through. For bidding purposes, performance of LCR CLINs 0006 to 0007 is to be considered the final work area for the contract. Demobilization must be from the final dredging area, regardless of location, i.e. once dredging is complete no further transit miles will be paid regardless of the location of the final dredging area.

b. Transits between work areas will be paid under this CLIN unless specifically addressed in another CLIN.

NOTE: Transits to and from HUM, in the event that option CLINs 0002 and 0003 are exercised, are to be treated as part of the dredge already transiting between MSC, LCR, and MCR work areas and would be no additional transit cost.

c. Mobilization will be paid once all equipment needed to commence dredging and perform material placement operations is on site in accordance with the schedule required in Section 01 10 00.00 82, CONTRACT ADMINISTRATION DATA (DREDGING). All costs associated with mobilization of all equipment for all base and optional items will be included this bid item. No more than a total of 60 percent will be paid for mobilization; mobilization payments for multiple dredge plant will be determined by the Government and will be based on the approved project schedule. This CLIN will be separated into subitems for funding purposes. Mobilization charges will be spread throughout the subitems.

d. The remaining 40 percent will be paid to the Contractor upon final completion and acceptance of the minimum specification requirements at all work sites and areas of operation. Demobilization charges will be spread throughout the funding subitems.

3.1.2 HUM Incremental Start Up At Project, Optional Line Item, CLIN 0002

Measurement and payment for this bid item will be considered complete and full compensation for the effort and cost to prepare the dredge for work in this location and will be paid at the contract job price for this item. Start-up includes, but is not limited to: verifying dredge tide readings, verifying electronic draft readings, mechanical ullage sensor calibration,

SECTION 01 22 00.00 82 Page 3 West Coast Hopper Maintenance Dredging 2021

GPS verification, equipment inspections (as required), and applicable 3-phase preparatory meeting.

3.1.3 HUM, Bin Measure to Required Depth, In Water Placement, Optional Line Item, CLIN 0003

a. Measurement and payment for this bid item will be considered complete and full compensation for the effort and cost to excavate the entire dredging pay areas to not less than the required dredging depths in accordance with Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING, including placement of all dredged material within the Government furnished placement sites, and will be paid at the Contract unit price (cubic yards of dredged material) for this item.

b. Quantity measurement: Load measurements will be taken utilizing the mechanical ullage sensor system as required in Section 35 20 23.03 82, MECHANICAL ULLAGE SENSORS. In the event that manual load measurements are required, notify the GQAR prior to taking measurements.

c. Non-payable Material. Material removed from outside the dimensions of the dredging pay prism, material that is improperly transported (violations of draft limitations set forth in the Certificate of Inspection, Load Line Certification, or Stability Letter including any amendments thereto), or material not placed within the designated material placement areas (misplaced material) will be considered non-payable quantity and will be deducted from the total measured quantity. Non-payable quantity may be determined from survey data, electronic dredge data and/or observation of the on-board CQC or GQAR. When the quantity of non-payable material can be determined on the spot, the CQCM and GQAR must calculate the non-payable material as a percentage of the entire load. The volumes arrived at through the review and checking process will be used for actual pay purposes.

3.1.4 LCR, RM 3+00+00 to RM 25+00+00, Bin Measure, Flow Lane (FL) Placement, Base Line Item, CLIN 0004

a. Measurement and payment for the bid items stated above will be considered complete and full compensation for the effort and cost to excavate the required quantities from within the limits of the dredging pay prism in accordance with Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING, including placement of all dredged material within the Government-furnished in-water placement areas, and will be paid at the Contract unit price (cubic yards of dredged material) for this item.

b. Quantity measurement: Reference paragraph 3.1.3 subitem (b).

c. Non-Payable Material: Reference paragraph 3.1.3 subitem (c).

3.1.5 LCR, RM 3+00+00 to RM 105+00+00, Pre/Post Dredge Survey, FL Placement, Base and Optional Line Items, CLINs 0005, 0006, and 0007

a. Measurement and payment for this bid item will be considered complete and full compensation for the effort and cost to excavate the entire dredging pay areas to not less than the required dredging depths in accordance with Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING, including placement of all dredged material within the Government furnished in-water placement areas, and will be paid at the Contract unit price (cubic yards of dredged material) for this item.

SECTION 01 22 00.00 82 Page 4 West Coast Hopper Maintenance Dredging 2021

b. The Government will determine cubic yard quantities for payment by taking pre-dredge and post-dredge surveys utilizing electronic depth sounding and horizontal positioning equipment. Payment will be made for material removed from within the dredge pay prism in accordance with paragraph QUANTITY SURVEYS.

c. Non-Payable Material: Reference paragraph 3.1.3 subitem (c).

3.1.6 LCR, RM 3+00+00 to RM 105+00+00, Bin Measure to Required Depth, FL Placement, Base Line Item, CLIN 0008

a. Measurement and payment for this bid item will be considered complete and full compensation for the effort and cost to excavate the entire dredging pay areas to not less than the required dredging depths in accordance with Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING, including placement of all dredged material within the Government-furnished in-water placement areas, and will be paid at the Contract unit price (cubic yards of dredged material) for this item.

b. Quantity measurement: Reference paragraph 3.1.3 subitem (b).

c. Non-Payable Material: Reference paragraph 3.1.3 subitem (c).

3.1.7 LCR, Increment Transit Miles for Material Placement Site (other than five miles one-way), Base Line Item, CLIN 0009

This line item applies to Columbia River Maintenance Dredging and Placement unless otherwise specified.

a. Measurement for this bid item will be an increment for each one-way transit mile multiplied by pay cubic yards (CY) in a hopper load, rounded to the nearest whole value, to in-water placement locations with a centroid of dredge area to centroid of placement site distance different than 5 river miles. Distances less than 5 miles will be a negative unit while distances greater than 5 miles will be a positive unit. Dredge and placement areas will be established by the Government and shown on the Contract layout drawings as described in Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING. The centroids of the dredge and placement areas will be determined by the Government and rounded to the nearest 0.1 mile.

b. Payment for this item will be an incremental cost or credit in addition to the price per cubic yard for LCR Dredging and Placement items. Payment will be calculated per pay cubic yard in the hopper on a load basis and multiplied by the difference between the number of one-way miles and 5 miles, as shown in Attachment A22. If there are multiple placement sites for a single dredge area, a percentage of pay cubic yards to each placement site will be calculated using a percentage of quantity measured by bin soundings credited to each placement site.

c. Any loads disposed while en route from one dredging area to another dredging area will not be subject to payment under this CLIN.

d. Payment under this CLIN will be made upon completion of all LCR work areas, including work performed under optional CLINs if applicable.

SECTION 01 22 00.00 82 Page 5 West Coast Hopper Maintenance Dredging 2021

3.1.8 LCR, Intra-Project Transit Miles, Base Line Item, CLIN 0010

Measurement and payment for LCR Intra-Project Transit Miles will be considered complete and full compensation for all costs associated with mobilizing all dredging plant, equipment, and personnel, at the Government's direction, and will be paid for at the Contract unit price (miles) for this item. Measurement and payment for this bid item will be paid from the centroid of the current dredging location to the centroid of the next dredging location unless the dredge has completed work under the Contract and is demobilizing. The initial payment for mileage from MCR to LCR under this item will occur upon the dredge's arrival at MCR river mile 3+00+00. Payment under this item will end once the project has been accepted finally, regardless of the location of the final dredging area. Payment under this item will not be made for mileage not directed by the Government; for example, transit necessitated by weather or sea conditions, transiting to and from the designated foul weather back-up dredging location, or mileage accumulated as a result of a second or subsequent mobilization in order to re-dredge for final acceptance. Payment under this item will be made for mileage from MCR to LCR, between LCR work locations and back to MCR if needed. However, payment under this item will not be made for transit from MCR to complete work at the designated foul weather back-up dredging location, even in the event that all work at MCR is complete.

3.1.9 MSC, Bin Measure to Required Depth, In Water SF-17 and SF-8 Placement, Base and Optional Line Items, CLINs 0011 and 0012

a. Measurement and payment for this bid item will be considered complete and full compensation for the effort and cost to excavate the entire dredging pay areas to not less than the required dredging depths in accordance with Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING, including placement of all dredged material within the Government-furnished in-water placement areas, and will be paid at the Contract unit price (cubic yards of dredged material) for this item.

b. Quantity measurement: Reference paragraph 3.1.3 subitem (b).

c. Non-Payable Material: Reference paragraph 3.1.3 subitem (c).

3.1.10 OBP, Incremental Mobilization and Demobilization For Pump Ashore Operations, Optional Line Item, CLIN 0013

a. Payment will be considered complete and full compensation for the additional effort and cost, including related administrative costs, to transport to and from the job site all necessary Contractor plant, equipment, fuel, supplies, and personnel required for the Placement of material from the MSC dredge area to the Ocean Beach Pump Ashore placement site. Payment will be made in the amount of the contract lump sum price for this item. Plant subject to pre-work safety inspection requirements will not be considered "mobilized" until such equipment is determined to be in compliance as determined by the Government during the joint equipment walk-through. Price for this item shall also include:

(1) Complete preparation of the site, including setup of pumpout equipment, pipe, and any necessary land work equipment.

(2) Final site cleanup, finshing, and restoration as prescribed in Section 35 20 23.10 82, PUMP-ASHORE OPERATIONS FOR BEACH FILL.

SECTION 01 22 00.00 82 Page 6 West Coast Hopper Maintenance Dredging 2021

b. 60 percent will be paid to the Contractor upon mobilization of all equipment needed to commence dredging and pump ashore material placement operations. The remaining 40 percent will be paid to the Contractor upon final completion and acceptance of all pump ashore work.

c. The Government may require the Contractor to furnish cost data to justify this portion of the bid in the event the Government considers the amount in this item, sixty percent of which covers mobilization and forty percent of which represents demobilization, does not bear a reasonable relation to the cost of the work in this Contract. Failure to justify such price satisfactorily will result in payment of actual mobilization and demobilization costs as determined by the Government after each activity is completed and payment of the remainder of this item in the final payment under this Contract. The determination of actual costs by the Government is not subject to appeal.

3.1.11 OBP, Increment for Operations and Maintenance, Beach Placement, Ocean Beach Pump Ashore, Optional Line Item, CLINs 0014

a. Payment will be considered complete and full compensation for the additional costs over and above the costs for the MSC, Bin Measure Required Depth, in-water SF-17 or SF-8 placement, to place the dredged material in the Ocean Beach placement site in accordance with Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING, and will be paid for at the contract unit price (cubic yards) for this item.

b. Measurement shall be made by calculating the difference in volumes between the pre-placement and post-placement surveys. The total measured quantity will be subject to deductions for material which is improperly transported, or material not placed in accordance with the requirements of Sections 31 00 02.00 25, BEACH SURVEY REQUIREMENTS and 35 20 23.10 82, PUMP-ASHORE OPERATIONS FOR BEACH FILL.

3.1.12 MCR, Bin Measure, Shallow Water Site (SWS) or North Jetty Site (NJS) Placement, Base and Optional Line Items, CLINs 0015, 0016, and 0017

a. Measurement and payment for the bid items stated above will be considered complete and full compensation for the effort and cost to excavate the required quantities from within the limits of the dredging pay prism in accordance with Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING, including placement of all dredged material within the Government-furnished in-water placement areas, and will be paid at the Contract unit price (cubic yards of dredged material) for this item.

b. Quantity measurement: Reference paragraph 3.1.3 subitem (b).

c. Non-Payable Material: Reference paragraph 3.1.3 subitem (c).

d. Placement sites SWS and NJS will be provided for all material dredged from MCR for the above referenced CLINs.

3.1.13 MCR, Bin Measure, Increment for Operations and Maintenance Deep Water Site (DWS) Placement, Base and Optional Line Items, CLINs 0018, 0019, and 0020

a. Measurement and payment for the bid items stated above will be

SECTION 01 22 00.00 82 Page 7 West Coast Hopper Maintenance Dredging 2021

considered complete and full compensation for the effort and cost to place the material listed above in paragraph 3.1.12, in the DWS instead of the SWS or NJS.

b. Payment will be an incremental cost per cubic yard in addition to the price per cubic yard for CLINs 0015, 0016, and 0017.

c. Quantity measurement: Reference paragraph 3.1.3 subitem (b).

d. Non-Payable Material: Reference paragraph 3.1.3 subitem (c).

3.2 PAYMENT METHODS

3.2.1 Bin Measure

In Bin measure work areas, the Government will provide a required quantity for the Contractor to dredge and a maximum dredging pay depth. In LCR work areas the dredging pay prism is formed by the maximum pay depth, the 1-vertical to 3-horizontal side slopes, and the horizontal channel limits or maximum pay width. In MCR work areas, the dredging pay prism is formed by the maximum pay depth, vertical side slope, and the horizontal channel limits or maximum pay width. The required dredging quantity will be a maximum of 85 percent of the estimated quantity available as determined by single-beam or multi-beam Government hydrographic surveys, unless mutually agreed upon by the Contractor and the Government. A work area will be accepted when the total quantity dredged is within a single hopper load quantity of the total required dredging quantity. Survey the entire dredging area every 72 hours minimum unless there has been no dredging in the work area during that period.

3.2.2 Bin Measure to Required Depth

In Bin measure to Required Depth work areas, the Government will provide a required channel depth, with a maximum pay depth of 1- to 2-feet beyond the required channel depth(2 feet in HUM, and 1 foot in LCR), and a required toe depth which is equal to or shallower than the required channel depth. The dredging pay prism is formed by the maximum pay depth, the 1-vertical to 3-horizontal side slopes and the horizontal channel limits or maximum pay width. Request post-dredge Government hydrographic surveys in accordance with this Section and survey the entire dredging area every 48 hours minimum.

a. HUM and MSC: Work areas will be accepted based on hydrographic surveys as described in Subpart 3.3 of this Section. HUM survey data will be processed using a median depth sort with a 70- by 70-foot Matrix. MSC survey data will be processed using a median depth sort with a 150- by 150-foot Matrix. The Government reserves the right to accept a work area which does not meet the acceptance criteria listed above. Dredging is not allowed below the maximum dredging depth.

b. LCR: Work areas will be accepted based on hydrographic surveys as described in Subpart 3.3 of this Section. Survey data will be processed using a median depth sort with a 70- by 70-foot Matrix. A work area will be accepted when:

(1) All of the sorted survey values inside the prescribed work area limits (unless within 75 feet of cut line/toe) are equal to or deeper than the required channel depth.

SECTION 01 22 00.00 82 Page 8 West Coast Hopper Maintenance Dredging 2021

(2) All of the sorted survey values within 75 feet of the cut line/toe are equal to or deeper than the required toe depth. The Contractor will not be required to remove the material on the side slopes for acceptance.

NOTE: For LCR work areas, the Government may require two different toe depths for opposite sides of the channel within the same work area. The Government may also require to different depths within the channel. The depth split would occur only long-channel and not cross-channel, and typically fall on the channel centerline.

NOTE: In all Bin Measure to Required Depth work areas within this contract, the Government reserves the right to accept a work area which does not meet the acceptance criteria listed above.

3.2.3 Pre/Post Dredge Survey

LCR: In Pre/Post Dredge Survey work areas, the Government will provide a required channel depth, with a maximum pay depth of 1 foot beyond the required channel depth, and a required toe depth which is equal to or shallower than the required channel depth. The dredging pay prism is formed by the maximum pay depth, the 1-vertical to 3-horizontal side slopes, and the horizontal dredging area limits. Request post-dredge Government hydrographic surveys in accordance with this Section and survey the entire dredging area every 72 hours minimum. Work areas will be accepted based on multi-beam Government hydrographic survey data processed using a median depth sort with a 70- by 70-foot Matrix. A work area will be accepted when:

a. All of the sorted survey values inside the prescribed work area limits (unless within 75 feet of channel edge/toe) are equal to or deeper than the required channel depth.

b. All of the sorted survey values within 75 feet of the cut line/toe are equal to or deeper than the required toe depth. The Contractor will not be required to remove the material on the side slopes for acceptance.

NOTE: The Government reserves the right to accept a work area which does not meet the acceptance criteria listed above. Additionally, the Government may require two different toe depths for opposite sides of the channel within the same work area within LCR work areas.

3.2.4 Beach Pre/Post Placement Survey

Refer to Section 31 00 02.00 25, BEACH SURVEY REQUIREMENTS of this specification for requirements related to the Ocean Beach plaement area survey operations.

3.3 SURVEYS

a. In both pre- and post-dredge and bin measure to required depth acceptance areas, the Government will determine acceptance by utilizing electronic depth soundings and horizontal positioning equipment. Dredge material quantities determined by survey will used for payment solely in pre- and post-dredge survey work areas. Accuracy(ies) will be in accordance with stated quality control values in EM-1110-2-1003. Government methods for payment and acceptance

SECTION 01 22 00.00 82 Page 9 West Coast Hopper Maintenance Dredging 2021

surveys are listed below by project. The Government may use multi-beam or single-beam methods for surveys not listed below:

(1) MSC and HUM: Sounding depths used for determining acceptance will be derived from multi-beam surveys, utilizing Coast Guard Differential GPS, and corrected for tide.

(2) LCR: Sounding depths used for determination of pay quantity volumes for Pre/Post Dredge Survey work areas will be derived from surveys utilizing multi-beam methods with Advanced Channel Design for volume calculations, and corrected for tide. Multi-beam methods will also be used for Government surveys to determine acceptance. The government may elect to use kinematic tide data (KTD) files for tide corrections to LCR surveys.

b. Government Equipment: The following survey equipment (or comparable based on asset availability) will be used by the Government Survey Crews during the collection of sounding data, as per the USACE Hydrographic Survey Manual, and will be considered the standard for which data is obtained:

LCR and MCR Positioning: Applanix Wavemaster or Applanix POS MV 4 Multibeam: RESON T-50 MB Singlebeam: ODOM CV100 ECHOSOUNDER with an 8 degree 200khz transducer AML Velocity Probe AML Sound Velocity Profiler

HUM and MSC Multibeam: RESON T50P or T20P MB Sonar POS-MV 320 IMU or Integrated Applanix IMU AML Basex2 Sound Velocity Profiler

NOTE: For all work areas, the Government will be available at the request of the Contractor to run check surveys between the Contractor's and Government's survey vessels prior to the start of work at each project location. Requests for check surveys should be submitted five days in advance. The check survey at HUM will only be conducted at the time that the associated pre-dredge survey is collected, thus the Contractor survey vessel would need to be on site prior to the start of work. At the request of the Contractor, the Government will provide the survey line files by which surveys are run.

c. The dredging pay area prism is defined in Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING, paragraph entitled Pre/Post Dredge Survey and is shown in Attachment A3 Descriptive Sketch. Cubic yard volumes will be computed by comparing the most recent Government's pre-dredge and post-dredge hydrosurvey soundings sorted on a five foot by five foot grid of median depth values against the Advanced Channel Design template. A difference between the pre and post Triangulated Irregular Network (TIN) surface volume computations will be used for determining payment volumes in an acceptance reach. Hydrographic surveys and corresponding volume computations must be conducted using current Hypack survey software and tin to channel method for volume computations. Any material removed from outside the maximum dredging prism will not be considered for payment. No adjustments will be made for infill material (Y1).

SECTION 01 22 00.00 82 Page 10 West Coast Hopper Maintenance Dredging 2021

d. Actual material removed from the side slope (including slopes from the downstream and/or upstream dredge limits) is considered payable as long as it is within the maximum dredging pay prism as determined by the pre-dredge hydrographic survey data. The maximum dredging pay prism assumes side slopes projected upward from the maximum pay line depth at slopes shown on the Contract drawing, regardless of whether it is found to be representative of the actual side slope conditions after dredging (see Attachment A3). No payment will be made for material removed from outside the slope projection shown on the Contract drawings.

NOTE: The bidders are responsible for calculating the quantity of non-pay yards that may be removed outside the pay template and must adjust their bid accordingly.

e. The baseline survey and any other surveys performed at MCR will generally be acquired through the use of RTK Base Stations; however, the Government may conduct hydrographic surveys using DGPS method with tide corrected depths if RTK is not available or there are other operational constraints preventing its use.

f. All Contractor owned equipment including all attendant plant and anchor lines must be removed from the acceptance area prior to the initiation of a survey. If Contractor owned equipment remains in the acceptance area at the time of survey, the survey will be cancelled and the Contractor will be liable for the full daily rate for a Government survey crew shown below in subparagraph (k), below.

g. In addition to pre- and post-dredge surveys, the Government may also conduct periodic progress surveys at all work locations. The Government may consider Government or Contractor progress surveys to determine the amount of progress payments.

h. Survey Time Frames:

(1) Baseline surveys for MCR: The baseline survey requests must be submitted a minimum of 14 calendar days prior to the date on which the survey is required. Generally the survey will be performed within three calendar days of the desired survey date and the complete layout or post dredge package (i.e. electronic survey data, layout chart, quantity computations) will be available four calendar days thereafter.

(2) Pre and Post dredge surveys for HUM, LCR, and MSC: All survey requests must be submitted a minimum of three calendar days prior to the date on which the survey is required or immediately upon receiving the layout drawing if the survey is needed in less than three calendar days.

(3) The Government will perform all post dredge surveys within five calendar days of the requested date. The complete layout or post dredge package (i.e. electronic survey data, layout chart, quantity computations) will be available two calendar days thereafter. However, personnel and equipment availability may dictate that surveys are occasionally performed later than five days after the request.

i. In the event it becomes necessary to reschedule a request for

SECTION 01 22 00.00 82 Page 11 West Coast Hopper Maintenance Dredging 2021

survey, notify the Government at least two calendar days, during normal business hours, prior to the first day of the scheduled survey period. Failure to provide such notification will make the Contractor liable for half the daily rate for a Government survey crew. If the survey party mobilizes to the site before the survey is cancelled, the Contractor will be liable for the full daily rate for a Government survey crew shown in subparagraph k, below.

j. Remain onsite until the post-dredge survey indicates the required/acceptable depths have been reached and the Government has accepted each area. In the event that the Contractor departs a work area prior to receiving final acceptance and the Government does not accept the work and requires cleanup dredging, all costs associated with the subsequent remobilization(s) to and from the unaccepted work area will be the responsibility of the Contractor.

k. Should the Contractor request a post-dredge survey of an area and then be required to return to that area due to non-acceptance; the Contractor will be charged the daily survey rate of $5,000 for any subsequent post dredge surveys. The Contractor will also be charged the daily rate for any pre-dredge or baseline surveys requested and dredging does not commence within 10 days thus requiring a second pre-dredge or baseline survey. The Government may recover the cost of additional surveys by reducing the pay quantity for a work area by an amount that is approximately equal to the cost of the additional surveys.

l. The Contractor is responsible for submitting a hydrosurvey request to schedule the following Government surveys:

(1) Baseline survey for MCR.

(2) Payment surveys for HUM, LCR, and MSC (Pre/Post Dredge Survey and Bin Measure to Required Depth work areas):

Note: High currents and tidal action can cause material movement and it is recommended that pre-dredge surveys be performed within 10 days of starting dredging and post-dredge surveys within five days of completing dredging.

m. The Contractor will notify the Government prior to the performance of any third party surveys.

n. The Contractor may obtain the most recent hydrographic channel condition surveys performed by Portland District at the following link: http://www.nwp.usace.army.mil/Missions/Navigation/Surveys.aspx.

o. The Contractor may obtain the most recent hydrographic channel condition surveys performed by San Francisco District at the following link: http://www.spn.usace.army.mil/Missions/Surveys,StudiesStrategy/HydroSurvey.aspx

-- End of Section --

SECTION 01 22 00.00 82 Page 12 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 35 26.00 82

GOVERNMENTAL SAFETY REQUIREMENTS (DREDGING)

PART 1 GENERAL

1.1 REFERENCES 1.2 DEFINITIONS 1.3 REGULATORY REQUIREMENTS 1.4 DRUG AND ALCOHOL USE PREVENTION PROGRAM 1.5 SITE QUALIFICATIONS, DUTIES, AND MEETINGS 1.5.1 Personnel Qualifications 1.5.1.1 Staffing for USACE Dredging Contracts 1.5.1.2 SSHO Requirements for Dredging 1.5.1.3 Designated Representative (DR) Requirements for Dredging 1.5.1.4 Safety Personnel Training Requirements for Dredging 1.5.1.5 Crane Operators 1.5.1.6 Competent Person for Confined Space Entry 1.5.1.7 Competent Person for the Health Hazard Control and Respiratory Protection Program 1.5.2 Personnel Duties 1.5.2.1 Site Safety and Health Officer (SSHO) 1.5.3 Meetings 1.5.3.1 Preconstruction Conference 1.5.3.2 Safety Meetings 1.5.3.3 Work Phase Meetings 1.6 TRAINING 1.6.1 New Employee Indoctrination 1.6.2 Periodic Training 1.6.3 Training Plan 1.6.4 Fall Protection Training Program 1.7 ACCIDENT PREVENTION PLAN (APP) 1.7.1 General Information 1.7.2 EM 385-1-1 Contents 1.8 ACTIVITY HAZARD ANALYSIS (AHA) 1.8.1 General 1.8.2 Periodic AHA Review and Updating 1.9 DISPLAY OF SAFETY INFORMATION 1.10 SITE SAFETY REFERENCE MATERIALS 1.11 EMERGENCY MEDICAL TREATMENT 1.12 PROJECT SAFE CLEARANCE PROCEDURE 1.13 FLOATING CRANES/DERRICKS, CRANE BARGES, AND AUXILIARY SHIPBOARD-MOUNTED CRANES 1.14 REPORTS 1.14.1 Accident Notification 1.14.2 Accident or Mishap Reports 1.14.3 Crane Testing Reports 1.14.4 Certificate of Compliance 1.15 HOT WORK 1.16 SPECIAL SAFETY REQUIREMENTS

SECTION 01 35 26.00 82 Page 1 West Coast Hopper Maintenance Dredging 2021

1.17 SEVERE STORM PLAN

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 CONSTRUCTION AND OTHER WORK 3.1.1 General 3.1.2 Hazardous Material Exclusions 3.1.3 Unforeseen Hazardous Material 3.2 PRE-OUTAGE COORDINATION MEETING 3.3 FALL HAZARD PROTECTION AND PREVENTION PROGRAM 3.3.1 General 3.3.2 Fall Protection Equipment and Systems 3.3.2.1 General 3.3.2.2 Personal Fall Arrest Equipment 3.3.3 Work Over Water 3.3.4 Existing Anchorage 3.3.5 Horizontal Lifelines 3.3.6 Guardrails and Safety Nets 3.3.7 Rescue and Evacuation Procedures 3.3.8 Aerial Lift Equipment and Movable Work Platforms 3.3.9 Safety Monitoring System 3.3.10 Controlled Access Zones 3.4 SCAFFOLDING 3.5 EQUIPMENT 3.5.1 Load Handling Equipment (LHE) 3.5.2 Cranes, Hoists, and Rigging 3.6 EXCAVATIONS 3.6.1 Soil Classification 3.6.2 Utility Locations 3.6.3 Utility Location Verification 3.6.4 Utilities Within and Under Concrete, Bituminous Asphalt, and Other Impervious Surfaces 3.7 ELECTRICAL 3.7.1 Conduct of Electrical Work 3.8 WORK IN CONFINED SPACES 3.9 CRYSTALLINE SILICA 3.10 HOUSEKEEPING 3.10.1 Clean-Up 3.10.2 Dust control

-- End of Section Table of Contents --

SECTION 01 35 26.00 82 Page 2 West Coast Hopper Maintenance Dredging 2021

SECTION 01 35 26.00 82

GOVERNMENTAL SAFETY REQUIREMENTS (DREDGING)

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 BUREAU OF SHIPPING (ABS)

ABS 152 (2019) Guide for Certification of Lifting Appliances

AMERICAN PETROLEUM INSTITUTE (API)

API Spec 2C Specification for Offshore Pedestal Mounted Cranes

AMERICAN SOCIETY OF SAFETY ENGINEERS (ASSE)

ASSE/SAFE A10.28 (2018) Safety Requirements for Work Platforms Suspended from Cranes or Derricks - American National Standard for Construction and Demolition Operations

ASSE/SAFE A10.34 (2001; R 2012) Protection of the Public on or Adjacent to Construction Sites

ASSE/SAFE Z359-PKG (2016) Fall Protection Code

ANSI/ASSE Z490.1 (2016) Criteria for Acceptance Practices in Safety, Health, & Environmental Training

AMERICAN SOCIETY OF MECHANICAL ENGINEERS (ASME)

ASME B30-PKG Load Handling Equipment

ASME B30.8 (2015) Floating Cranes and Floating Derricks

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 10 (2018; ERTA 1-2 2018) Standard for Portable Fire Extinguishers

NFPA 241 (2019) Standard for Safeguarding Construction, Alteration, and Demolition Operations

NFPA 51B (2019) Standard for Fire Prevention During Welding, Cutting, and Other Hot Work

SECTION 01 35 26.00 82 Page 3 West Coast Hopper Maintenance Dredging 2021

NFPA 70 (2020; ERTA 20-1 2020; ERTA 20-2 2020; TIA 20-1; TIA 20-2; TIA 20-3; TIA 20-4) National Electrical Code

NFPA 70E (2018; TIA 18-1; TIA 18-2) Standard for Electrical Safety in the Workplace

U.S. ARMY CORPS OF ENGINEERS (USACE)

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

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

29 CFR 1910 Occupational Safety and Health Standards

29 CFR 1910.146 Permit-required Confined Spaces

29 CFR 1910.94 Ventilation

29 CFR 1915 Occupational Safety and Health Standards for Shipyard Employment

29 CFR 1926 Safety and Health Regulations for Construction

CPL 2.100 (1995; R 2015) Application of the Permit-Required Confined Spaces (PRCS) Standards, 29 CFR 1910.146

CPL 02-00-147 OSHA Control of Hazardous Energy - Enforcement Policy and Inspection Procedures

1.2 DEFINITIONS

a. High Visibility Mishap. Any mishap which may generate publicity and/or high visibility. The following high visibility mishaps must be reported immediately:

(1) Electrical - to include Arc Flash and Uncontrolled release of Hazardous Energy.

(2) Load Handling Equipment of Rigging.

(3) Fall-from-Height; and

(4) Underwater diving

b. 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 though provided by a physician or registered personnel.

c. 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;

SECTION 01 35 26.00 82 Page 4 West Coast Hopper Maintenance Dredging 2021

(2) Days away from work (any time lost after day of injury/illness onset);

(3) Restricted work or transfer to another job;

(4) Medical treatment beyond first aid;

(5) Loss of consciousness; or

(6) A significant injury or illness diagnosed by a physician or other licensed health care professional, even if it did not result in (1) through (5) above.

d. "USACE" property and equipment specified in EM 385-1-1 must be interpreted as Government property and equipment.

1.3 REGULATORY REQUIREMENTS

a. In addition to the detailed requirements included in the provisions of this Contract, comply with the most recent edition of EM 385-1-1, in effect on the date of the Solicitation for this Contract, and applicable Federal, State, and local laws, ordinances, criteria, rules and regulations. Submit regulatory citations, violations, and corrective action and 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 must apply.

b. Contact the Contracting Officer immediately of any OSHA or other regulatory agency inspection or visit, and provide the Contracting Officer with a copy of each citation, report, and Contractor response. Correct violations and citations promptly and provide written corrective actions to the Contracting Officer.

1.4 DRUG AND ALCOHOL USE PREVENTION PROGRAM

Conduct a proactive drug and alcohol use prevention program for all workers, Prime and subcontractor, on the site, to include administrative action for employees failing the program. Ensure that no employee uses illegal drugs, in accordance with Federal law, or consumes alcohol during work hours. Ensure there are no employees under the influence of drugs or alcohol during work hours and are fit for duty. During the Contract period a copy of tests, to include results of random testing, must be submitted to the Contracting Officer. No personal data must be submitted, only numbers of individuals tested and results of tests.

1.5 SITE QUALIFICATIONS, DUTIES, AND MEETINGS

1.5.1 Personnel Qualifications

1.5.1.1 Staffing for USACE Dredging Contracts

a. Dredging Contracts may include several project sites; this Contract will require a minimum of one full-time SSHO(s) assigned per project site. SSHO may be collateral SSHO duties in specific conditions listed below.

SECTION 01 35 26.00 82 Page 5 West Coast Hopper Maintenance Dredging 2021

b. Example of one dredging project site is reflected in each of the following:

(1) A mechanical dredge, tug(s) and scow(s), scow route, and material placement site; or

(2) A hydraulic pipeline dredge, attendant plant, and material placement site; or,

(3) A hopper dredge; or

(4) A beach placement site.

c. Individual dredging project sites with work force less than eight employees, the SSHO may be a collateral duty, with the same responsibilities of a full-time SSHO.

d. Hopper dredges with USCG- Documented crews may designate an officer as a collateral-duty SSHO, with the same responsibilities of a full-time SSHO if the officer meets the SSHO training and experience requirements.

1.5.1.2 SSHO Requirements for Dredging

a. In addition to requirements stated elsewhere in this specification, the SSHO must be present at the project site, located so they have full mobility and reasonable access to all major work operations, for at least one shift in each 24 hour period when work is being done. The SSHO, or Alternate SSHO, must be available during all shifts for immediate verbal consultation and notification, either by phone or radio. The SSHO must be a full-time, dedicated position, except as noted above, Paragraph SSHO STAFFING FOR USACE DREDGING CONTRACTS. The SSHO must report to a senior project (or corporate) officials.

b. The SSHO must inspect all work areas and operations during initial set-up and at least monthly, and observe and provide personal oversight on each shift during dredging operations, including placement.

c. For projects with multiple shifts or when SSHO is temporarily off-site, an Alternate SSHO must be assigned to ensure SSHO coverage for the project at all times work activities are conducted. The Alternate SSHO must meet the same requirements and assume the responsibilities of the project SSHO. The Alternate SSHO position may be a collateral duty.

d. If the SSHO is off-site for a period longer than 24 hours, a qualified replacement SSHO must be provided and must fulfill the same roles and responsibilities as the primary/initial SSHO.

1.5.1.3 Designated Representative (DR) Requirements for Dredging

a. Designated Representatives (DR) are collateral duty safety personnel, with safety duties in addition to their full-time occupation, and support and supplement the SSHO efforts in managing, implementing, and enforcing the Contractor's Safety and Health Program. DRs must be individual(s) with work oversight responsibilities, such as masters, mates, fill foremen, and superintendents. DRs must not be positions requiring continuous

SECTION 01 35 26.00 82 Page 6 West Coast Hopper Maintenance Dredging 2021

mechanical or equipment operations, such as equipment operators.

b. Appoint a DR for all remote work locations more than 45 minutes travel time from the SSHO's duty location.

c. The DRs must perform safety program tasks as designated by the SSHO and report safety findings to the SSHO/Alternate SSHO. The SSHO must document results of safety findings and provide information for inclusion in the CQC reports to the Government Representative.

1.5.1.4 Safety Personnel Training Requirements for Dredging

a. The SSHO, Alternate SSHO, and DR for dredging Contracts must take either the OSHA 30-hour Construction Safety Course or an equivalent 30 hours of formal safety and health training covering the subjects of the OSHA 30-hour Course (see EM 385-1-1 Appendix A, paragraph 4.b) applicable to dredging work and given by qualified instructors.

b. The SSHOs must also have taken eight hours of formal classroom or online safety and health related coursework in the past four years. Hours spent as an instructor in such courses will be considered the same as attending them, but each course only gets credit once (i.e. Instructing a one-hour asbestos awareness course five times in the past four years provides one hour credit for training).

c. The SSHO, Alternate SSHO, and DR must have a minimum of three years continuous experience within the past five years in supervising/ managing dredging, marine or land-based construction, work managing safety programs or processes, or conducting hazard analyses and developing controls in activities or environments with similar hazards. This is in lieu of the construction experience required by paragraph 01.A.17.b, EM 385-1-1.

1.5.1.5 Crane Operators

Meet the crane operator's training and medical requirements in EM 385-1-1, Section 16; ASME B30-PKG; 29 CFR 1910; and 29 CFR 1926. Provide proof of current qualification.

1.5.1.6 Competent Person for Confined Space Entry

Provide a Competent Person for confined space meeting the definition and requirements of EM 385-1-1, Section 34 who is assigned in writing by the Designated Authority to assess confined spaces and who possesses demonstrated knowledge, skill, and ability to:

a. Identify the structure, location, and designation of confined and permit-required confined spaces where work is done;

b. Calibrate and use testing equipment including but not limited to, oxygen indicators, combustible gas indicators, carbon monoxide indicators, and carbon dioxide indicators, and to interpret accurately the test results of that equipment;

c. Perform all required tests and inspections specified in 29 CFR 1910.146 and 29 CFR 1915 Subpart B (Marine Work);

d. Assess hazardous conditions including atmospheric hazards in confined space and adjacent spaces and specify the necessary

SECTION 01 35 26.00 82 Page 7 West Coast Hopper Maintenance Dredging 2021

protection and precautions to be taken;

e. Determine ventilation requirements for confined space entries and operations;

f. Assess hazards associated with hot work in confined and adjacent space and determine fire watch requirements; and,

g. Maintain records required.

1.5.1.7 Competent Person for the Health Hazard Control and Respiratory Protection Program

Provide a Competent Person meeting the requirements of EM 385-1-1 who is:

a. Capable by education, specialized training and/or experience of anticipating, recognizing, and evaluating employee exposure to hazardous chemical, physical and biological agents in accordance with EM 385-1-1, Section 6.

b. Capable of specifying necessary controls and protective actions to ensure worker health.

1.5.2 Personnel Duties

1.5.2.1 Site Safety and Health Officer (SSHO)

The Superintendent, QC Manager, and SSHO are subject to dismissal if the above duties are not being effectively carried out. If the Superintendent, QC Manager, or SSHO are dismissed, project work will be stopped and will not be allowed to resume until a suitable replacement is approved and the above duties are again being effectively carried out. The SSHO must:

a. Conduct daily safety and health inspections and maintain a written log which includes area/operation inspected, date of inspection, identified hazards, recommended corrective actions, estimated and actual dates of corrections. Attach safety inspection logs to the Daily Contractor Quality Control Report.

b. Conduct mishap investigations and complete required reports. Maintain the OSHA Form 300 and Daily Contractor Quality Control Report for Prime and subcontractors.

c. Maintain applicable safety reference material on the job site.

d. Attend the Preconstruction Conference, pre-work meetings including the Contractor Quality Control Preparatory Phase inspection meeting, Initial Phase inspection meetings, Follow-up Phase, additional Preparatory and Initial Phase meetings, 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 subcontractor compliance with safety and health requirements.

SECTION 01 35 26.00 82 Page 8 West Coast Hopper Maintenance Dredging 2021

h. Maintain a list of hazardous chemicals on site and their safety data sheets (SDS).

1.5.3 Meetings

1.5.3.1 Preconstruction Conference

a. The purpose of the Preconstruction Conference is for the Contractor and the Contracting Officer to become acquainted and explain the functions and operating procedures of their respective organizations.

b. Contractor representatives who have a responsibility or significant role in accident prevention on the project must attend the preconstruction conference. This includes the project superintendent, SSHO, 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).

c. 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.

d. Deficiencies in the submitted APP will be brought to the attention of the Contractor at the Preconstruction conference, and the Contractor must revise the plan to correct deficiencies and re-submit it for acceptance. Do not begin work until there is an accepted APP.

1.5.3.2 Safety Meetings

Conduct weekly safety meetings at the project site for all employees as required by EM 385-1-1. The Contracting Officer must be informed of the meeting in advance and be allowed attendance. Minutes showing Contract title, signatures of attendees, and a list of topics discussed must be attached to the Daily Contractor Quality Control Report.

1.5.3.3 Work Phase Meetings

Appropriate AHA’s must be discussed during CQC work phase meetings as required in Section 01 45 00.00 25, QUALITY CONTROL.

1.6 TRAINING

1.6.1 New Employee Indoctrination

New employees (Prime and subcontractor) must be informed of specific site hazards before they begin work. Documentation of this orientation must be kept on file at the project site.

1.6.2 Periodic Training

Provide Safety and Health Training in accordance with EM 385-1-1 and the

SECTION 01 35 26.00 82 Page 9 West Coast Hopper Maintenance Dredging 2021

accepted APP. Ensure all required training has been accomplished for all onsite employees.

1.6.3 Training Plan

Prior to beginning a new phase, training must be provided to all affected employees to include a review of the AHA to be implemented. Contractors can chose to utilize Job Hazard Analyses in lieu of AHAs as long as the JHA meets the requirements of an AHA to include a Risk Assessment.

1.6.4 Fall Protection Training Program

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, see Paragraph FALL HAZARD PROTECTION AND PREVENTION PROGRAM. Fall protection training must be provided by a Competent Person in accordance with EM 385-1-1, Section 21. Training and evaluations for fall protection and rescue must be documented and retained for the current training program per ASSE/SAFE Z359-PKG.

1.7 ACCIDENT PREVENTION PLAN (APP)

1.7.1 General Information

a. Use a Qualified Person to prepare the written site-specific APP. See Appendix Q of EM 385-1-1 for definition of Qualified Person. Prepare the APP in accordance with the format and requirements of EM 385-1-1 and as supplemented herein. Cover all Paragraph and Subparagraph elements in EM 385-1-1, Appendix A, entitled Minimum Basic Outline for Accident Prevention Plans. Specific requirements for some of the APP elements are described below:

(1) The APP must be job-specific and must address any unusual or unique aspects of the project or activity for which it is written.

(2) The APP must 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.

(3) The Government considers the Prime Contractor to be the "controlling authority" for all work site safety and health of the subcontractors.

(4) Contractors must inform 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.

(5) The APP must be signed by the person and firm (senior person) preparing the APP, the Contractor, the on-site superintendent, and the designated SSHO.

b. Submit the APP to the Contracting Officer 15 calendar days after Notice to Proceed for acceptance. Work cannot proceed without an accepted APP. The Contracting Officer will review and comment on the Contractor's submitted APP and accept it when it meets the

SECTION 01 35 26.00 82 Page 10 West Coast Hopper Maintenance Dredging 2021

requirements of the Contract provisions.

c. Once accepted by the Contracting Officer, the APP and appendices will be enforced as part of the Contract. Disregarding the provisions of this Contract or the accepted APP will be cause for stoppage of work, at the discretion of the Contracting Officer, until the matter has been rectified.

d. Once work begins, changes to the accepted APP must 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, both verbally and in writing, within 24 hours of discovery. In the interim all necessary action must be taken by the Contractor to restore and maintain safe working conditions in order to safeguard on-site personnel, visitors, the public (as defined by ASSE/SAFE A10.34), and the environment.

e. Copies of the accepted APP must be maintained at the CO's office and at the work site. Continuously review and amend the APP, as necessary, throughout the life of the Contract. Incorporate unusual or high-hazard activities not identified in the original APP in the plan as they are discovered.

1.7.2 EM 385-1-1 Contents

In addition to the requirements above and those outlined in Appendix A of 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. The duties of each position must be specified.

b. Qualifications of Competent and Qualified Persons. As a minimum, designate Competent Persons and submit qualifications 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 space entry plan in accordance with EM 385-1-1, applicable OSHA standards 29 CFR 1910, 29 CFR 1910.146, 29 CFR 1915, and 29 CFR 1926, 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. Health Hazard Control Program. Designate a Competent and Qualified Person to establish and oversee a Health Hazard Control Program in accordance with EM 385-1-1, Section 6. The program must ensure that

SECTION 01 35 26.00 82 Page 11 West Coast Hopper Maintenance Dredging 2021

employees, on-site Government representatives, and others, are not adversely exposed to chemical, physical, and biological agents and that necessary controls and protective actions are instituted to ensure health.

e. A Drug and Alcohol Use Prevention Program. Provide description of the on-site prevention program.

f. Training Records and Requirements. List of mandatory training and certifications which are applicable to this project (e.g. explosive actuated tools, confined space entry, fall protection, crane operation, hazardous energy control, vehicle operator, forklift operators, personal protective equipment); list of requirements for periodic retraining/certification; outline requirements for supervisory and employee safety meetings.

g. Fall Protection and Prevention (FP&P) Plan. The plan must be site specific and address all fall hazards in the work place and during different phases of construction (paragraph FALL HAZARD PROTECTION AND PREVENTION PROGRAM). It must address how to protect and prevent workers from falling to lower levels when they are exposed to fall hazards above six feet. A Competent Person For Fall Protection or a Qualified Person for Fall Protection prepare and sign the plan. See Appendix Q of EM 385-1-1 for definitions of Competent and Qualified Person for Fall Protection. The plan must include fall protection and prevention systems, equipment and methods employed for every phase of work, responsibilities, self-rescue, rescue and escape equipment and operations, evacuation procedures, training requirements, and monitoring methods. For Horizontal Lifelines, see EM 385-1-1, Section 21 and ASSE/SAFE Z359-PKG. Revise the Fall Protection and Prevention Plan every six months for lengthy projects, reflecting any changes during the course of construction due to changes in personnel, equipment, systems, or work habits. The accepted Fall Protection and Prevention Plan must be kept and maintained at the job site for the duration of the project.

h. Site Safety and Health Plan. The safety and health aspects prepared in accordance with EM 385-1-1.

i. Crane Critical Lift Plan. Prepare and sign weight handling critical lift plans for lifts over 75 percent of the capacity of the crane or hoist (or lifts over 50 percent of the capacity of a barge mounted mobile crane's hoists) at any radius of lift; lifts involving more than one crane or hoist; lifts of personnel; and lifts involving non-routine rigging or operation, sensitive equipment, or unusual safety risks. Submit 15 calendar days prior to on-site work and include the requirements of EM 385-1-1, Section 16, ASME B30-PKG, and the following:

(1) For lifts of personnel, the plan must demonstrate compliance with the requirements of EM 385-1-1, Section 16.

(2) For barge mounted mobile cranes, a Naval Architectural Analysis (NAA) must be performed to determine barge stability calculations identifying barge list and trim based on anticipated loading; and load charts based on calculated list and trim. The amount of list and trim must be within the crane manufacturer's requirements.

SECTION 01 35 26.00 82 Page 12 West Coast Hopper Maintenance Dredging 2021

j. Standard Lift Plan. For all crane activities a written standard lift plan (SLP) must be prepared for every lift or series of lifts (if duty cycle or routine lifts are being performed). The SLP must be developed, reviewed and accepted by all personnel involved in the lift in accordance with EM 385-1-1, Section 16.

k. Fatigue Management Plan (FMP). A FMP must be completed as part of the APP whenever work hours:

(1) exceed 10-hours a day for more than four consecutive days;

(2) exceed 50-hours in a seven-day work week;

(3) exceed 12-hours a day for more than three consecutive days, or

(4) exceed 58-hours a week for sedentary (to include office) work.

l. Site Sanitation Plan.

(1) Due the COVID-19 Pandemic, expand the Site Sanitation Plan within the APP. The plan, at a minimum, must include the following:

(a) COVID-19 Awareness, Education & Communication Plan

(b) COVID-19 Medical Screening Procedure

(c) COVID-19 Medical Dismissal Policy

(d) COVID-19 Travel Policy

(e) COVID-19 Cleaning Procedures/Schedule

(f) COVID-19 Methods of Prevention

(g) COVID-19 Telework Policy

(h) COVID-19 Positive Test Response Plan

(i) COVID-19 Face Covering Policy

(2) For facilities which require medical screening during the time contract work is to occur, the minimum acceptable Medical Screening Procedure must include screening of all persons for an elevated temperature (100.4 degrees F or above) or respiratory symptoms and prohibit those individuals from entering the job site.

(3) For facilities which require face coverings during the time contract work is to occur, the minimum acceptable Face Covering Policy requires all individuals to wear at a minimum, a cloth face covering when they cannot maintain six feet of social distance at the worksite. Note that due to supply shortage, medical PPE such as N95 respirators and surgical masks, although this would satisfy the requirement, are encouraged to be saved for medical facilities and first responders. In the event your personnel purchase their own N95 mask for or are given the option to voluntarily use an N95 mask given by your company, those individuals must follow the requirements for OSHA's Voluntary Use of Respirators, reference 29 CFR 1910.134 Appendix D.

SECTION 01 35 26.00 82 Page 13 West Coast Hopper Maintenance Dredging 2021

1.8 ACTIVITY HAZARD ANALYSIS (AHA)

1.8.1 General

a. The Activity Hazard Analysis (AHA) format must be in accordance with EM 385-1-1. 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 must be used during daily inspections to ensure the implementation and effectiveness of the activity's safety and health controls. Develop an AHA for every operation involving a type of work presenting hazards not experienced in previous project operations or where a new work crew or subcontractor is to perform work. The analysis must identify and evaluate hazards and outline the proposed methods and techniques for the safe completion of each phase of work. At a minimum, define activity being performed, sequence of work, specific safety and health hazards anticipated, control measures (to include personal protective equipment) to eliminate or reduce each hazard to acceptable levels, equipment to be used, inspection requirements, training requirements for all involved, and the Competent and Qualified Persons in charge of that phase of work. For work with fall hazards, include fall hazards associated with scaffold erection and removal, identify the appropriate fall arrest systems. For work with materials handling equipment, address safeguarding measures related to materials handling equipment. For work requiring excavations, include requirements for safeguarding excavations. For work with commissioning, address safeguarding measures related to commissioning.

b. An activity requiring an AHA must not proceed until the AHA has been accepted by the Contracting Officer and a meeting has been conducted by the Contractor to discuss its contents with everyone engaged in the activity, including on-site Government representatives. The Contractor must document meeting attendance at the preparatory, initial, and follow-up phases of quality control inspection.

c. The AHA must be continuously reviewed and, when appropriate, modified to address changing site conditions or operations.

d. 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.

e. Contractor may use Job Hazard Analyses, Job Safety Analyses, or similar Risk Management procedures in lieu of an AHA, provided the data collected is the same as that required by the AHA.

1.8.2 Periodic AHA Review and Updating

Review the AHAs periodically (at least monthly) at the Contractor supervisory safety meeting and update when procedures, scheduling, or hazards change. The on-site superintendent, SSHO, and Competent Persons used to develop the AHAs, including updates, must sign and date the AHAs before they are implemented.

SECTION 01 35 26.00 82 Page 14 West Coast Hopper Maintenance Dredging 2021

1.9 DISPLAY OF SAFETY INFORMATION

Within one calendar day after commencement of on-site work, erect a Safety and Health 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, will 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

c. Marine Chemist Certificate (Marine Activities).

1.10 SITE SAFETY REFERENCE MATERIALS

Maintain safety-related references applicable to the project, including those listed in Paragraph REFERENCES. Maintain applicable equipment manufacturer's manuals.

1.11 EMERGENCY MEDICAL TREATMENT

Contractors must arrange for their own emergency medical treatment. Government has no responsibility to provide emergency medical treatment.

1.12 PROJECT SAFE CLEARANCE PROCEDURE

Prior to beginning work, submit a Hazardous Energy Control Plan in accordance with EM 385-1-1. Ensure that each employee is familiar with and complies with the Lockout/Tagout Safe Clearance procedures in EM 385-1-1, CPL 02-00-147. Provide instruction and training for personnel that have any involvement with electrical equipment or lines; mechanical equipment; pressure systems; and vessels and lines containing dangerous or hazardous material which can be energized, pressurized, activated, or released remotely or inadvertently. Where the requirements of this specification and referenced documents vary, the most stringent requirements must apply.

1.13 FLOATING CRANES/DERRICKS, CRANE BARGES, AND AUXILIARY SHIPBOARD-MOUNTED CRANES

a. In accordance with EM 385-1-1, Section 16, Lifting equipment on floating cranes, crane barges and on ships (shipboard cranes) must be designed and constructed in accordance with one of the following standards:

(1) ASME B30.8

(2) ABS 152

(3) API Spec 2C.

b. Manufacturer's Floating Service Load Chart. A LHE Floating Service Load Chart must be provided and in compliance with Section 16 of EM 385-1-1.

SECTION 01 35 26.00 82 Page 15 West Coast Hopper Maintenance Dredging 2021

1.14 REPORTS

1.14.1 Accident Notification

Notify the Contracting Officer as soon as practical, but no more than four hours, after any mishap meeting the definition of Recordable Injuries or Illnesses or High Visibility Mishap; meeting EM 385-1-1, Section 01, to include property damage equal to or greater than $5,000. In conjunction with Section 00 72 00 Contract Clause 52.236-13 Alt I, ACCIDENT PREVENTION - ALTERNATIVE I, and EM 385-1-1 Section 1, the Contractor must report to the Government monthly the total man-hours expended at the project site by all employees (supervisory as well as labor) together with those of all subcontractors. The reporting period will start at 12:01 a.m. the first day of each month and end as of midnight on the last day of each month. Reporting must be made by telephone to the CO and Resident Engineer's office prior to the fifth day of the following month.

1.14.2 Accident or Mishap Reports

All accidents involving property damage, fires, personal equipment, and all injuries to the public, regardless of degree, must be reported to the CO and Resident Engineer on ENG Form 3394 and according to the schedule which follows:

a. Investigation and Reporting

(1) Conduct a mishap investigation for recordable injuries and illnesses, for Medical Treatment as defined in Paragraph DEFINITIONS, property damage accidents resulting in at least $5,000 in damages, and near misses as defined in EM 385-1-1, to establish the root cause(s) of the accident. Complete the accident or mishap reports form, ENG Form 3394, and provide the report to the CO within five calendar days of the accident.

(2) Conduct an accident investigation for any of the following High Visibility Mishap: (1) Electrical, (2) Load Handling Equipment or Rigging, (3) Fall-from-Height, (4) Underwater Diving to establish the root cause(s) of the accident, (5) Hazardous Energy. Initial report must be made within four hours, and a , completed ENG Form 3394 must be provide to the Contracting Officer within five calendar days of the accident. Do not proceed with further operations until cause is determined and corrective actions have been implemented to the satisfaction of the CO.

(3) The CO and Resident Engineer must be notified by the most expeditious means available of all fatal and permanent total disability injuries, one or more persons hospitalized, all property damage of $500,000 or more, and structural damage involving a question of structural adequacy. All incidents involving disabling injury or an injury which may result in an employee's lost time, or property damage of $5,000 or more must be reported to the CO and Resident Engineer by telephone as soon as possible and in all cases within four hours.

(4) In all accidents enumerated in subitem (3), investigate the circumstances before the scene of the accident is changed, take corrective action, and within 48 hours forward to the CO and Resident Engineer four copies of ENG Form 3394.

SECTION 01 35 26.00 82 Page 16 West Coast Hopper Maintenance Dredging 2021

(5) In the event of an accident involving a fatality, permanent total disability, hospitalization of one or more persons, or property damage of $500,000 or more, the Contractor must promptly suspend all operations at the scene of the accident and notify the CO and Resident Engineer of the occurrence. Immediately provide for the rescue and/or care of the injured. Except in situations where safety may be compromised, access to the area must be restricted and the scene left undisturbed until investigated by a Government appointed board of investigation and until the Contractor is authorized to resume operations.

(6) If property damage and injury result from the same accident, the consequence may be noted on the same ENG Form 3394. If more than one person is injured in a single accident, ENG Form 3394 must be submitted for each person injured. The Resident Office staff will provide the required forms and assist in their preparation immediately upon notification of an accident.

b. Types of Accidents and Reports. For each accident that results in a consequence or combination of the consequences listed below, a complete report on ENG Form 3394 must be furnished to the CO and Resident Engineer. Please note that these reports cannot be used for any purpose other than accident reporting.

(1) Disabling injury (including death) is an injury that renders a person unable to perform a regularly established job on the day following the injury or on any subsequent day. Known suicide or deaths from natural causes are not reportable.

(2) Damage of $5,000 or more to the Contractor's property or equipment, including motor vehicles and fire and/or damage to other property caused by the Contractor while executing the Contract.

(3) Accidents occasioned by flood, hurricane, tornado, fire, navigation, wind, ice, etc., and structural failure in excess of $5,000.

1.14.3 Crane Testing Reports

Submit crane inspection reports required in accordance with Section 16 and Appendix I of EM 385-1-1, ASME B30-PKG, and as specified herein with the daily reports of inspections.

1.14.4 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 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. Also certify that all of its crane operators have been trained in the proper use of all safety devices (e.g., anti-two block devices). Post certifications on the crane.

SECTION 01 35 26.00 82 Page 17 West Coast Hopper Maintenance Dredging 2021

1.15 HOT WORK

a. Submit and obtain a written permit prior to performing "Hot Work" (i.e. welding or cutting, etc.) or operating other flame-producing/spark producing devices. Contractors are required to meet all criteria before a permit is issued. In accordance with EM 385-1-1, provide at least two, 20 pound 4A:20 BC rated extinguishers for normal "Hot Work". All extinguishers must have current inspection tag, approved safety pin, and tamper resistant seal. It is also mandatory to have a designated FIRE WATCH for any "Hot Work" done. The Fire Watch must be trained in accordance with NFPA 51B and remain on-site for a minimum of 60 minutes after completion of the task or as specified on the hot work permit.

b. For floating plant, obtain services from a NFPA Certified Marine Chemist for "HOT WORK" within or around flammable materials (such as fuel systems, welding/cutting on fuel pipes) or confined spaces (such as sewer wet wells, manholes, vaults, etc.) that have the potential for flammable or explosive atmospheres.

c. In accordance with EM 385-1-1, arc welding and cutting operations shall be shielded by noncombustible or flameproof screens that will protect employees and other persons working within 35 ft. Additionally, any arc welding or cutting performed on the beach must be performed behind similar barriers so that the unfiltered arc cannot be viewed by the public outside the active construction zone, regardless of distance.

1.16 SPECIAL SAFETY REQUIREMENTS

In addition to Section 00 72 00, Contract Clause 52.236-13 Alt I, ACCIDENT PREVENTION (Nov 1991)- Alternative I, and the referenced Safety and Health Requirements Manual, EM 385-1-1, comply with the following safety requirements:

a. Conduct transfer of supplies or personnel by launch in a safe manner and in accordance with the procedures established under subitem (b) below. Transfers in rough conditions are at the discretion of the launch operator.

b. File a Float Plan when required by EM 385-1-1.

c. Personnel Transfer by Boat

(1) Establish a written procedure for transfer of personnel by boat. Include as a minimum the following items:

(a) Sea and weather conditions under which a personnel transfer will, or will not, be allowed.

(b) Procedure for establishing present sea conditions.

(c) Clear lines of authority regarding determination of safe sea conditions for a personnel transfer.

(2) Establish a written safety briefing for all personnel transferring by boat. Include the following items at a minimum and post on board both the launch and dredge:

SECTION 01 35 26.00 82 Page 18 West Coast Hopper Maintenance Dredging 2021

(a) A requirement for the boat operator to provide a copy of the procedure and a verbal briefing for all personnel upon their initial transit to each work location (dredge or placement site).

(b) A log containing the names, dates, and location of each briefing provided.

(c) Detailed procedures for personnel transfer.

d. All U.S. Coast Guard Rules and Regulations including, but not limited to, the use of lights and day signals, draft limitations, safe speed in fog or limited visibility, and radio monitoring VHF-FM channel 13 or 16 as required must be strictly followed.

e. Give consideration to other channel users when going to and from the dredged material placement site. Take caution to avoid damage to crab pots or fishing nets in or near the channel or when transiting to placement areas. Reduced speed is required where there is a concentration of boats.

f. Immediately report to the GQAR any malfunctioning equipment that affects the safety of the personnel or plant.

g. Due to local sea and weather conditions, provide AHA's, and include Personal Locator Beacon (PLB/EPIRB) procedures in the AHA's for the following:

(1) Personnel working on deck without handrails.

(2) Personnel outside the handrails without fall protection.

h. Personal Locator Beacons (PLB) and Receiver unit.

(1) Furnish a Receiver unit located on the bridge, on or near the ships helm, but within sight of the mate or operator of the vessel.

(2) As a minimum, the following personnel must wear Personal Locator Beacons:

(a) All personnel in an area that is not protected by handrails. A fall protection system can only be worn where feasible, safe, and practical. Where it is not feasible, safe or practical to provide a fall arrest system, all personnel accessing unguarded decks, must be equipped with a PLB.

(b) All personnel transiting in small boats including project visitors.

(c) All personnel actively conducting hydrographic surveys.

(d) Anytime there are less than three personnel transiting by boat.

(3) Submit a Personal Locator Beacon system for review as part of the Accident prevention Plan.

(4) Supply one Personal Locator Beacon to the Government prior to commencement of work. This will be returned within 30 days after

SECTION 01 35 26.00 82 Page 19 West Coast Hopper Maintenance Dredging 2021

physical completion of all work. In addition, provide PLB's to all personnel transiting on their boats including Government visitors.

(5) Remove and replace all Personal Locator Beacons (including the PLB(s) provided to the GQAR's) that malfunction or break immediately, regardless of the fault or cause. No dredging or placement will be allowed to occur without the required number of PLB(s) on site. It is recommended that a sufficient number of spare PLB(s) are kept on site to avoid delays in the dredging and placement, should a PLB malfunction or be damaged. Train all personnel in the use of PLBs. Brief all personnel assigned to the project on the procedure if the system is activated.

(6) Specifications on Personal Locator Beacon and direction/location finder.

(a) Miniature Personal Water Activated 121.5 MHz or other approved frequency PLB/EPIRB (Alerting Unit) OR beacon with AIS (Automatic Identification System) and DSC (Digital Selective Calling) capabilities. Beacons must automatically activate upon entry into the water and be incapable of being turned off. Beacons must have a 24+ hour operational life and 7-year or greater battery life.

(b) PLB/EPIRB's utilizing a 121.5 MHz or other approved frequency must alert a Direction finder within two minutes. (Base Unit) For AIS/DSC beacons, parent vessels and rescue boats must be VHF, DSC, and AIS equipped and monitored during work hours, and alert a receiver within 15 seconds.

(7) Receivers for monitoring PLB's: Keep receivers at the following locations for the purpose of monitoring the PLB signal. Keep a monitored receiver within range of all personnel wearing PLBs, to include:

(a) All Contractor boats (except the dredge with the base unit).

(b) Contractor's field office(s).

(c) Government office.

(8) Mount a directional antenna on the rescue boat, with an external speaker that can be clearly heard over the engine noise, in and around the boat.

i. Rescue System

(1) Rescue boat must be equipped with a rescue man overboard system that can be used by a single person. Train all personnel working on these vessels, on man overboard rescue techniques and procedures.

(2) Train all personnel, on all floating plant, in man overboard rescue. Provide man overboard training to all GQAR(s) overseeing the monitoring; anticipate training four to six GQAR(s) periodically.

SECTION 01 35 26.00 82 Page 20 West Coast Hopper Maintenance Dredging 2021

(3) No vessel specified in subitem (n)(1) above to have a rescue system will be allowed to operate on this Contract without a rescue system installed and crew trained on its use.

j. Evacuation Drill: Prior to the start of work, the Contractor must conduct an Evacuation Drill. The drill will take place at the project site and demonstrate the Contractor's response and ability to transport an injured person off the work site. Any vessel used for excavation or rescue on the project must have sufficient power to perform during any tidal, sea, and weather conditions on the project that may arise during the life of the Contract.

k. VHF Radios: Have VHF radios at all steering stations on board all dredges, survey vessels, launches and other boats used on the project.

l. Personal Flotation Devices (PFDs): Meet the requirements of EM 385-1-1. In addition to the requirements of EM 385-1-1, PFDs must be worn on the decks of all launches and motorboats regardless of whether handrails are installed. Launches and motorboats include survey vessels and all other small boats used on the project.

1.17 SEVERE STORM PLAN

In the event of a severe storm warning:

a. Secure outside equipment and materials and place materials that could be damaged in protected areas.

b. Check surrounding area for loose material, equipment, debris, and other objects that could be blown away or against existing work.

c. Ensure that temporary erosion controls are adequate.

d. Provide a Severe Storm Plan for removing or securing plant and evacuation of personnel for floating plants in emergencies. Include this plan as part of the APP and meet the requirements of EM 385-1-1.

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 CONSTRUCTION AND OTHER WORK

3.1.1 General

Comply with EM 385-1-1, NFPA 241, ASME B30-PKG, the APP, the AHA, Federal and/or State OSHA regulations, and other related submittals and activity fire and safety regulations. The most stringent standard will prevail.

3.1.2 Hazardous Material Exclusions

Notwithstanding any other hazardous material used in this Contract, radioactive materials or instruments capable of producing ionizing/non-ionizing radiation (with the exception of radioactive material and devices used in accordance with EM 385-1-1 such as nuclear density meters for compaction testing and laboratory equipment with radioactive sources) as well as materials which contain asbestos, mercury or polychlorinated biphenyls, di-isocynates, and lead-based paint are prohibited. The Contracting Officer, upon written request by the

SECTION 01 35 26.00 82 Page 21 West Coast Hopper Maintenance Dredging 2021

Contractor, may consider exceptions to the use of any of the above excluded materials.

3.1.3 Unforeseen Hazardous Material

The design should have identified materials such as PCB, lead-based paint, friable and non-friable asbestos, and other OSHA regulated chemicals (i.e. 29 CFR 1910.1000). If 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 the appropriate terms of the Contract.

3.2 PRE-OUTAGE COORDINATION MEETING

Utility outages must be requested, approved, and coordinated with the Contracting Officer as specified in Section 01 10 10.00 25, CONTRACTOR'S OPERATIONS AND REQUIREMENTS. Prior to beginning work on the utility system requiring shut down, attend a pre-outage coordination meeting with the CO to review the scope of work and the Project Specific Safe Clearance Procedures for worker protection.

3.3 FALL HAZARD PROTECTION AND PREVENTION PROGRAM

3.3.1 General

Designate a Competent or Qualified Person for Fall Protection to establish, prepare, and sign a fall protection and prevention (FP&P) plan for the protection of all employees exposed to fall hazards in accordance with ASSE/SAFE Z359-PKG and EM 385-1-1. Establish a fall protection and prevention program, for the protection of all employees exposed to fall hazards. The plan will include: company policy, identify responsibilities, qualifications, 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; and must be submitted in the APP. Definitions and nomenclature must be used in accordance with ASSE/SAFE Z359-PKG. Identify Competent/Qualified Persons, as required, for fall protection and must maintain a list of current certificates and completed training courses for each person. Qualified and Competent persons (See EM 385-1-1, Appendix Q) requirements are as follows:

a. A Qualified Person must have a recognized degree or professional certificate that relates to fall protection and rescue and with extensive knowledge, training, and experience in the fall protection and rescue field and must be capable of designing, analyzing, evaluating, specifying, inspecting, and assembling fall protection and rescue equipment and systems. The Qualified Person must also have working knowledge of current fall protection regulations and standards, physical sciences, engineering principles, and meet the qualifications of a Competent Person.

b. A Competent Person, designated in writing by the Contractor, will be responsible for the immediate supervision, implementation, and monitoring of the Contractor's managed Fall Hazard Protection and

SECTION 01 35 26.00 82 Page 22 West Coast Hopper Maintenance Dredging 2021

Prevention Program, who through training and knowledge in the fall protection and rescue field, is capable of identifying, evaluating, and addressing existing and potential fall hazards, and who has the authority to take necessary corrective measures. To be qualified as a Competent Person for Fall Protection, the individual must have a minimum of 24 hours of Competent Person for Fall Protection training, with a combination of formal classroom and practical documented training. Training will be performed by a Competent Person training or a Qualified Person trainer conforming to the requirements of ANSI/ASSE Z490.1, Criteria for Accepted Practices in Safety, Health and Environmental Training. In addition, Competent Person refresher training must be conducted at least every two years to stay current with fall protection and rescue educational industry requirements, or when new fall protection systems are used or installed, or new fall hazards are encountered per ASSE/SAFE Z359-PKG. A Qualified Person may perform the duties and responsibilities of a Competent Person if their training meets the above minimum training requirements.

3.3.2 Fall Protection Equipment and Systems

3.3.2.1 General

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, and life rings etc., are required when working above or next to water in accordance with EM 385-1-1, Section 05 and 21. Personal fall arrest systems are required when working from an articulating or extendible boom, swing stages, or suspended platforms. Safety requirements for work platforms suspended from cranes or derricks must comply with ASSE/SAFE A10.28. In addition, personal fall restraint systems are required when operating other equipment such as scissor lifts. Fall protection must comply with EM 385-1-1, and ASSE/SAFE Z359-PKG.

3.3.2.2 Personal Fall Arrest Equipment

Personal fall arrest equipment, systems, subsystems, and components must meet ASSE/SAFE Z359-PKG. 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 are prohibited, to include use in Fall Restraint. Harnesses must have a fall arrest attachment affixed to the body support (usually a Dorsal D-ring) and specifically designated for attachment to the rest of the system. Only locking snap hooks and carabiners must be used meeting the 3,600 lb. gate strength requirement. Webbing, straps, and ropes must be made of synthetic fiber. The maximum free fall distance when using fall arrest equipment must 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. All harnesses must be equipped with Trauma Suspension Straps or similar to provide short-term relief from the effects of orthostatic intolerance. Effective July 2016, all energy absorbers must be equipped with a deployment indicator.

3.3.3 Work Over Water

Prepare and provide a fall prevention and protection plan. The plan must

SECTION 01 35 26.00 82 Page 23 West Coast Hopper Maintenance Dredging 2021

comply with EM 385-1-1, Section 21.

3.3.4 Existing Anchorage

Existing anchorages, to be used for attachment of personal fall arrest equipment, must be certified (or re-certified) by a Qualified Person for fall protection in accordance with ASSE/SAFE Z359-PKG. Exiting horizontal lifeline anchorages must be certified (or re-certified) by a registered professional engineer with experience in designing horizontal lifeline systems.

3.3.5 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 in compliance with ASSE/SAFE Z359-PKG and EM 385-1-1, Section 21.

3.3.6 Guardrails and Safety Nets

Design, install, and use guardrails and safety nets in accordance with EM 385-1-1, Section 21 and 19 (Marine).

3.3.7 Rescue and Evacuation Procedures

When personal fall arrest systems are used, ensure that the mishap victim can self-rescue or can be rescued promptly should a fall occur. Prepare a Rescue and Evacuation Plan and include a detailed discussion of the following: methods of rescue; methods of self-rescue; equipment used; training requirement; specialized training for the rescuers; procedures for requesting rescue and medical assistance; and transportation routes to a medical facility. The Evacuation Plan will include rescue vessel draft demonstrating the rescue vessel can safely access the project location in all tidal conditions. Include the Rescue and Evacuation Plan within the AHA for the phase of work, in the FP&P Plan, and the APP.

3.3.8 Aerial Lift Equipment and Movable Work Platforms

In addition to the guardrail provided, the equipment must be equipped with anchorages meeting ASSE/SAFE Z359-PKG. A restraint system must be used in addition to guardrails and the lanyards must be sufficiently short to prohibit workers from climbing out of, or being ejected from the platform.

3.3.9 Safety Monitoring System

The use of a safety monitoring system as a fall protection method is prohibited.

3.3.10 Controlled Access Zones

The use of Controlled Access Zones as a fall protection method is prohibited.

3.4 SCAFFOLDING

a. Provide employees with a safe means of access to the work area on the scaffold. Climbing of any scaffold braces or supports not specifically designed for access is prohibited. Access to scaffold platforms greater than 20 feet in height must be accessed by use of a

SECTION 01 35 26.00 82 Page 24 West Coast Hopper Maintenance Dredging 2021

scaffold stair system. Vertical ladders commonly provided by scaffold system manufacturers must not be used for accessing scaffold platforms greater than 20 feet in height. The use of an adequate gate is required. Ensure that employees are qualified to perform scaffold erection and dismantling. Do not use scaffold without the capability of supporting at least four times the maximum intended load or without appropriate fall protection as delineated in the accepted fall protection and prevention plan. Stationary scaffolds must be attached to structural building components to safeguard against tipping forward or backward. Special care must be given to ensure scaffold systems are not overloaded. Side brackets used to extend scaffold platforms on self-supported scaffold systems for the storage of material are prohibited. The first tie-in must be at the height equal to four times the width of the smallest dimension of the scaffold base. Work platforms must be placed on mud sills. Scaffold or work platform erectors must have fall protection during the erection and dismantling of scaffolding or work platforms that are more than six feet. Delineate fall protection requirements when working above six feet or above dangerous operations in the Fall Protection and Prevention (FP&P) Plan and Activity Hazard Analysis (AHA) for the phase of work.

b. Scaffolding must comply in every respect with EM 385-1-1. Any scaffolding, ladder, stairway, or other access schemes proposed to be used must be submitted to include type, layout, connections, and product literature. Approved anti-slip surface material must be installed on scaffolding platforms.

3.5 EQUIPMENT

3.5.1 Load Handling Equipment (LHE)

Load Handling Equipment (LHE) must comply with ASME B30-PKG and the following:

a. Load Handling Equipment such as forklifts must 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 must be licensed in accordance with OSHA.

3.5.2 Cranes, Hoists, and Rigging

a. LHE as specified in EM 385-1-1, Section 16.

b. Comply with the LHE manufacturer's specifications and limitations for erection and operation of LHE used in support of the work. Perform erection under the supervision of a designated person (as defined in ASME B30-PKG). Perform all testing in accordance with the manufacturer's recommended procedures.

c. Comply with ASME B30-PKG, OSHA and the EM 385-1-1 for all cranes.

d. When operating in the vicinity of overhead transmission lines, operators and riggers must be alert to this special hazard and follow the requirements of EM 385-1-1, Sections 11, and ASME B30-PKG.

SECTION 01 35 26.00 82 Page 25 West Coast Hopper Maintenance Dredging 2021

e. Do not use personnel work platforms (man-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. Hoisting personnel must be allowed by the LHE Manufacture, this activity is a critical lift and a critical lift plan is required.

f. Inspect, maintain, and recharge portable fire extinguishers as specified in NFPA 10, Standard for Portable Fire Extinguishers.

g. All employees must keep clear of loads about to be lifted and of suspended loads.

h. Use cribbing when performing lifts on outriggers.

i. The LHE hook/block must be positioned directly over the load. Side loading of LHE is prohibited unless allowed by the manufacture.

j. Position a physical barricade to prevent personnel from entering the counterweight swing (tail swing) area of the crane.

k. Certification records which include the date of inspection, signature of the person performing the inspection, and the serial number or other identifier of the LHE that was inspected must always be available onsite.

l. Written reports listing the load test procedures used along with any repairs or alterations performed on the crane must be available onsite.

m. Certify that all LHE operators have been trained in proper use of the equipment they are authorized by type, class and capacity.

n. Certify that all LHE meet the manufactures requirements by completing and submitting the certification of compliance (COC)for in the EM 385-1-1 prior to the start of work.

o. All LHE operators must have a physical if required by the EM 385-1-1, and must be signed by a Medical Doctor (MD) or Doctor of Osteopathy (DO).

p. All lifts with LHE must be planned in advance by developing a Standard lift plan (SLP) per the EM 385-1-1.

3.6 EXCAVATIONS

3.6.1 Soil Classification

Soil classification must be performed by a Competent Person in accordance with EM 385-1-1.

3.6.2 Utility Locations

All underground utilities in the work area must be positively identified by a third party, independent, private utility locating company in addition to any station locating service and coordinated with the station utility department.

SECTION 01 35 26.00 82 Page 26 West Coast Hopper Maintenance Dredging 2021

3.6.3 Utility Location Verification

Physically verify underground utility locations, including utility depth, by hand digging using wood or fiberglass handled tools when any adjacent construction work is expected to come within three feet of the underground system.

3.6.4 Utilities Within and Under Concrete, Bituminous Asphalt, and Other Impervious Surfaces

Utilities located within and under concrete slabs or pier structures, bridges, parking areas, and the like, are extremely difficult to identify. Whenever Contract work involves chipping, saw cutting, or core drilling through concrete, bituminous asphalt or other impervious surfaces, the existing utility location must be coordinated with station utility departments in addition to location and depth verification by a third party, independent, private locating company. The third party, independent, private locating company must locate utility depth by use of Ground Penetrating Radar (GPR), X-ray, bore scope, or ultrasound prior to the start of demolition and construction. Outages to isolate utility systems must be used in circumstances where utilities are unable to be positively identified. The use of historical drawings does not alleviate the Contractor from meeting this requirement.

3.7 ELECTRICAL

3.7.1 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 shall 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.

3.8 WORK IN CONFINED SPACES

Comply with the requirements in Section 34 of EM 385-1-1, OSHA 29 CFR 1915 (marine works), OSHA Directive CPL 2.100, and OSHA 29 CFR 1926. Any potential for a hazard in the confined space requires a permit system to be used.

SECTION 01 35 26.00 82 Page 27 West Coast Hopper Maintenance Dredging 2021

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 EM 385-1-1, Section 34, for entry procedures.) All hazards pertaining to the space must 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.

c. Ensure the use of rescue and retrieval devices in confined spaces greater than five feet in depth. Conform to Section 34 of EM 385-1-1.

d. Sewer wet wells require continuous atmosphere monitoring with audible alarm for toxic gas detection.

e. Include training information for employees who will be involved as entrants and attendants for the work. Conform to Section 34 of EM 385-1-1.

f. Post the confined space entry permit in a conspicuous place close to the confined space entrance.

3.9 CRYSTALLINE SILICA

Grinding, abrasive blasting, and foundry operations of construction materials containing crystalline silica, must comply with OSHA regulations, such as 29 CFR 1910.94, and EM 385-1-1, Section 06. Develop and implement effective exposure control and elimination procedures to include dust control systems, engineering controls, and establishment of work area boundaries, as well as medical surveillance, training, air monitoring, and personal protective equipment.

3.10 HOUSEKEEPING

3.10.1 Clean-Up

All debris in work areas must be cleaned up daily or more frequently if necessary. Construction debris may be temporarily located in an approved location; however garbage accumulation must be removed each day.

3.10.2 Dust control

In addition to the dust control measures required elsewhere in the Contract documents, dry cutting of brick or masonry must be prohibited. Wet cutting must address control of water runoff.

-- End of Section --

SECTION 01 35 26.00 82 Page 28 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 35 27.00 25

DIVING

PART 1 GENERAL

1.1 GENERAL INFORMATION 1.2 REFERENCES 1.3 SUBMITTALS 1.4 PRE-QUALIFIED DIVE COMPANIES AND DIVE TEAM PERSONNEL 1.5 DIVING ENVIRONMENT 1.6 DIVE PLAN AND GENERAL SCHEDULE 1.7 COMPANY SAFE PRACTICE MANUAL FOR DIVING 1.8 DIVE SAFETY INSPECTOR 1.9 RESOLUTION OF CONFLICT

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 DIVE TEAM COMPOSITION AND DIVE EQUIPMENT 3.2 CONTRACTOR-PROVIDED DIVING SUPPORT EQUIPMENT 3.3 CONTRACTOR-PROVIDED SPECIAL UNDERWATER EQUIPMENT 3.4 DIVING WORK DESCRIPTION

-- End of Section Table of Contents --

SECTION 01 35 27.00 25 Page 1 West Coast Hopper Maintenance Dredging 2021

SECTION 01 35 27.00 25

DIVING

PART 1 GENERAL

1.1 GENERAL INFORMATION

This Section covers the general requirements for Contract diving operations to be performed as specified within this Contract. Diving must be performed in accordance with the latest edition of the U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1 referenced in Contract Clause 52.236-13 Alt I, ACCIDENT PREVENTION - ALTERNATE I; the Portland District Diving Regulation, NWPR 385-1-93; the U.S. Navy Diving Manuals, NAVSEA 0994-LP001-0910 and NAVSEA 0994-LP001-0920; 29 CFR 1910, Subpart T; and ADCI Consensus Standards inclusive of all other references listed therein. All diving operations must be considered incidental to the work specified elsewhere herein. No separate payment for diving work will be made.

1.2 REFERENCES

The latest editions of 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.

ASSOCIATION OF DIVING CONTRACTORS INTERNATIONAL (ADCI)

ADCI (2014) Consensus Standards for Commercial Diving and Underwater Operations, 6th Edition

U.S. ARMY CORPS OF ENGINEERS (USACE)

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

U.S. ARMY CORPS OF ENGINEERS - PORTLAND DISTRICT (NWP)

NWPR 385-1-93 (2009) Engineering Regulation, Diving Operation by Contract

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

29 CFR 1910, Subpart T Commercial Diving Operations

U.S. NAVAL SEA SYSTEMS COMMAND (NAVSEA)

NAVSEA 0994-LP001-0910 U.S. Navy Diving Manual

NAVSEA 0994-LP001-0920 U.S. Navy Diving Manual

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. The

SECTION 01 35 27.00 25 Page 2 West Coast Hopper Maintenance Dredging 2021

following must be submitted in accordance with Sections 01 35 26.00 25, GOVERNMENTAL SAFETY REQUIREMENTS.

SD-01 Preconstruction Submittals

Dive Team Personnel; G

Dive Plan and General Schedule; G

Equipment Certification; G

Emergency Management Plan; G

Activity Hazard Analysis; G

Company Safe Practice Manual For Diving; G

1.4 PRE-QUALIFIED DIVE COMPANIES AND DIVE TEAM PERSONNEL

a. Effective 1 May 2008, the U.S. Army Corps of Engineers Portland District will no longer utilize its Dive Pre-Qualification Program.

b. As a result, any domestic commercial dive Contractor meeting the minimum standards set forth in the most recent edition of the USACE Safety and Health Requirements Manual, EM 385-1-1, and in the Portland District's Dive Safety Regulation, NWPR 385-1-93 (see Appendix A of this Section), will be eligible to compete for routine diving work. The Dive Contractor must have no State or Federal OSHA safety violations within the 12 months preceding the due date of the bid or proposal.

c. Once awarded, Contract performance is contingent upon the Contractor's submission of an acceptable Dive Plan, Activity Hazard Analysis, and Emergency Management Plan for the specific diving operation to be conducted. It is the Contractor's responsibility to ensure that all diver credentials and equipment certifications meet the standards outlined in the most recent edition of EM 385-1-1 and NWPR 385-1-93.

1.5 DIVING ENVIRONMENT

a. The estimated maximum working depth is approximately 40 feet below water surface.

b. The estimated maximum depth (distance from water surface to bottom) the diver(s) will be exposed to is approximately 45 feet below water surface.

c. Turbidity may limit visibility to 10 feet or less.

d. The current water velocity through the work area is estimated to be approximately 0-3 knots, but can vary, based on the tides and weather conditions specific to the date.

e. Water temperature(s) are estimated to vary between 55 and 65 degrees F.

f. Underwater operations will not require diver(s) to perform work within confined spaces and/or enclosed areas or areas with an overhead.

SECTION 01 35 27.00 25 Page 3 West Coast Hopper Maintenance Dredging 2021

g. The overall work site is not a restricted access area and is open to commercial and private vessels.

1.6 DIVE PLAN AND GENERAL SCHEDULE

a. No later than 21 working days prior to the first planned diving operation, the Dive Plan and General Schedule. Personnel and equipment certification must be included in the plan. A site specific Emergency Management Plan must be included in the Dive Plan in accordance with NWPR 385-1-93. A job specific Activity Hazard Analysis (AHA) must be prepared in accordance with NWPR 385-1-93 and EM 385-1-1, Paragraph 01.A.09, and must be included in the Dive Plan. Adjustments must be coordinated with the Contracting Officer (CO). Dive locations and schedules must be submitted for approval to the CO.

b. Scheduling Individual Dives. The Contractor must notify the COR in writing a minimum of seven calendar days in advance of each scheduled dive. Failure to give the full seven days notice may result in delays to the work if a DSI is not available. The Government is not liable for delays if the Contractor fails to give the required seven days written notice.

c. In the event it becomes necessary to cancel or reschedule a dive, the Contractor is required to notify the Government at least two work days prior to the first day of the scheduled dive during normal business hours (Monday through Friday excluding holidays). Failure to provide such notification will make the Contractor liable for the daily rate for the DSI from the date of the cancellation until the dive commences; the Contactor will not be charged for more than seven days delay for each dive cancellation. However, each time a dive is cancelled or rescheduled, it is treated as a new dive for purposes of scheduling DSI's and determining delay costs. When computing delay costs, a partial day is considered a full day; DSI delay costs will be permanently deducted from the Contractor's pay at the rate of 1,200 per day.

1.7 COMPANY SAFE PRACTICE MANUAL FOR DIVING

Submit a Company Safe Practice Manual for Diving. If this manual is already on file with U.S. Army Corps of Engineers, Portland District, Office of Dive Safety an additional copy is not required.

1.8 DIVE SAFETY INSPECTOR

EM 385-1-1 requires the Portland District Dive Safety Office to provide a Dive Safety Inspector (DSI) to be onsite at all times during diving operations. A DSI will be provided based on the Contractor's submitted Dive Plan and General Schedule. The Dive Plan and General Schedule must include anticipated dive schedules and durations. Any changes to the dive schedule must be provided to the COR with no less than seven calendar days notice.

1.9 RESOLUTION OF CONFLICT

EM 385-1-1 and NWPR 385-1-93, as applied by the USACE Portland District Office of Dive Safety, or supplemental waiver or applicable Memorandum of Agreement (MOA) must be the controlling authority(s) for implementation of all Contract diving policy.

SECTION 01 35 27.00 25 Page 4 West Coast Hopper Maintenance Dredging 2021

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 DIVE TEAM COMPOSITION AND DIVE EQUIPMENT

Minimum dive team staffing must, unless a waiver is approved by the Portland District Office of Dive Safety, be comprised of personnel levels as required by EM 385-1-1 and NWPR 385-1-93: a single diver requires a five-man crew as defined in this reference and for two in-water working divers, a seven-man crew must be required, which includes the addition of one stand-by diver and one tender. For depths exceeding 100 feet, a six-man crew is required. Any use of breathing gas with oxygen content more than 21 percent is considered mixed gas diving. A minimum six-man crew is required for all mixed gas diving. SCUBA Diving is allowable only with prior permission obtained from the USACE Portland District Office of Dive Safety. In addition to the dive team personnel addressed in the above references, minimum required certified chamber crew personnel must be provided as diving operations dictate. If a crane is used, a certified crane operator who must not be included as a dive-team member must be exclusively dedicated to crane operations. Surface-supplied air diving equipment with two-way voice communication must be used by divers and standby divers. An independent reserve air system (bailout bottle) for all divers is required as specified by EM 385-1-1 and NWPR 385-1-93. As a minimum, all diver surface air supply compressors, tanks, helmets, and other related equipment must comply with the requirements of EM 385-1-1. All dive team members must meet the requirements as listed in EM 385-1-1, Section 30.A.06 through 10, and NWPR 385-1-93.

3.2 CONTRACTOR-PROVIDED DIVING SUPPORT EQUIPMENT

A dual lock recompression chamber(s) capable of recompression to a minimum of 165 FSW must be provided on-site and available for immediate use for divers working at all depths unless a waiver is granted by the Portland Office of Dive Safety. Sufficient on-site chamber facilities must be provided to service multiple divers working simultaneously on differing recompression schedules. All recompression treatment tables must comply with the most recent edition of the U.S. Navy Dive Manual. Unless waived by the Portland Office of Dive Safety, diving in water less than 46 degrees F for bottom times exceeding 45 minutes of accumulated bottom time or less than 36 degrees F for bottom times exceeding 20 minutes of accumulated bottom time must require hot water diving systems. Unless waived by the Portland District of Dive Safety, variable-volume dry suits with appropriate thermal protection must be utilized by divers working in waters 60 degrees F, or less. A dive vessel, or a floating or suspended dive platform from which diving operations will be staged, must at all times provide a portable toilet unit and a heated shelter for all dive team members when temperature and/or wind-chill factor is below 60 degrees F. Man-basket(s) must be provided for each working diver as needed. All necessary top-side equipment such as cranes, trucks, personnel vehicles, and appropriately-powered underwater hand and power tools must be furnished by the Contractor to enable accomplishment of all required dive work.

3.3 CONTRACTOR-PROVIDED SPECIAL UNDERWATER EQUIPMENT

Provide all appropriate tools, equipment, and materials needed to accomplish the tasks as stated in Paragraph DIVING WORK DESCRIPTION.

SECTION 01 35 27.00 25 Page 5 West Coast Hopper Maintenance Dredging 2021

3.4 DIVING WORK DESCRIPTION

No diving work is required for this contract. However, it is expected that the contractor may require diving operations for the following:

Diving operations may be required to install pipeline plugs during the pipline placement process. Manual hand tools, such as a pipe wrench or similar may be required to install the threaded plugs.

Other diving operations of similar scope and magnitude may arise for pipeline repair and maintenance.

-- End of Section --

SECTION 01 35 27.00 25 Page 6 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 42 00

SOURCES FOR REFERENCE PUBLICATIONS

PART 1 GENERAL

1.1 REFERENCES 1.2 ORDERING INFORMATION

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION - NOT USED

-- End of Section Table of Contents --

SECTION 01 42 00 Page 1 West Coast Hopper Maintenance Dredging 2021

SECTION 01 42 00

SOURCES FOR REFERENCE PUBLICATIONS

PART 1 GENERAL

1.1 REFERENCES

Various publications are referenced in other sections of the specifications to establish requirements for the work. These references are identified in each section by document number, date and title. The document number used in the citation is the number assigned by the standards producing organization (e.g. ASTM B564 Standard Specification for Nickel Alloy Forgings). However, when the standards producing organization has not assigned a number to a document, an identifying number has been assigned for reference purposes.

1.2 ORDERING INFORMATION

The addresses of the standards publishing organizations whose documents are referenced in other sections of these specifications are listed below, and if the source of the publications is different from the address of the sponsoring organization, that information is also provided.

AMERICAN BUREAU OF SHIPPING (ABS) ABS Plaza 1701 City Plaza Drive Spring, TX 77389 United States Ph: 281-877-6000 Fax: 281-877-5976 E-Mail: [email protected] Internet: https://ww2.eagle.org/

AMERICAN PETROLEUM INSTITUTE (API) 1220 L Street, NW Washington, DC 20005-4070 Ph: 202-682-8000 Internet: https://www.api.org/

AMERICAN SOCIETY OF MECHANICAL ENGINEERS (ASME) Two Park Avenue New York, NY 10016-5990 Ph: 800-843-2763 Fax: 973-882-1717 E-mail: [email protected] Internet: https://www.asme.org/

AMERICAN SOCIETY OF SAFETY ENGINEERS (ASSE) 520 N. Northwest Hwy Park Ridge , IL 60068 Ph: (847) 699-2929 E-mail: [email protected] Website: www.asse.org

ASSOCIATION OF DIVING CONTRACTORS INTERNATIONAL (ADCI) 5206 Cypress Creek Parkway Ste. 202

SECTION 01 42 00 Page 2 West Coast Hopper Maintenance Dredging 2021

Houston, TX 77069 Ph: 281-893-8388 Fax: 281-893-5118 Internet: https://www.adc-int.org/

ASTM INTERNATIONAL (ASTM) 100 Barr Harbor Drive, P.O. Box C700 West Conshohocken, PA 19428-2959 Ph: 610-832-9500 Fax: 610-832-9555 E-mail: [email protected] Internet: https://www.astm.org/

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 1 Batterymarch Park Quincy, MA 02169-7471 Ph: 800-344-3555 Fax: 800-593-6372 Internet: https://www.nfpa.org

U.S. ARMY CORPS OF ENGINEERS (USACE) CRD-C DOCUMENTS available on Internet: http://www.wbdg.org/ffc/army-coe/standards Order Other Documents from: Official Publications of the Headquarters, USACE E-mail: [email protected] Internet: http://www.publications.usace.army.mil/ or https://www.hnc.usace.army.mil/Missions/Engineering-Directorate/TECHINFO/ U.S. ARMY CORPS OF ENGINEERS - PORTLAND DISTRICT (NWP) Portland District, U.S. Army Corps of Engineers PO Box 2946 Portland, OR 97208-2946 Ph: 503-808-5150 Internet: http://www.nwp.usace.army.mil/home.asp

U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA) 8601 Adelphi Road College Park, MD 20740-6001 Ph: 866-272-6272 Internet: https://www.archives.gov/ Order documents from: Superintendent of Documents U.S. Government Publishing Office (GPO) 732 N. Capitol Street, NW Washington, DC 20401 Ph: 202-512-1800 or 866-512-1800 Bookstore: 202-512-0132 Internet: https://www.gpo.gov/

U.S. NAVAL SEA SYSTEMS COMMAND (NAVSEA) Commander Naval Sea Systems Command 1333 Isaac Hull Ave., SE Washington Navy Yard, DC 20376 Ph: 202-781-0000 Internet: https://www.navsea.navy.mil/

SECTION 01 42 00 Page 3 West Coast Hopper Maintenance Dredging 2021

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION - NOT USED

-- End of Section --

SECTION 01 42 00 Page 4 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 45 00.00 82

QUALITY CONTROL (DREDGING)

PART 1 GENERAL

1.1 PAYMENT 1.2 REFERENCES

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 GENERAL 3.2 CONTRACTOR QUALITY CONTROL PLAN 3.2.1 General 3.2.2 Content of the CQC Plan 3.2.3 Notification of Changes 3.3 QUALITY CONTROL ORGANIZATION 3.3.1 General 3.3.2 CQC System Manager 3.3.3 Personnel Requirements 3.3.4 Organizational Changes 3.4 CONTRACTOR QUALITY CONTROL 3.4.1 General 3.4.2 Preparatory Phase 3.4.3 Initial Phase 3.4.4 Follow-up Phase 3.4.5 Additional Preparatory and Initial Phases 3.5 TESTS 3.5.1 Material Samples 3.5.1.1 Testing Laboratories 3.5.1.1.1 Capability Check 3.5.1.2 Onsite Laboratory 3.6 REPORTING 3.6.1 General 3.7 NOTIFICATION OF NONCOMPLIANCE 3.7.1 Immediate Corrective Action 3.7.2 Obstruction or Interference 3.7.3 Coast Guard Regulations 3.8 POSITIONING AND CONTROL 3.8.1 Layout of Work 3.8.2 Hopper Dredge Depth Indicators 3.8.3 Positioning Equipment 3.8.4 Gauge Equipment - Tidal Data, General 3.9 TECHNICAL SPECIFICATIONS SECTION REQUIREMENTS 3.10 INSPECTION 3.11 REMOTE INSPECTION 3.12 FINAL EXAMINATION AND ACCEPTANCE

-- End of Section Table of Contents --

SECTION 01 45 00.00 82 Page 1 West Coast Hopper Maintenance Dredging 2021

SECTION 01 45 00.00 82

QUALITY CONTROL (DREDGING)

PART 1 GENERAL

1.1 PAYMENT

Separate payment will not be made for providing and maintaining an effective Quality Control system, and all associated costs will be included in the applicable unit prices or lump-sum prices contained in the Price Schedule.

1.2 REFERENCES

The publication 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-1110-2-1003 (November 2013 Edition) Hydrographic Surveying

ASTM INTERNATIONAL (ASTM)

ASTM D3740 (2019) Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction

ASTM INTERNATIONAL (ASTM)

ASTM E329 (2020) Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 GENERAL

Establish and maintain an effective quality control (QC) system in compliance with Section 00 72 00, Contract Clause 52.246-12, INSPECTION OF CONSTRUCTION. The quality control system must consist of plans, procedures, and organization necessary to produce an end product that complies with the Contract requirements. The QC system must cover all dredging operations, and must be keyed to the proposed construction sequence. The project superintendent will be held responsible for the quality of work on the job and is subject to removal by the Contracting Officer (CO) for non-compliance with quality requirements specified in the Contract. The project superintendent in this context will mean the individual with the responsibility for the overall management of the project including quality and production.

SECTION 01 45 00.00 82 Page 2 West Coast Hopper Maintenance Dredging 2021

3.2 CONTRACTOR QUALITY CONTROL PLAN

3.2.1 General

Submit for review and acceptance by the Government, the CQC Plan proposed to implement the requirements of Section 00 72 00, Contract Clause 52.246-12, INSPECTION OF CONSTRUCTION. Submit the CQC Plan as part of the Project Specific Management Plan (PSMP) as stated in Section 01 10 00.00 82, CONTRACT ADMINISTRATION DATA (DREDGING). The plan must identify personnel, procedures, control, instructions, tests, records, and forms to be used. The Government will consider an interim CQC plan for the first 14 calendar days of operation. The Contractor must not begin dredging until acceptance of the CQC Plan or acceptance of an interim plan applicable to the particular feature of work to be started. Work outside of the features of work included in an accepted interim plan must not begin until acceptance of a CQC Plan or another interim plan containing the additional features of work to be started.

3.2.2 Content of the CQC Plan

The CQC Plan must include, as a minimum, the following to cover all construction operations, both onsite and offsite, including work by subcontractors, fabricators, suppliers, and purchasing agents:

a. A description of the quality control organization, including a chart showing lines of authority and acknowledgment that the CQC staff will implement the three phase control system for all aspects of the work specified. The staff must include a CQC System Manager who reports to the project superintendent.

b. The name, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned a CQC function.

c. A copy of the letter to the CQC System Manager signed by an authorized official of the firm which describes the responsibilities and delegates sufficient authorities to adequately perform the functions of the CQC System Manager, including authority to stop work which is not in compliance with the Contract. The CQC System Manager must issue letters of direction to all other various quality control representatives outlining duties, authorities, and responsibilities. Furnish copies of these letters to the Government. Certify that the entire CQC staff has read the plans and specifications.

d. Control, verification, and acceptance testing procedures for each specific test to include the test name, specification paragraph requiring test, feature of work to be tested, test frequency, and person responsible for each test.

e. Procedures for tracking preparatory, initial, and follow-up control phases and control, verification, and acceptance tests including documentation.

f. Procedures for tracking construction deficiencies from identification through acceptable corrective action. These procedures must establish verification that identified deficiencies have been corrected.

g. Reporting procedures, including proposed reporting formats, and

SECTION 01 45 00.00 82 Page 3 West Coast Hopper Maintenance Dredging 2021

samples of all required attachments including placement site data.

h. A list of the definable features of work. A definable feature of work is a task which is separate and distinct from other tasks, has separate control requirements, and may be identified by different trades or disciplines, or it may be work by the same trade in a different environment. Although each Section of the specifications may generally be considered as a definable feature of work, there are frequently more than one definable features under a particular Section. This list will be agreed upon during the coordination meeting.

i. Description of method to ensure dredging and placement within specified limits. Conduct frequent progress surveys utilizing RTK for vertical control, to monitor and manage the CQC requirements. RTK must be used for vertical control, for all surveys conducted at HUM and MCR. Surveys conducted at LCR may use tide gages for vertical control. All surveys conducted by the Contractor must be in accordance with the EM-1110-2-1003 (November 2013 Edition). Notify the COR in advance of any surveys conducted by the Contractor, and the COR will have the option of accompanying the Contractor on these surveys. Include the manufacturer, model, and equipment operating frequency for the electronic positioning and tide measuring equipment and procedures for verifying accuracy in accordance with Subparagraph POSITIONING EQUIPMENT.

j. For Bin Measurement, include the following:

(1) Hand Sounding Measurement: A description of procedures to be used to measure hopper loads including the specifications of the bin measuring tape and the method for determining hand sounding locations. The bin measuring tape must have readily visible markings, with the zero point at the bottom of the anchor, and must be constructed from non-stretchable material, be weighted by a 6- to 8-pound anchor, and be calibrated in feet and tenths of feet and verified by the GQAR. It is recommended that additional, calibrated bin measuring tapes be kept on board to limit down time if there is an issue with the measuring tape being used for soundings. The location of each hand sounding station must be submitted in the PSMP under CQC, these locations must be approved by the Government. It is the Government's intent to give preliminary approval of the hand sounding locations based on the plan submitted in the PSMP; final approval of the hand sounding locations will only be granted based on the performance of the locations during the first two days of Contract work. The Government may, at any time, require the hand sounding stations to be relocated if the Government believes that the locations are not yielding a representative average value.

(2) Submit an ullage table that has been certified by a licensed Naval Architect within 12 months prior to the scheduled start of work. The Government's preferred method of calibration for hopper volume is through a laser scan with the volume certified by a naval architect in accordance with the American Petroleum Institute (API) standards. Should the Contractor elect to develop an ullage table through modeling, the ullage table must be stamped and certified by a naval architect. If the Contractor elects to use modeling to develop the ullage table, include a description of the methodology used to develop the ullage table, including any

SECTION 01 45 00.00 82 Page 4 West Coast Hopper Maintenance Dredging 2021

modeling programs used and field calibrations or measurements used to validate the model in the submittal. Upon request, submit the ships drawings and other parameters used for the modeling. In the event the Government identifies discrepancies in the ullage table, the Contractor will be directed to perform a laser scan and obtain an API ullage table certified by a naval architect. In the event the bin sounding measurement marks are not at the coaming or other reference point stated in the ullage table, submit verification by a naval architect of the off-set measurement points prior to beginning work on the project. A copy of the ullage table must be provided to the Government in Excel format, prior to the start of work. A copy of the ullage table must be kept on the bridge for quantity computations.

(3) Drawing(s) depicting proposed locations of the hand sounding stations. Hand sounding stations must be co-located with mechanical ullage sensor stations unless otherwise approved by the COR.

(4) Mechanical Ullage Sensor Measurement: Include the following items as outlined in Section 35 20 23.03 82 MECHANICAL ULLAGE SENSORS: manufacturer information, product information, quality control plan and bin measurement plan.

k. Daily production estimating method.

3.2.3 Notification of Changes

After acceptance of the CQC Plan, notify the CO in writing of any proposed change. Proposed changes are subject to acceptance by the CO.

3.3 QUALITY CONTROL ORGANIZATION

3.3.1 General

a. The requirements for the CQC organization are a CQC System Manager and sufficient number of additional qualified personnel to ensure Contract compliance. Provide a CQC organization that must be at the site at all times during progress of the work and with complete authority to take any action necessary to ensure compliance with the Contract. All CQC staff members are subject to acceptance by the CO.

b. CQC system managers are expected to be on board the dredge, survey boat(s), and monitoring vessels, actively monitoring quality of work and safety for all aspects of the daily dredging operation. The CQC system manager is expected to review all electronic data associated with the dredging and placement and is responsible for quality control and accuracy of this data.

3.3.2 CQC System Manager

Identify as CQC System Manager an individual within the onsite work organization who will be responsible for overall management of CQC and have the authority to act in all CQC matters for the Contractor. A CQC System Manager must be on the site at all times during construction and must be employed by the prime Contractor. The CQC System Manager will be assigned as System Manager and must have no duties other than Quality Control Manager. An alternate for the CQC System Manager must be identified in the plan to serve in the event of the System Manager's

SECTION 01 45 00.00 82 Page 5 West Coast Hopper Maintenance Dredging 2021

absence. The requirements for the alternate are the same as for the designated CQC System Manager.

3.3.3 Personnel Requirements

a. The CQC System Manager must have a minimum of five years verifiable experience working with dredging utilizing the type of floating plant proposed for the project. At the sole discretion of the COR, education such as an engineering degree, may be substituted for a portion of the required experience. In addition to the requirements in this Section, the CQM must have skills typical of a field engineer including the following areas:

(1) Surveys: An understanding of basic survey data (hydrosurvey and land survey) including coordinate systems and GPS.

(2) Hydrosurvey Program: A basic proficiency in hydrosurvey programs including the ability to review and analyze survey data.

(3) Electronic Dredge Data: Familiarity with the dredge operating system including the ability to review and analyze electronic dredge data for dredging depths, compliance with environmental requirements, etc.

(4) Dredge Operations: A basic familiarity with dredge operations for the type of dredging plant and placement operation for this project.

(5) Ability to work with complex EXCEL spreadsheets and programs.

(6) A basic proficiency in MicroStation or AutoCAD.

b. The CQC System Manager, and alternate CQC System Manager, must have successfully completed the course entitled, "Construction Quality Management for Contractors." This course is periodically offered by the Associated Builders and Constructors, Inc., or Associated General Contractor, Inc., and must be retaken every five years. The course has been coordinated with the Navy and certificates from the Navy will be accepted. For further information regarding courses in the Portland area contact: Associated General Contractors, Oregon-Columbia Chapter at (503)682-3363 or http://www.agc-oregon.org/education-and-training/army-corps-of-engineers/. 3.3.4 Organizational Changes

Maintain the CQC staff at full strength at all times. When it is necessary to make changes to the CQC staff, revise the CQC Plan to reflect the changes and submit the changes to the CO for acceptance. If the Contractor plans to schedule Quality Control Managers on a rotating schedule, this proposed schedule must be submitted with the Quality Control plan and updated weekly. Sufficient overlap must be scheduled between Quality Control Managers at each rotation to insure they are fully aware of all construction progress.

3.4 CONTRACTOR QUALITY CONTROL

3.4.1 General

Contractor Quality Control is the means by which the Contractor ensures that the construction, to include that of subcontractors and suppliers,

SECTION 01 45 00.00 82 Page 6 West Coast Hopper Maintenance Dredging 2021

complies with the requirements of the Contract. The CQC System Manager must conduct three phases of control for each definable feature of work as follows:

3.4.2 Preparatory Phase

Perform this phase prior to beginning work on each definable feature of work at each dredging location, after all required plans/documents/materials are approved/accepted, and after copies are at the work site. This phase must include:

a. A review of each paragraph of applicable specifications.

b. A review of the Contract drawings.

c. Review of provisions that have been made to provide required control inspection and testing.

d. Examination of the work area to assure that all required preliminary work has been completed and is in compliance with the Contract.

e. A review of the appropriate activity hazard analysis to assure safety requirements are met.

f. Discussion of procedures for controlling quality of the work including repetitive deficiencies. Document workmanship standards for that feature of work.

g. A check to ensure that the portion of the plan for the work to be performed has been accepted by the CO.

h. Discussion of the initial control phase.

i. The Government must be notified at least 72 hours in advance of beginning the preparatory control phase. This phase must include a meeting conducted by the CQC System Manager and attended by the superintendent, other CQC personnel (as applicable), and the captain and mates. The results of the preparatory phase actions must be documented by separate minutes prepared by the CQC System Manager and attached to the daily CQC report. Instruct applicable workers as to the acceptable level of workmanship required in order to meet Contract specifications.

j. Preparatory inspections must be held, as a minimum, for each different work location regardless whether it is located within the same district location.

3.4.3 Initial Phase

Accomplish this phase at the beginning of a definable feature of work. The following must be accomplished:

a. A check of work to ensure that it is in full compliance with Contract requirements. Review minutes of the preparatory meeting.

b. Verify adequacy of controls to ensure full Contract compliance. Verify required control inspection and testing.

SECTION 01 45 00.00 82 Page 7 West Coast Hopper Maintenance Dredging 2021

c. Establish level of workmanship and verify that it meets minimum acceptable workmanship standards.

d. Resolve all differences.

e. Check safety to include compliance with and upgrading of the safety plan and activity hazard analysis. Review the activity analysis with each worker.

f. The Government must be notified at least 72 hours in advance of beginning the initial phase. Separate minutes of this phase must be prepared by the CQC System Manager and attached to the daily CQC report. Exact location of initial phase must be indicated for future reference and comparison with follow-up phases.

g. The initial phase should be repeated for each new crew to work onsite, or any time acceptable specified quality standards are not being met.

3.4.4 Follow-up Phase

Perform daily checks to assure control activities, including control testing, are providing continued compliance with Contract requirements, until completion of the particular feature of work. The checks must be made a matter of record in the CQC documentation. Final follow-up checks must be conducted and all deficiencies corrected prior to the start of additional features of work which may be affected by the deficient work. Do not build upon nor conceal non-conforming work.

3.4.5 Additional Preparatory and Initial Phases

Additional preparatory and initial phases must be conducted on the same definable features of work if the quality of on-going work is unacceptable, if there are changes in the applicable CQC staff, on-site production supervision or work crew, if work on a definable feature is resumed after a substantial period of inactivity, or if other problems develop.

3.5 TESTS

Perform specified or required tests to verify that control measures are adequate to provide a product that conforms to Contract requirements. Results of all tests taken, both passing and failing tests, must be recorded on the CQC report for the date taken.

3.5.1 Material Samples

Procure the services of a Corps of Engineers approved testing laboratory or establish an approved testing laboratory at the project site. Perform the following activities and record and provide the following data:

a. Verify that testing procedues 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

SECTION 01 45 00.00 82 Page 8 West Coast Hopper Maintenance Dredging 2021

system, including all of the test documentation requirements, have been prepared.

e. Record results of all tests taken, both passing and failing on the CQC report for the date taken. Specification paragraph reference, location where tests were taken, and the sequential control number identifying the test. If approved by the Contracting Officer, actual test reports are submitted later with a reference to the test number and date taken. Provide an information copy of tests performed by an offsite or commercial test facility directly to the Contracting Officer. Failure to submit timely test reports as stated results in nonpayment for related work performed and disapproval of the test facility for this Contract.

3.5.1.1 Testing Laboratories

All testing laboratories must be validated by the USACE Material Testing Center (MTC) for the tests to be performed. Information on the USACE MTC with web-links to both a list of validated testing laboratories and for the laboratory inspection request for can be found at: http://www.erdc.usace.army.mil/Media/Fact-Sheets/Fact-Sheet-Article-View /Article/476661/materials-testing-center

3.5.1.1.1 Capability Check

The Government reserves the right to check laboratory equipment in the proposed laboratory for compliance with the standards set forth in the contract specifications and to check the laboratory technician's testing procedures and techniques. Laboratories utilized for testing soils, concrete, asphalt, and steel is required to meet criteria detailed in ASTM D3740 and ASTM E329.

3.5.1.2 Onsite Laboratory

The Government reserves the right to utilize the Contractor's control testing laboratory and equipment to make assurance tests, and to check the Contractor's testing procedures, techniques, and test results at no additional cost to the Government.

3.6 REPORTING

3.6.1 General

a. Electronic Data Exchange: The intent of electronic data exchange is to expedite the construction process by reducing paperwork, improving information flow and decreasing turnaround time. Transmit all correspondence, daily reports, drawings and contractual data in electronic (PDF) format. All correspondence and daily reports must be signed, either electronically or via scan of signed document. Data must be transmitted using Submittal Exchange, Sharefile, Procore or an approved equal website service that is designed specifically for transmitting data between all project team members. This site must be functional within seven days of Notice to Proceed and must be password protected to disclosure of sensitive data. Transmission of electronic data by e-mail will not be allowed except as required in Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING. Additional requirements are as follows:

(1) E-mail address and internet access at Contractor's main and

SECTION 01 45 00.00 82 Page 9 West Coast Hopper Maintenance Dredging 2021

field offices

(2) Independently hosted, web-based system for automated tracking, storage and distribution of documents. FTP sites, e-mail exchanges and server based systems hosted from inside a Contractor's office will not be acceptable.

(3) Utilize 256-bit SSL encryption and hosted as SAS70 Type II compliant data centers.

(4) Unlimited individual user accounts and system access for Contractor and Government; with no additional fees for those parties to access the system.

(5) Full version histories and dates of exchanges automatically tracked and available for viewing, searching and reporting in linear log format.

(6) Automatic, configurable e-mail notifications for each project team member for new items.

(7) At the completion of Contract Closeout, system vendor must provided a minimum of four archival discs that include all documents and tracking logs.

b. CQC Reports: Submit a hard copy of the CQC report with all attachments to the GQAR by noon of the following day. Post an electronic copy of the CQC report with all attachments to the electronic data exchange by noon of the following day unless otherwise specified below. Maintain current records providing factual evidence that required quality control activities and/or tests have been performed. These CQC reports must include the work of subcontractors and suppliers and must be on an acceptable form that includes, as a minimum, the following information:

(1) Daily Dredge Report (Attachment A5) to track the effective working time (EWT) and non-effective working time (NEWT) for each day of work from midnight to midnight. Provide this report in Excel format daily, including for days of no active dredging.

(2) Both the "Civil Report" and "Dredge Report" portions of the daily reports in RMS CM, including the daily report of operations (tracking of activities to the minute). Sounding of every load (including Pre/Post Dredge Survey work areas) is required in accordance with the procedures described in paragraph CONTENT OF THE CQC PLAN, subitem (j) and Specification Section 35 20 23.03 82, MECHANICAL ULLAGE SENSORS, and report the quantities daily based on the certified ullage table.

(3) Results of automatic tide gage verification (twice daily). A difference of 0.2 feet or greater between the automatic tide gage reading and tideboard reading is not permitted.

(4) Tonnage Meter

(5) Dredge Quality Management Sensor Log, see Sections 35 20 23.00 82, DREDGING AND CHANNEL CLEARING, and/or 35 20 23.23 82, NATIONAL DREDGING QUALITY MANAGEMENT PROGRAM HOPPER DREDGE.

SECTION 01 45 00.00 82 Page 10 West Coast Hopper Maintenance Dredging 2021

(6) Notifications to the U.S. Coast Guard (as applicable).

(7) Contractor/subcontractor and their area of responsibility.

(8) Operating plant/equipment with hours worked, idle, or down for repair.

(9) Work performed each day, giving location, description, and by whom.

(10) Test and/or control activities performed with results and references to specifications/drawings requirements. The control phase must be identified (Preparatory, Initial, Follow-up). List of deficiencies noted along with corrective actions taken.

(11) Quantity of materials received at the site with statement as to acceptability, storage, and reference to specifications/drawings requirements.

(12) Off-site surveillance activities, including actions taken.

(13) Job safety evaluations stating what was checked, results, and instructions or corrective actions.

(14) Daily Equipment Inspections. Designate a competent person to be responsible for the daily inspection, on each shift, to assure that the plant is kept in safe operating condition. Document inspections in the daily report. Records of these inspections must also be kept on the plant and available for review by Government personnel.

(15) Instructions given/received and conflicts in plans and/or specifications.

(16) Contractor's verification statement.

(17) A statement verifying that the dredge pumps were not in use more than 3 feet above the sea/river bottom in accordance with Section 01 57 20.00 82, ENVIRONMENTAL PROTECTION (DREDGING).

(18) Deficiency Tracking System: Maintain a cumulative list of deficiencies and corrective actions taken identified for the duration of the project. Maintain the list at the project site. Submit copies of updated listings to the Government weekly as an attachment to the Daily CQC report.

(19) A copy of all surveys performed (electronic copy only). CD/DVD copies may be requested periodically by the Government. Post all electronic survey information on the day that the survey is processed, and no later than 24 hours after the survey was performed. Monitoring of Contractor survey data is critical to insuring a project that meets the Contract requirements as well as environmental restrictions. Failure to provide either hard copy or electronic data required in this Section within the time frames scheduled, and in the format specified, may result in an immediate suspension of dredging operations until the required data is submitted. Provide the following survey information:

SECTION 01 45 00.00 82 Page 11 West Coast Hopper Maintenance Dredging 2021

(a) Survey Request

(b) Daily report of hydrographic survey operations

(c) Metadata

(d) Multi-Beam or Single

(e) Bar check calibration

(f) Sound velocity profile report

(g) Survey tide file log

(h) Lead line report

(i) Copy of the field book (scanned)

(j) Compressed Hypack Project (with Raw/Edited/Sorted Files)

(k) Any other data or files used for editing

(l) Computation report: The computation report must indicate the surveys used (identified by location and date) and the program and computation method used.

NOTE: All electronic survey files must follow the naming conventions outlined in Attachment A25 - Contract File Name Convention.

(20) Survey difference plot(s) and assessment(s) for dredged material placement site(s) in accordance w/ Section 35 20 23.00 82 DREDGING AND CHANNEL CLEARING. Survey difference plot(s) and assessment(s) must be posted no later than 24 hours after the survey was performed.

(21) Placement Daily Reports: Print and provide the reports listed below to the Government. All placement reports must be generated on a load by load basis and must be posted within 30 minutes of completion of each load. These reports must also be emailed to the COR or the Government's designated representatives within the same timeframe. Failure to submit all required reports will result in the immediate suspension of all dredging operations. Failure to submit accurate reports will also result in the immediate suspension of dredging operations. An example of the reports used at MCR are provided in Attachment A14 and A15. Set up and provide similar reports for all placement sites used. Placement reports must include:

(a) Contract title and number, date, load number, start and end times, start and end coordinates, and ullage sensor reading for the load. The report must show the track of the placement event within the placement site, color coded at every 25 percent of material dispersed. The report must also include, in another color, the track from the dig site to the placement site. An additional chart is required showing the percentage of material within each cell in relation to the amount of material dredged per load. This report must contain a displacement versus distance chart that includes the draft

SECTION 01 45 00.00 82 Page 12 West Coast Hopper Maintenance Dredging 2021

while transiting from the dig site to the placement site and during placement of the material, also color coded per 25 percent(See Attachment A15) The begin and end placement coordinates and placement track must reflect the location of the center of the hopper bin, not the position of the reporting GPS.

(b) A table with the date, start and end times and start and end coordinates for each load placed in each placement area. This report must be cumulative, and must also be posted in excel format.

(c) A table showing the number of loads placed in each cell (for placement sites that have cell designations) for the current date, as well as a cumulative total of loads placed in each cell. The material must be credited to the cell in which the placement operation was started regardless of how many cells the dredge transits across during placement operations.

(d) A track plot showing the start and end coordinates for the placement operation and the transit during the placement operation. Transit coordinates must be shown every 10 seconds. The boundaries of the material placement site and all cells therein must be shown on the daily placement plot. Any avoidance zones must be clearly shown.

(e) A placement plot with the previous seven days tracks through the placement site must be included for placement operations performed. This must be utilized to ensure that the dredge is not repeatedly tracking over the same location during the placement operation. Each day this cumulative track plot must be updated to include the previous day's track plots and delete the track plot from the 7th day prior.

(f) A plot of the draft change over distance to ensure requirements are being met for discharge of material over the specified number of cells. During the first two days of operation at each placement site, produce these on the dredge immediately after placement. Corrections must be made in placement operations if the criteria are not being met. After two days, if criteria are consistently not being met, check at least one load per day and attach the report to the QC log. In the event that criteria are not being met, produce the draft over distance plot for each load until there is consistent compliance with the required criteria.

(22) Environmental Monitoring Data in accordance with Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING: All Environmental Monitoring Data must be posted by noon the day following the end of the reporting period.

(23) Draghead Depth Alarm Report in accordance with paragraph, Hopper Dredge Depth Indicators, must be posted by noon the day following the end of the reporting period.

(24) These records must indicate a description of trades working on the project; the number of personnel working; weather conditions encountered; and any delays encountered.

SECTION 01 45 00.00 82 Page 13 West Coast Hopper Maintenance Dredging 2021

(25) These records must cover both conforming and deficient features and must include a statement that equipment and materials incorporated in the work and workmanship comply with the Contract.

(26) Results of any invasive species inspections (Section 01 57 20.00 82, ENVIRONMENTAL PROTECTION (DREDGING)).

(27) Observations of longfin smelt during project activities in California (Section 01 57 20.00 82, ENVIRONMENTAL PROTECTION (DREDGING)).

(28) Noise level measurements for projects in California (Section 01 57 20.00 82, ENVIRONMENTAL PROTECTION (DREDGING)).

c. At a minimum, prepare and submit one report for every seven days of no work and on the last day of a no work period. All calendar days must be accounted for throughout the life of the Contract. The first report following a day of no work must be for that day only. Reports must be signed and dated by the CQC System Manager and on-site Superintendent. The report from the CQC System Manager must include copies of test reports and copies of reports prepared by all subordinate quality control personnel.

d. Upon physical completion of the Contract, provide a minimum of two archival discs of all CQC reports, including all attachments. All CQC reports must be signed.

3.7 NOTIFICATION OF NONCOMPLIANCE

3.7.1 Immediate Corrective Action

The CO will notify the Contractor of any detected noncompliance with the foregoing requirements. Take immediate corrective action after receipt of such notice. Such notice, when delivered to the Contractor at the work site, will be deemed sufficient for the purpose of notification. If the Contractor fails or refuses to comply promptly, the CO may issue an order stopping all or part of the work until satisfactory corrective action has been taken. Make no part of the time lost due to such stop orders the subject of claim for extension of time or for excess costs or damages.

3.7.2 Obstruction or Interference

Obstruction of or interference with Government auditors and/or the GQAR is a Federal crime under Section 7078 of Public Law 100-690 (18 USC 1516).

3.7.3 Coast Guard Regulations

The Government will report violations of the U.S. Coast Guard rules, regulations, and draft limitations during dredging operations to the appropriate U.S. Coast Guard Sector Office (formerly Marine Safety Office).

3.8 POSITIONING AND CONTROL

3.8.1 Layout of Work

The Contractor will be provided layout charts for all dredging (channel) and placement areas. Government-established horizontal and vertical control points will be indicated on the drawings. All measurements and conversions in connection with the layout are the responsibility of the

SECTION 01 45 00.00 82 Page 14 West Coast Hopper Maintenance Dredging 2021

Contractor. Refer to the Corpscon home page located at https://www.agc.army.mil/What-we-do/Corpscon/ for coordinate conversion software. The software, entitled Corpscon, is a MS-Windows-based program that allows the user to convert coordinates between Geographic, State Plane and Universal Transverse Mercator (UTM) systems on the North American Datum of 1927 (NAD 27), the North American Datum of 1983 (NAD 83) and High Accuracy Reference Networks (HARNs).

3.8.2 Hopper Dredge Depth Indicators

a. Drag arm depth indicator gauges must be installed on the bridge of the vessel, and must be readable by the drag tender and GQAR from their workstations. The drag arm depth indicator gauges must be verified by actual measurement of the drag arm depth. Notify the GQAR in advance of scheduled calibrations to allow the GQAR to be present. If the GQAR cannot be present for the calibrations, the results must be provided to the GQAR upon completion of the calibration. The results must also be included in the Contractor's daily report. The recalibration must be conducted at least once every seven calendar days as well as at each new dredging location, when returning to a previously worked dredging location, and whenever the accuracy of the system is in question. No payment will be made for material dredged where these requirements have not been met.

b. Utilize a visual and audible alarm to indicate when the dragheads are digging below the maximum pay depth. The alarm must have both a vertical and horizontal component, i.e. it must detect dredging below depth and dredging outside the project boundary. This alarm must be readily visible to the mate, the drag tender and the GQARs. The alarm system must be tied to the position of individual dragheads and must automatically differentiate between the different maximum dredging depths that may be specified at each project location. For example at MCR, the alarm system must determine the position of the draghead automatically and compare it to the maximum dredging depth for the quadrant in which the draghead is located. The alarm system must run a check on the data continually and update the display at intervals of no more than 10 seconds. The system must produce a printed report of the alarm events on a daily basis (load number, time of event, location, and duration of event). Any alarms shown on the daily report must be annotated with a detailed explanation of the cause of the alarm event. Include this report as an attachment to the daily quality control report. The alarm system must be fully functional before dredging is started and must be functioning at all times dredging is in progress; immediately notify the on-duty GQAR of any malfunction of the system.

3.8.3 Positioning Equipment

a. General: Dredging and material placement plant must be positioned using a system that meets the required tolerances as specified below. The system must be used to ensure that dredging is performed within the designated pay area(s) and that material will be evenly distributed within the dredged material placement areas, as shown. Any delay or suspension for noncompliance of this requirement will be at no cost to the Government nor will it be considered grounds for a time extension.

b. Dredging Plant: The positioning system for the dredging plant must be differential GPS having an accuracy of ±3 feet of true horizontal

SECTION 01 45 00.00 82 Page 15 West Coast Hopper Maintenance Dredging 2021

position.

c. Positioning Equipment: A licensed surveyor must verify the accuracy of the positioning equipment on board the dredge. The verification will be conducted in the vicinity of the project dredging locations. The verification must include confirmation that the reported draghead coordinates are within the specified horizontal tolerance. This verification must be done prior to the commencement of dredge work at each of the work areas; specifically HUM, LCR, and MCR.

d. Horizontal Positioning: The Contractor may elect to utilize the RTK system for horizontal control. An RTK base station currently exists at MCR, and up to RM 20 at LCR. However, the Government will not be liable for any delays associated with the failure of the RTK system at these locations, regardless of the length of the delay(s). The use of RTK at any other location would require the Contractor to provide their own base station. The Contractor should consider the use of a differential GPS system as a back-up system to RTK to prevent delays in the dredging operation. No dredging may be done without a fully functional horizontal positioning system.

e. Vertical Positioning: The Contractor may elect to utilize the RTK system for vertical control while dredging at MCR. An RTK base station currently exists at MCR, and up to RM 20 at LCR. However, the Government will not be liable for any delays associated with the failure of the RTK system at these locations, regardless of the length of the delay(s). The use of RTK at any other location would require the Contractor to provide their own base station. Consider the use of a tide gage as a back-up system to RTK to prevent delays in the dredging operation. No dredging may be done without a fully functional vertical positioning system. If elect to use tide gages at MCR, the use of Zone 2 Corrections is required. The use of tide data guidelines outlined in subparagraph Gauge Equipment - Tidal Data, General must also be used to ensure that work does not occur below maximum depth. These elevations (both raw and tide corrected) will be displayed immediately adjacent to the drag-arm indicator required in item (b) of subparagraph Hopper Dredge Depth Indicators. Zone 2 corrections will be supplied to the Contractor at the preconstruction conference.

3.8.4 Gauge Equipment - Tidal Data, General

In work areas where the Contractor will use a tidal level monitoring system in lieu of RTK, it must be adjusted to correspond with the dredging area tidal zone. The system must sense the tide level no less than every 45 seconds and transmit the averaged data to a recording receiver on the dredge and be displayed immediately adjacent to the drag-arm indicator required in paragraph Hopper Dredge Depth Indicators. The tide level sensing unit must have wave dampening capability and the display frequency must be at 45-second intervals or less. Check the operation of the automatic tide gage at least twice daily by comparing the readings to the specified gage board. The QC reports must reflect the time and results of these inspections.

3.9 TECHNICAL SPECIFICATIONS SECTION REQUIREMENTS

The various inspections, tests, assurances, reports, etc., called for in the various requirements in the technical Sections are in conjunction with

SECTION 01 45 00.00 82 Page 16 West Coast Hopper Maintenance Dredging 2021

this Section. The CQC manager or a CQC staff member must conduct the inspection of all aspects of the various items mentioned in the Contract Specifications for compliance and conduct all required inspections and tests, etc. Record inspections and tests in the daily CQC report as required in paragraph REPORTING.

3.10 INSPECTION

The GQAR or third party inspectors will be on board the Contractor's plant during dredging operations to verify CQC procedures. Provide transportation to and from and between dredge plant and all other equipment for daily inspection. Manual soundings of the the hopper must be collected and witnessed by the GQAR while the GQAR is on duty, typically 10 - 12 hours a day.

3.11 REMOTE INSPECTION

The Government may choose to inspect remotely to verify CQC procedures. Provide:

a. Remote viewing of the dragtender’s screen.

b. Remote viewing of the mate’s screen/dredge location with recent survey background.

c. Time stamped photos depicting the weekly draghead calibrations.

d. Collection of hand soundings at the end of each load (to coincide with mechanical ullage sensor measurements) during daylight hours.

e. Periodic real-time video observations of daily ullage sensor bar checks.

f. Periodic real-time video observations of safety inspections.

g. Infrequent real-time video observations of specific issues or concerns that arise.

3.12 FINAL EXAMINATION AND ACCEPTANCE

a. In conjunction with Section 00 72 00, Contract Clause 52.246-12, INSPECTION OF CONSTRUCTION, where acceptance is determined by post dredge survey as soon as practicable after the completion of the entire work or any section thereof which will not be subject to damage by further operations under the Contract; should any shoals, lumps, or other lack of required pay line depth be disclosed by this examination, the Contractor will be required to remove same by dredging at the Contract rate for dredging. If the bottom is soft and the shoal areas are small and form no material obstruction to navigation, the removal of such shoal may be waived by the CO or his appointed representative. When the area is found to be in a satisfactory condition, it will be accepted finally. Final acceptance will be based on the final post-dredge survey chart. For additional information on post-dredge surveys, see Section 01 22 00.00 82, MEASUREMENT AND PAYMENT.

b. Final acceptance of the whole or a part of the work and the deductions or corrections of deductions made thereon will not be reopened after having once been made except on evidence of collusion,

SECTION 01 45 00.00 82 Page 17 West Coast Hopper Maintenance Dredging 2021

fraud, or obvious error, and the acceptance of a completed section will not change the time of payment of the retained percentage of the whole or any part of the work.

-- End of Section --

SECTION 01 45 00.00 82 Page 18 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 45 00.15 25

RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE (RMS CM)

PART 1 GENERAL

1.1 REFERENCES 1.2 CONTRACT ADMINISTRATION 1.2.1 Correspondence and Electronic Communications 1.2.2 Other Factors 1.3 RMS SOFTWARE 1.3.1 RMS Contractor's Mode (CM) 1.4 SYSTEM REQUIREMENTS 1.5 RELATED INFORMATION 1.5.1 RMS User Guide 1.6 CONTRACT DATABASE 1.7 DATABASE MAINTENANCE 1.7.1 Administration 1.7.1.1 Contractor Information 1.7.1.2 Subcontractor Information 1.7.1.3 Correspondence 1.7.1.4 Equipment 1.7.1.5 Management Reporting 1.7.1.6 Request For Information (RFI) 1.7.2 Finances 1.7.2.1 Pay Activity Data 1.7.2.2 Payment Requests 1.7.3 Quality Control (QC) 1.7.3.1 Daily Contractor Quality Control (CQC) Reports 1.7.3.2 Deficiency Tracking 1.7.3.3 QC Requirements 1.7.3.4 Three-Phase Control Meetings 1.7.3.5 Labor and Equipment Hours 1.7.3.6 Accident/Safety Reporting 1.7.3.7 Features of Work 1.7.3.8 Hazard Analysis 1.7.4 Schedule 1.7.5 Import/Export of Data 1.8 IMPLEMENTATION 1.9 MONTHLY COORDINATION MEETING 1.10 NOTIFICATION OF NONCOMPLIANCE

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION - NOT USED

-- End of Section Table of Contents --

SECTION 01 45 00.15 25 Page 1 West Coast Hopper Maintenance Dredging 2021

SECTION 01 45 00.15 25

RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE (RMS CM)

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 basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

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

1.2 CONTRACT ADMINISTRATION

The Government will use the Resident Management System (RMS) to assist in its monitoring and administration of this Contract. The Contractor uses the Government-furnished Construction Contractor Mode of RMS, referred to as RMS CS, to record, maintain, and submit various information throughout the contract period. The Contractor mode user manuals, updates, and training information can be downloaded from the RMS web site. The joint Government-Contractor use of RMS facilitates electronic exchange of information and overall management of the contract. RMS CM provides the means for the Contractor to input, track, and electronically share information with the Government in the following areas:

a. Administration

b. Finances

c. Quality Control

d. Scheduling

e. Import/Export of Data

1.2.1 Correspondence and Electronic Communications

For ease and speed of communications, exchange correspondence and other documents in electronic format to the maximum extent feasible between the Government and Contractor.

1.2.2 Other Factors

Particular attention is directed to Contract Clause 52.236-15 Schedules for Construction Contracts, Contract Clause 52.232-5 Payments under Fixed-Price Construction Contracts, and Section 01 45 00.00 82 QUALITY CONTROL, which have a direct relationship to the reporting to be accomplished through RMS. Also, there is no separate payment for establishing and maintaining the RMS database; costs associated will be included in the contract pricing for the work.

SECTION 01 45 00.15 25 Page 2 West Coast Hopper Maintenance Dredging 2021

1.3 RMS SOFTWARE

RMS is a Windows-based program that can be run on a Windows based PC meeting the requirements as specified in Subpart 1.4, SYSTEM REQUIREMENTS. The Government will make available the RMS software to the Contractor after award of the construction contract. Prior to the Pre-Construction Conference, the Contractor must download, install and use the latest version of the RMS software from the Government's RMS Internet Website. Any program updates of RMS will be made available to the Contractor via the Government RMS Website as the updates become available.

1.3.1 RMS Contractor's Mode (CM)

RMS Contractor's Mode or RMS CM is the replacement for Quality Control System or QCS. The database remains the same. References to RMS in this specification includes RMS CM.

1.4 SYSTEM REQUIREMENTS

The following is the minimum system configuration required to run RMS and Contractor Mode:

Minimum RMS System Requirements

Hardware

Windows-based PC 1.5 GHz 2 core or higher processor

RAM 8 GB

Hard drive disk 200 GB space for sole use by the RMS CM system

Monitor Screen resolution 1366 x 768

Mouse or other pointing device

Windows compatible printer Laser printer must have 4 MB+ of RAM

Connection to the Internet minimum 4 Mbs per user

Software

MS Windows Windows 10 x 64 bit (RMS requires 64 bit O/S) or newer Word Processing software Viewer for MS Word 2013, MS Excel 2013, or newer Microsoft.NET Framework Coordinate with Government Representative for free version required

Email MAPI compatible

Virus protection software Regularly upgraded with all issued manufacturer's updates and is able to detect most zero day viruses.

SECTION 01 45 00.15 25 Page 3 West Coast Hopper Maintenance Dredging 2021

1.5 RELATED INFORMATION

1.5.1 RMS User Guide

After Contract award, download instructions for the installation and use of RMS from the Government RMS Internet Website.

1.6 CONTRACT DATABASE

Prior to the pre-construction conference, the Government will provide the Contractor with basic contract award data to use for RMS. The Government will provide data updates to the Contractor as needed. These updates will generally consist of submittal reviews, correspondence status, Quality Assurance(QA) comments, and other administrative and QA data.

1.7 DATABASE MAINTENANCE

Establish, maintain, and update data in the RMS database throughout the duration of the contract at the Contractor's site office. Submit data updates to the Government (e.g., daily reports, RFI's, schedule updates, payment requests) using RMS. The RMS database typically includes current data on the following items:

1.7.1 Administration

1.7.1.1 Contractor Information

Contain within the database the Contractor's name, address, telephone numbers, management staff, and other required items. Within 7 calendar days of receipt of RMS software from the Government, deliver Contractor administrative data in electronic format in RMS.

1.7.1.2 Subcontractor Information

Contain within the database the name, trade, address, phone numbers, and other required information for all subcontractors. A subcontractor is listed separately for each trade to be performed. Assign each subcontractor/trade a unique Responsibility Code, provided in RMS. Within 7 calendar days of receipt of RMS software from the Government, deliver subcontractor administrative data in electronic format.

1.7.1.3 Correspondence

Identify all Contractor correspondence to the Government with a serial number. Prefix correspondence initiated by the Contractor's site office with "S". Prefix letters initiated by the Contractor's home (main) office with "H". Letters are numbered starting from 0001. (e.g., H-0001 or S-0001). The Government's letters to the Contractor will be prefixed with "C".

1.7.1.4 Equipment

Contain within the Contractor's RMS database a current list of equipment planned for use or being used on the jobsite, including the most recent and planned equipment inspection dates.

1.7.1.5 Management Reporting

RMS includes a number of reports that Contractor management can use to

SECTION 01 45 00.15 25 Page 4 West Coast Hopper Maintenance Dredging 2021

track the status of the project. The value of these reports is reflective of the quality of the data input, and is maintained in the various sections of RMS. Among these reports are: Progress Payment Request worksheet, Quality Assurance/Quality Control (QA/QC) comments, Submittal Register Status, and Three-Phase Control checklists.

1.7.1.6 Request For Information (RFI)

Exchange all Requests For Information (RFI) using the Built-in RFI generator and tracker in RMS.

1.7.2 Finances

1.7.2.1 Pay Activity Data

Include within the RMS database a list of pay activities that the Contractor develops in conjunction with the construction schedule. The sum of pay activities equals the total contract amount, including modifications. Each pay activity must be assigned to a Contract Line Item Number (CLIN). The sum of the activities equals the amount of each CLIN. The sum of all CLINs equals the contract amount.

1.7.2.2 Payment Requests

Prepare all progress payment requests using RMS. Complete the payment request worksheet, prompt payment certification, and payment invoice in RMS. Update the work completed under the contract, measured as percent or as specific quantities, at least monthly. After the update, generate a payment request report using RMS. Submit the payment request, prompt payment certification, and payment invoice with supporting data using RMS CM. A signed electronic copy of the approved payment request is also required.

1.7.3 Quality Control (QC)

RMS provides a means to track implementation of the 3-phase QC Control System, prepare daily reports, identify and track deficiencies, document progress of work, and support other Contractor QC requirements. Maintain this data on a daily basis. Entered data will automatically output to the RMS generated daily report. Provide the Government a Contractor Quality Control (CQC) Plan within the time required in Section 01 45 00.00 25 QUALITY CONTROL. Within seven calendar days of Government acceptance, submit a RMS update reflecting the information contained in the accepted CQC Plan: schedule, pay activities, features of work, submittal register, QC requirements, and equipment list.

1.7.3.1 Daily Contractor Quality Control (CQC) Reports

RMS includes the means to produce the Daily CQC Report. The Contractor can use other formats to record basic Quality Control(QC) data. However, the Daily CQC Report generated by RMS must be the Contractor's official report. Summarize data from any supplemental reports by the Contractor and consolidate onto the RMS-generated Daily CQC Report. Submit daily CQC Reports as required by Section 01 45 00.00 25 QUALITY CONTROL. Electronically submit reports to the Government within 24 hours after the date covered by the report. Also provide the Government a signed, printed copy of the daily CQC report if requested by the GQAR.

SECTION 01 45 00.15 25 Page 5 West Coast Hopper Maintenance Dredging 2021

1.7.3.2 Deficiency Tracking

Use RMS to track deficiencies. Deficiencies identified by the Contractor will be numerically tracked using its Quality Control (QC) punch list items. Maintain a current log of its QC punch list items in the RMS database. The Government will log the deficiencies it has identified using its Quality Assurance (QA) punch list items. The Government's QA punch list items will be included in its export file to the Contractor. Regularly update the correction status of both QC and QA punch list items.

1.7.3.3 QC Requirements

Develop and maintain a complete list of QC testing and required structural and life safety special inspections required by the International Code Council (ICC), transferred and installed property, and user training requirements in RMS. Update data on these QC requirements as work progresses, and promptly provide the information to the Government via RMS.

1.7.3.4 Three-Phase Control Meetings

Maintain scheduled and actual dates and times of preparatory and initial control meetings in RMS.

1.7.3.5 Labor and Equipment Hours

Log labor and equipment exposure hours on a daily basis. The labor and equipment exposure data must be rolled up into a monthly exposure report.

1.7.3.6 Accident/Safety Reporting

The Government will issue safety comments, directions, or guidance whenever safety deficiencies are observed. The Government's safety comments will be provided via RMS CM. Regularly update the correction status of the safety comments. In addition, utilize RMS to advise the Government of any accidents occurring on the jobsite. A brief supplemental entry of an accident is not to be considered as a substitute for completion of mandatory reports, e.g., ENG Form 3394 and OSHA Form 300.

1.7.3.7 Features of Work

Include a complete list of the features of work in the RMS database. A feature of work is associated with multiple pay activities. However, each pay activity (see subparagraph "Pay Activity Data" of paragraph "Finances") will only be linked to a single feature of work.

1.7.3.8 Hazard Analysis

Use RMS CM to develop a hazard analysis for each feature of work included in the CQC Plan. The Activity Hazard Analysis will include information required by EM 385-1-1, paragraph 01.A.13.

1.7.4 Schedule

Develop a construction schedule consisting of pay activities. Input and maintain in the RMS database the schedule either manually or by using the Standard Data Exchange Format (SDEF). Include with each pay request the updated schedule. Provide electronic copies of transmittals.

SECTION 01 45 00.15 25 Page 6 West Coast Hopper Maintenance Dredging 2021

1.7.5 Import/Export of Data

RMS includes the ability to import schedule data using SDEF.

1.8 IMPLEMENTATION

Use of RMS CM as described in the preceding paragraphs is mandatory. Ensure that sufficient resources are available to maintain contract data within the RMS CM system. RMS CM is an integral part of the Contractor's management of quality control.

1.9 MONTHLY COORDINATION MEETING

a. Update the RMS CM database each workday. At least monthly, generate and submit a schedule update. At least one week prior to submittal, meet with the Government representative to review the planned progress payment data submission for errors and omissions.

b. Make required corrections prior to Government acceptance of the export file and progress payment request. Payment requests accompanied by incomplete or incorrect data will not be accepted. The Government will not process progress payments until all required corrections are processed.

1.10 NOTIFICATION OF NONCOMPLIANCE

The Contracting Officer will notify the Contractor of any detected noncompliance with the requirements of this specification. Take immediate corrective action after receipt of such notice. Such notice, when delivered to the Contractor at the work site, will be deemed sufficient for the purpose of notification.

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION - NOT USED

-- End of Section --

SECTION 01 45 00.15 25 Page 7 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

SECTION 01 57 20.00 82

ENVIRONMENTAL PROTECTION

PART 1 GENERAL

1.1 GENERAL INFORMATION 1.2 PUBLICATIONS 1.2.1 Applicable Regulations 1.2.2 Referenced Publications and Regulations 1.2.3 Environmental Work Windows and Placement Site Restrictions 1.2.4 Ballast Water Management For Control of Non-indigenous Species 1.3 DEFINITIONS 1.3.1 Biobased Products 1.3.2 Sediment 1.3.3 Surface Discharge 1.3.4 Wastewater 1.3.4.1 Stormwater 1.3.5 Wetlands 1.4 SUBMITTALS 1.5 NONCOMPLIANCE 1.6 SUBCONTRACTORS 1.7 PAYMENT

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 IMPLEMENTATION 3.1.1 Environmental Protection Plan 3.1.2 Surveillance 3.1.3 Completion 3.1.4 Best Management Practices 3.2 SOLID WASTE MANAGEMENT PLAN 3.2.1 Solid Waste Management Reports 3.3 AIR QUALITY REQUIREMENTS 3.3.1 Diesel Powered Plant and Equipment 3.3.2 Reformulate Diesel Fuel 3.4 AIR RESOURCES 3.4.1 Sound Intrusions (State of California) 3.4.2 Invasive Species Prevention Measures for Boat Operations 3.5 PROTECTION OF WATER RESOURCES 3.5.1 General 3.5.2 Bilge Water 3.5.3 Fuel and Lubricants 3.6 ENVIRONMENTAL MONITORING 3.6.1 Detailed Procedures for Water Quality Monitoring at HUM and MSC 3.6.2 Detailed Procedures for Water Quality Monitoring LCR and MCR Maintenance Dredging 3.6.3 Reporting 3.7 PROTECTION OF FISH AND WILDLIFE

SECTION 01 57 20.00 82 Page 1 West Coast Hopper Maintenance Dredging 2021

3.8 ENVIRONMENTAL PROTECTION MEETINGS 3.9 DISPOSAL OF HAZARDOUS WASTE 3.10 POL BEST MANAGEMENT PRACTICES 3.10.1 Oil Storage Including Fuel Tanks 3.11 OCEAN BEACH PUMP ASHORE BEACH FILL ENVIRONMENTAL CONTROLS 3.11.1 Applicability 3.11.2 Equipment and Fueling 3.11.3 Vegetation 3.11.4 Surface Discharges 3.11.5 Stormwater 3.11.6 Work Area Limits 3.11.7 Contractor Facilities and Work Areas 3.11.8 Cultural and Archaeological Resources 3.11.9 Post Contruction Cleanup

-- End of Section Table of Contents --

SECTION 01 57 20.00 82 Page 2 West Coast Hopper Maintenance Dredging 2021

SECTION 01 57 20.00 82

ENVIRONMENTAL PROTECTION

PART 1 GENERAL

1.1 GENERAL INFORMATION

This Section covers preventing environmental pollution and minimizing environmental degradation during and as a result of dredging operations and the pump ashore beach fill work at Ocean Beach, California. Other requirements in the Sections may also contain specific requirements for environmental protection. Those specific requirements are in addition to or modify the requirements in this Section. The control of environmental pollution requires consideration of sound levels, air, water, and land resources. 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.

1.2 PUBLICATIONS

1.2.1 Applicable Regulations

All environmental pollution must be prevented, abated, and controlled; environmental degradation arising from construction activities must be minimized by complying with all applicable Federal, State, and local laws and regulations, as well as specific requirements of this Contract. Where conflicting or duplicate regulations apply, the most stringent requirement will govern. Comply with the following list of environmental regulations where applicable. This list is not inclusive of all environmental requirements, but represents the Federal regulations most likely to apply to work under this Contract:

a. Endangered Species Act, as implemented by regulations including, but not limited to: 50 CFR 10 through 50 CFR 24.

b. Clean Air Act - 40 CFR 61: Emission Standards for Hazardous Air Pollutants

c. Solid Waste Disposal Act - 40 CFR 241: Land Disposal and 40 CFR 245: Resource Recovery

d. Resource Conservation and Recovery Act - 40 CFR 260-272: Hazardous Waste Management

e. Comprehensive Environmental Response, Compensation and Liability Act - 40 CFR 300-302: National Oil and Hazardous Substances Contingency Plan for hazardous substance spills and cleanup

f. Clean Water Act - As defined in 33 CFR 328, 40 CFR 110-117, 122: Point source discharges into U.S. Waters

g. Executive Order 12856 - Federal Compliance Order with the Emergency Planning and Community Right-to-Know Act and the Pollution Prevention Act

h. 49 CFR 100-177: Hazardous materials transportation regulations.

SECTION 01 57 20.00 82 Page 3 West Coast Hopper Maintenance Dredging 2021

i. 40 CFR 220-228: Marine Protection, Research, and Sanctuaries Act of 1972, as amended.

j. Marine Mammal Protection Act of 1972, as implemented by regulations including but not limited to - 50 CFR 18 and 50 CFR 26

k. 40 CFR 279: Standards for Management of Used Oil.

l. National Historic Preservation Act (NHPA)

m. Coastal Zone Management Act, a. Executive Order 13112: Invasive Species

n. Oregon State DEQ Water Quality Certification for the Mouth of the Columbia River

o. Washington State DOE Water Quality Certification for the Columbia River between River Mile 3 and 145

p. Oregon State DEQ Water Quality Certification for the Columbia River between River Mile 3 and 145

q. 40 CFR subsection 51.853 (c) (2) (ix), California Air Quality

r. California Air Quality Standards

s. EM 385-1-1

t. Executive Order 13112 - Invasive Species, February 3, 1999

u. California State Water Quality Certification.

v. Magnuson-Stevens Fishery Conservation and Management Act (MSA), as implemented by regulations including, but not limited to: 50 CFR 600.

1.2.2 Referenced Publications and Regulations

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

U.S. ARMY CORPS OF ENGINEERS (USACE)

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

WETLANDS DELINEATION MANUAL (1987) Corps of Engineers Wetlands Delineation Manual, Technical Report Y-87-1

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

33 CFR 328 Definition of Waters of the United States

40 CFR Protection of Environment

40 CFR 110 Discharge of Oil

40 CFR 112 Oil Pollution Prevention

SECTION 01 57 20.00 82 Page 4 West Coast Hopper Maintenance Dredging 2021

40 CFR 122.26 Storm Water Discharges (Applicable to State NPDES Programs, see Section 123.25)

40 CFR 241 Guidelines for Disposal of Solid Waste

40 CFR 245 Promulgation Resource Recovery Facilities Guidelines

40 CFR 260 Hazardous Waste Management System: General

40 CFR 261 Identification and Listing of Hazardous Waste

40 CFR 262 Standards Applicable to Generators of Hazardous Waste

40 CFR 279 Standards for the Management of Used Oil

40 CFR 302 Designation, Reportable Quantities, and Notification

40 CFR 61 National Emission Standards for Hazardous Air Pollutants

49 CFR 171 General Information, Regulations, and Definitions

49 CFR 172 Hazardous Materials Table, Special Provisions, Hazardous Materials Communications, Emergency Response Information, and Training Requirements

49 CFR 173 Shippers - General Requirements for Shipments and Packagings

50 CFR 10 General Provisions

50 CFR 18 Marine Mammals

50 CFR 24 Importation and Exportation of Plants

50 CFR 26 Public Entry and Use

50 CFR 600 Magnus-Stevens Act Provisions

1.2.3 Environmental Work Windows and Placement Site Restrictions

The following work windows apply to locations contained within this Contract. Project work windows are stated in Section 00 73 00.

a. Humboldt Bay (HUM): No environmental work window restrictions.

b. Lower Columbia River (LCR): Dredging must take place between 1 June and 15 December. However, no in-water disposal is allowed between December 1 and May 31 near the mouth of the Cowlitz River from RM 63 to 70. When alternative sites are available, there will be no in-water placement between December 1 and May 31 near the mouths of the Kalama River from RM 71 to 75, or the Lewis River from RM 85 to 89.

SECTION 01 57 20.00 82 Page 5 West Coast Hopper Maintenance Dredging 2021

c. San Francisco Mainship Channel (MSC): No environmental work window restrictions for dredging and in-water placement, however restrictions exist for Ocean Beach pump ashore work. See subpart 3.7 j of this section for details.

d. Mouth of the Columbia River (MCR): All dredging at MCR must take place between 1 June and 30 November. Placement in the North Jetty Site is not allowed after 30 September.

1.2.4 Ballast Water Management For Control of Non-indigenous Species

The following items apply to the management of ballast water for control of non-indigenous species:

a. Comply with all Federal and State laws pertaining to the management and reporting requirements for ballast water for control of non-indigenous species.

b. A copy of all reports submitted to the U.S. Coast Guard, the State of California, the State of Oregon, and the State of Washington must be provided in the Project-Specific Management Plan (PSMP)required in Section 01 10 00.00 82 (Environmental Protection Plan section).

c. The following references are provided for Contractor information, but may not be inclusive of all applicable regulations:

(1) Federal: Title 33, Chapter I, Part 151, Subpart D, Sections 151.2000 through 151.2035

(2) Washington: RCW 77.120

(3) California: Public Resources Code Section 71203-71210.5

(4) Oregon: ORS 783.620-783.992.

1.3 DEFINITIONS

1.3.1 Biobased Products

Biobased products are derived from plants and other renewable agricultural, marine, and forestry materials and provide an alternative to conventional petroleum derived products. Biobased products include diverse categories such as lubricants, cleaning products, inks, fertilizers, and bioplastics.

1.3.2 Sediment

Sediment is soil and other debris that have eroded and have been transported by runoff water or wind.

1.3.3 Surface Discharge

Surface discharge means discharge of water into drainage ditches, storm sewers, creeks or "waters of the United States". Surface discharges are discrete, identifiable sources and require a permit from the governing agency. Comply with federal, state, and local laws and regulations.

SECTION 01 57 20.00 82 Page 6 West Coast Hopper Maintenance Dredging 2021

1.3.4 Wastewater

Wastewater is any water used or generated during construction, including groundwater, that contains contaminants, pollutants, or hazardous substances and that must be managed to prevent discharge to waters of the United States or waters of the state.

1.3.4.1 Stormwater

Stormwater means that portion of precipitation that does not naturally percolate into the ground or evaporate, but flows via overland flow, interflow, pipes, and other features of a stormwater drainage system into a defined surface waterbody, or a constructed facility.

1.3.5 Wetlands

Wetlands are those areas that are inundated or saturated by surface or groundwater at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions.

1.4 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government.

SD-01 Preconstruction Submittals

Solid Waste Management Plan; G

SD-06 Test Reports

Solid Waste Management Reports

SD-07 Certificates

Certification For Weed Free Mulch; G

1.5 NONCOMPLIANCE

An order may be issued stopping all or part of the work for failure to comply with the provisions of this Section until corrective action has been taken. No time lost due to such stop orders will be the subject of a claim for extension of time or for costs or damages unless it is later determined that the Contractor was in compliance. Approval of the Contractor's plan will not relieve the Contractor of responsibility for adequate and continuing control of pollutants and other environmental protection measures.

1.6 SUBCONTRACTORS

The prime Contractor must enforce compliance with this Section by subcontractors.

1.7 PAYMENT

No separate payment will be made for work covered under this Section.

SECTION 01 57 20.00 82 Page 7 West Coast Hopper Maintenance Dredging 2021

Payment of fees associated with environmental permits, application, and/or notices obtained by the Contractor, and payment of all fines/fees for violation or non-compliance with Federal, State, Regional and local laws and regulations are the responsibility of the Contractor. All costs associated with this Section must be included in the Contract price.

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 IMPLEMENTATION

3.1.1 Environmental Protection Plan

No physical work will start at any site until the Environmental Protection Plan has been approved or specific authorization is obtained to start a phase of the work. Preparation and submittal of supplemental plans may be required if additional environmental protection planning is found to be necessary for later phases of work. In accordance with Section 01 10 00.00 82, CONTRACT ADMINISTRATION DATA (DREDGING), the Environmental Protection Plan including proposals for implementing this Section for environmental protection must be submitted within the PSMP. The Environmental Protection Plan will be checked for completeness and compliance. If satisfactory, it will be approved. If unsatisfactory, it will be returned for resubmission. As a minimum the plan must include:

a. A contamination-prevention section listing all potentially hazardous petroleum products and toxic materials on the job site and corresponding provisions to prevent accidental or intentional introduction of such materials into any waterway, the air, or the ground. This section must include plans for preventing polluted runoff from plant, equipment parking, and maintenance areas from entering local water bodies.

b. A containment and cleanup section including the procedures, instructions, and reports to be used in the event of an unforeseen oil or chemical spill. This section must include as a minimum:

(1) The name of the individual who will be responsible for implementing and supervising the containment and cleanup.

(2) A list of materials and equipment to be immediately available. For all work in or adjacent to water, a boom of sufficient length to enclose the floating plant plus 150 feet, skimming equipment, and a cleanup kit must be available at the job site. Materials and equipment for other cleanup work must be tailored to the potential hazards involved.

(3) The names and locations of suppliers of containment materials and names and locations of additional fuel oil recovery, cleanup, restoration, and material placement equipment available in case of an unforeseen spill emergency.

(4) The methods and procedures to be used for expeditious cleanup.

(5) Trash management plan including where trash is stored on the dredge to include trash stored on the dredge and removed from the hopper, and placement plan for the trash.

SECTION 01 57 20.00 82 Page 8 West Coast Hopper Maintenance Dredging 2021

(6) The name of the individual who will report any spills and who will follow up with complete documentation. All spills must be reported immediately to the required agencies and the Government with follow up copies of all documentation sent to the Contracting Officer within seven days of the incident. The "SPILL EMERGENCY-INITIAL REPORT FORM," available from the Government, must be submitted to the Contracting Officer within 24 hours of a spill (sample form can be found in Attachment A4).

c. An erosion and turbidity control section must be included on any construction or incidental location associated with construction (field office, boat dock, etc) which will disturb the earth's surface and could introduce turbidity into water courses, dust into the air, or slides into areas not scheduled to be disturbed. See Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING, for specific water quality monitoring requirements.

d. A borrow-area-reclamation section, if a borrow area is to be opened and operated for the supply of materials under this Contract.

e. A sound level control section describing procedures and equipment to be used in abating construction noise.

f. Training for Contractor personnel during the construction period.

g. Bilge water control measures.

h. An Air Pollution control plan detailing provisions to ensure that dust, debris, materials, trash, etc., do not become air borne and travel off the project site. If necessary, provide a copy of the Permit in accordance with Contractor-Furnished land placement site(s), obtain any necessary air quality permits for operation of pumps and equipment.

i. Invasive species control plan.

3.1.2 Surveillance

During the work, all activities, including those of subcontractors, must be supervised to assure compliance with the intent and details of the plan. Training courses must be Contractor-conducted for the Contractor's personnel and any subcontractors to assure that all working at the site are familiar with the environmental protection provisions. All equipment and materials for environmental protection must be inspected periodically to assure that they are in proper order and have not deteriorated.

3.1.3 Completion

Before this Contract is completed all restoration, cleanup, and other work required to leave the site in an acceptable condition must have been completed. Final payment will not be made until the environmental protection requirements have been met.

3.1.4 Best Management Practices

Keep dragheads at or buried in the substrate when suction dredges are working, and no more than 3.0 feet above the substrate for the minimum time necessary to clean or purge the dragheads. Submit a statement verifying compliance with this requirement in accordance with Section

SECTION 01 57 20.00 82 Page 9 West Coast Hopper Maintenance Dredging 2021

01 45 00.00 82, QUALITY CONTROL (DREDGING). Should pumps be active more than 3 feet above the bottom, submit a report stating when the event occurred, the reason for the occurrence and corrective action(s) taken.

3.2 SOLID WASTE MANAGEMENT PLAN

Provide the Contracting Officer with written notification of the quantity of anticipated solid waste or debris that is anticipated or estimated to be generated by construction. Include in the plan the locations where various types of waste will be disposed or recycled. Include letters of acceptance from the receiving location or as applicable; submit one copy of the receiving location state and local Solid Waste Management Permit or license showing such agency's approval of the disposal permit before transporting wastes off Government property.

3.2.1 Solid Waste Management Reports

Monthly, submit a solid waste management report to the Contracting Officer. For each waste, the report will state the classification (using the definitions provided in this section), amount, location, and name of the business receiving the solid waste.

3.3 AIR QUALITY REQUIREMENTS

a. Do not discharge from any source whatsoever such quantities of air contaminants or other material which cause injury, detriment, nuisance, or annoyance to any considerable number of persons or the public, or which causes, or has a natural tendency to cause, injury or damage to business or property. In accordance with 40 CFR 61 subsection 51.853(c)(2)(ix), USACE has determined that the proposed agency action is exempt from the requirement to prepare a conformity determination with the State Implementation Plan under the Clean Air Act because the project consists of maintenance dredging, no new depths are required, and placement would be at approved placement sites.

b. Compliance with all Bay Area Air Quality Management District (BAAQMD) regulations and standards including obtaining a permit if necessary, for operation of a mobile source of air pollutants for work in California. Mechanical failures resulting in violations of particulate matter or sulfur compounds (Regulation number 2) must be handled through application for a variance from BAAQMD.

3.3.1 Diesel Powered Plant and Equipment

a. Unless "optimized" or diesel powered equipment with the "Best Available Control Technology" (BACT) emission devices are used, injection timing on diesel powered dredges and equipment must be retarded two degrees from manufacturer's recommended setting to reduce air pollutant emissions.

b. Dredges and equipment must not be allowed to idle when not required in performing the work.

c. Dredges and equipment must be given a tune-up at least annually.

3.3.2 Reformulate Diesel Fuel

Reformulated diesel fuel must be used for all diesel power dredges and

SECTION 01 57 20.00 82 Page 10 West Coast Hopper Maintenance Dredging 2021

equipment to reduce air pollutant emissions. Reformulated diesel fuel must be a low sulfur, reduced aromatics diesel fuel meeting the following specifications, unless otherwise approved by the Contracting Office: (1) sulfur content less than 0.05 percent by weight and (2) aromatics content less than 20 percent by volume prior to dredging or construction operations. Submit to the CO certification from the fuel supplier or manufacturer stating that the fuel contents meet the above requirements and proof of reformulated diesel fuel purchase of the above specified fuel.

3.4 AIR RESOURCES

Equipment operation, activities, or processes must be in accordance with all Federal and State air emission and performance laws and standards.

3.4.1 Sound Intrusions (State of California)

Keep construction activities under surveillance and control to minimize environment damage by noise. Comply with the provisions of the State of California rules. Equip all internal combustion engine-driven equipment with mufflers that are in good condition.

3.4.2 Invasive Species Prevention Measures for Boat Operations

Prevent contaminating HUM, MSC, LCR, and MCR with invasive species, particularly zebra/quagga mussels. Invasive species can be transported by boats, trailers, outboard motors and other equipment such as tractors, bulldozers, water pumps, ropes and nets that are used in areas that zebra/quagga mussels inhabit. There are no known instances of zebra/quagga mussels being found in the project area watershed. If equipment is not properly inspected and treated to prevent the spread of zebra/quagga mussels and other aquatic nuisance species, they can be introduced into areas not currently infested. To assist in preventing the introduction and spread of aquatic nuisance species, the following precautions must be taken:

a. Prior to transporting to site, visually inspect all equipment for zebra/quagga mussels and other aquatic nuisance species. Remove all trash, mud, vegetation, and suspected zebra/quagga mussels, place in plastic bags, and properly dispose of in land-based receptacles. Report the presence of invasive species to the appropriate agency(s), specifically Oregon Department of Environmental Quality and/or the Washington Department of Ecology for LCR and MCR work areas, and California Department of Fish and Wildlife Invasive Species Program for HUM and MSC work areas. Follow directions from these agencies regarding disposal or retention.

b. All construction equipment and supplies intended for use in OR, WA, and CA waters that have been exposed to other lake or stream water must be thoroughly washed with a power washer or be allowed to dry an appropriate length of time. Water being used for power washing must be at least 160 degrees F when leaving the spray nozzle and 140 degrees F when contacting the equipment being decontaminated. All contaminated runoff must be adequately contained and disposed of properly. The appropriate length of drying time is dependant upon weather conditions when the equipment is drying. Use the following link to determine the number of drying days required for drying before work can begin: http://www.100thmeridian.org/emersion.asp.

c. Treat pumps, equipment, and supplies that cannot be thoroughly

SECTION 01 57 20.00 82 Page 11 West Coast Hopper Maintenance Dredging 2021

drained, cleaned, and dried with a 200 ppm bleach solution for 20 minutes, deactivate with sodium thiosulfate, and rinse according to Table 1 below. Treatment must occur in the dry, during dry weather, and all waste water associated with the treatment must be properly disposed of in compliance with all state and local regulations.

d. Conduct an onsite inspection of all vessels, equipment, pumps, and supplies to be used in or around the water before work begins. Coordinate the date and time of this onsite inspection with the CO seven days in advance of inspection.

e. Inspect vessels and equipment upon removal from any body of water. Clean hulls, anchors, moorings, trailers, etc. of all mud, vegetation, and any noticeable attached zebra mussels before leaving the site. Remove any suspected zebra mussels, report to the CO, and contain them for verification.

f. Wash or appropriately dry all vessels and construction equipment removed from waters currently infested with zebra mussels or other aquatic invasive species as described in the guidance found at:

http://www.100thmeridian.org/emersion.asp

http://www.anstaskforce.gov/QZAP/Uniform_watercraft_interception_protocols _and_standards.pdf

Table 1:

Disinfectant Amounts to Make Needed Concentrations Disinfectant 1 gallon 2 gallons 5 gallons 20 gallons 100 gallons

200 ppm 0.5 ounce 1.0 ounce 2.5 ounces 11.0 ounces 6 1/3 cups Chlorine (15 ml) (30 ml) (75 ml) (300 ml) (1.5 L) (household bleach, 5.25% Chlorine)

800 ppm 0.1 ounce 0.2 ounce 0.5 ounce 2.1 ounces 10.6 ounces Sodium (3 g) (6 g) (15 g) (60 g) (300 g) Thiosulfate

Notes:

(1) Zebra/quagga mussel juveniles, called veligers are microscopic and invisible to the naked eye.

(2) Air drying and hot water are most effective when used in conjunction with each other because their effectiveness is highly dependent upon ambient temperatures and contact times.

(3) Household bleach (5.25 percent chlorine) and vinegar can be purchased from grocery or convenience stores. Sodium Thiosulfate can be purchased at pool supply stores or chemical companies.

(4) All bilges and hidden areas under boat decks must be thoroughly treated as described above.

SECTION 01 57 20.00 82 Page 12 West Coast Hopper Maintenance Dredging 2021

(5) For instructions on cleaning and decontaminating specific types of equipment use the following link to access the Inspection and Cleaning Manual for Equipment and Vehicles to Prevent the Spread of Invasive Species: http://www.usbr.gov/mussels/prevention/docs/EquipmentInspectionand CleaningManual2010.pdf

3.5 PROTECTION OF WATER RESOURCES

3.5.1 General

No watercourses may be polluted with any petroleum products, fuels, oils, lubricants, bitumen, calcium chloride, insecticides, herbicides, or other toxic materials harmful to life. Chemical emulsifiers, dispersants, coagulants, or other cleanup compounds must not be used without prior written approval. The person in charge must report immediately any discharge of the above products into the water to the nearest U.S. Coast Guard Unit. Compliance with State water quality standards and conditions of any permits and clearances obtained for the work is the Contractor's responsibility.

3.5.2 Bilge Water

Run bilge water through an oily water separator when required by Coast Guard regulations, or if not subject to such requirement, use other effective methods to comply with Part 2.1.4 of the Vessel General Permit to prevent the discharge of any oils, including oily materials, into waters subject to the Vessel General Permit in quantities which may be harmful as defined in 40 CFR 110.

3.5.3 Fuel and Lubricants

Conduct fueling and lubrication of equipment and motor vehicles in a manner that affords the maximum protection against spill and evaporation. Manage and store fuel, lubricants and oil in accordance with all Federal, State, Regional, and local laws and regulations. Secure fuel storage on-site to prevent unauthorized access. Used lubricants and used oil to be discarded must be stored in marked corrosion-resistant containers and recycled or disposed in accordance with 40 CFR 279, State, and local laws and regulations.

3.6 ENVIRONMENTAL MONITORING

3.6.1 Detailed Procedures for Water Quality Monitoring at HUM and MSC

a. Keep a copy of all Water Quality Certificates (Attachments A7-A10) on board all floating plant at all times. No work will be allowed without a copy of all Water Quality Certificates at all required locations.

b. Visual observations of turbidity are required during dredging and in-water placement operations at HUM and MSC. It is expected that turbidity will be observed visually from the dredge.

c. Overflow Monitoring. Return water overflow is permitted while dredging at HUM and MSC as stated in Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING paragraph Skimming of Hoppers. Return water overflow times; to include start time, stop time and total duration,

SECTION 01 57 20.00 82 Page 13 West Coast Hopper Maintenance Dredging 2021

must be recorded and provided to the Government as a part of the daily QC report as stated in Section 01 45 00.15 25, RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE (RMS CM).

3.6.2 Detailed Procedures for Water Quality Monitoring LCR and MCR Maintenance Dredging

a. Keep a copy of all Water Quality Certificates (Attachment A7, A8, A9, and A10) on board all floating plant at all times. No work will be allowed without a copy of all Water Quality Certificates at all required locations.

b. Perform water quality monitoring in accordance with the Water Quality Monitoring Plan (Attachment A11) which has been coordinated with the States of Oregon and Washington and the National Marine Fisheries Service to ensure compliance with all applicable Water Quality Certificates and the Biological Opinion.

c. Visual observations of turbidity are required during dredging and placement operations at MCR and LCR. It is expected that turbidity at background and compliance locations will be observed visually from the dredge.

d. Turbidity monitoring is required during dredging and placement operations. It is expected that turbidity at background and compliance locations will be observed visually from the dredge, other floating plant, and/or shore. Sampling by instrument (in addition to or in lieu of visual observations) may be approved by the CO or ACO if advantageous to the Government.

3.6.3 Reporting

a. Failure to submit accurate and complete reports will result in the immediate suspension of dredging and placement operations.

b. Water quality monitoring report form for visual sampling is provided in Attachment A11. Electronic copies of the Water Quality Monitoring Report Form will be provided to the Contractor prior to beginning dredging. The Water Quality Report will show the sequences of observations and results for each calendar day. Detailed instructions, including the required naming convention for sampling, will be provided to the Contractor prior to beginning work requiring water quality monitoring.

c. Overflow Report: While working in HUM and MSC, submit a report in Excel format that tracks the overflow start and stop times and the total overflow time for each load. See Attachment A19 for a sample Overflow Report Form. An electronic copy of the form will be provided prior to the start of work.

3.7 PROTECTION OF FISH AND WILDLIFE

All work must be performed and all steps taken to prevent interference or disturbance to fish and wildlife. Water flows or habitat outside the project boundaries that are critical to fish or wildlife must not be altered or disturbed. While operating any vessel equipped with a hopper:

a. Avoid the discharge or uptake of hopper water in areas within or that may directly affect marine sanctuaries, marine preserves, marine

SECTION 01 57 20.00 82 Page 14 West Coast Hopper Maintenance Dredging 2021

parks, or coral reefs.

b. Minimize the transport of hopper water in areas known to have infestations or populations of harmful organisms, and /or pathogens (e.g., toxic algal blooms).

c. In the event that the dredge is in dry-dock during the life of this Contract, visually inspect the hopper, water intakes, and any areas that may be open for maintenance for the presence of invasive species. If invasive species are found take the necessary actions in accordance with local, State, and Federal regulations. Results of these inspections must be included in the daily CQC report.

d. To avoid transporting invasive species, carry only the minimal amount of hopper water essential for vessel operations while transiting under this Contract.

e. Rinse anchors and anchor chains when retrieving the anchor to remove organisms and sediments at their place of origin.

f. If any fouling organisms are observed in the hopper, remove them when conditions allow and dispose of any removed substances in accordance with local, State, and Federal regulations.

g. The Quality Control Manager and crew must be trained on the identification of invasive species and the reporting/controlling procedures should they encounter them. A list of invasive species in the area, including photos, must be maintained on the bridge.

h. In the event that transit is conducted with water in the hopper, the exchange of hopper water must be addressed to prevent transport of invasive species. In addition, address the exchange of water through the sea chest, and any other water intake, to prevent transporting invasive species. These items must be addressed in the Contractor's Environmental Protection Plan.

i. Should the Contractor encounter a sick, injured, or dead specimen of a threatened or endangered species during the project (regardless of whether the Contractor is at fault), immediate notification must be made to the GQAR and written notification made in the daily QC Report. The Contractor must also report the find directly to the appropriate resource agency using the Marine Mammal Reporting Plan. Requirements of the Marine Mammal Reporting Plan can be found within attachment A26.

j. For work at MSC, the migratory bird nesting season can run from 01 February through 01 September of each year. However, for work specifically at the Ocean Beach pump ashore beach fill site, it is anticipated that the Bank Swallow nesting period could end as early as 15 July, thus beach fill placement operations at Ocean Beach are limited to the period from 15 July to 30 September 2021 provided that the following requirements are adhered to:

(1) An initial environmental survey will be conducted by the appropriate Government-appointed representative to establish Bank Swallow population presence and boundaries.

(2) The Government will continue to actively monitor the area for the presence of Bank Swallows and Western Snowy Plovers throughout the duration of the work. If Bank Swallows are actively nesting, a

SECTION 01 57 20.00 82 Page 15 West Coast Hopper Maintenance Dredging 2021

650-foot buffer zone will be established around the nesting areas and the Contracting Officer will notify the Contractor of any work restrictions within that buffer zone. There are no restrictions for work outside of this buffer zone. Avoid Western Snowy Plovers if present in the work area.

(3) Do not use any power equipment within 650 feet of any active Bank Swallow nesting site or any other birds observed roosting on structures.

(4) Night lighting is not allowed within the 650-foot buffer zone around active Bank Swallow nests. Refer to Section 35 20 23.10 82,PUMP-ASHORE OPERATIONS FOR BEACH FILL for night lighting requirements.

(5) Do not disturb roosting marine birds, or shine lights at birds at night.

k. All dredging activities within this contract must be in compliance with the Magnuson-Stevens Fishery Conservation and Management Act (MSA), which protects Essential Fish Habitat (EFH). Eelgrass has been identified as EFH for various life stages of fish species managed by Fisheries Management Plans under MSA. Therefore, dredging and placement may only occur at the designated channels and placement sites.

l. All observations of longfin smelt during project activities in California must be conveyed to the GQAR and documented in the daily Quality Control Report

NOTE: If the Contractor observes a longfin smelt or any other threatened or endangered species entrained in the hopper, notify the GQAR immediately. If the fish is alive return it to the bay immediately. If the fish is dead and it is safe to do so; photograph, recover and freeze the fish. Provide all pictures and entrained fish to the GQAR.

3.8 ENVIRONMENTAL PROTECTION MEETINGS

a. During dredging operations and pump ashore work, conduct monthly meetings with all project personnel. The items discussed must include applicable pollution standards, methods of pollution detection and prevention, and other subjects pertinent to protecting the environment on this project. A copy of the meeting's agenda and list of personnel attending must be attached to the daily Quality Control Report.

b. Prior to the beginning work a meeting must be held with the Government to develop mutual understandings relative to the administration of the environmental protection program. This meeting must include key onsite Contractor personnel.

3.9 DISPOSAL OF HAZARDOUS WASTE

The following applies to disposal of any hazardous waste:

a. Where possible, use or propose for use materials that may be considered environmentally friendly in that waste from such materials is not regulated as a hazardous waste or is not considered harmful to the environment.

SECTION 01 57 20.00 82 Page 16 West Coast Hopper Maintenance Dredging 2021

b. Documentation for analysis, sampling, transportation, and disposal of all hazardous waste streams generated during this Contract must be in accordance with 40 CFR parts 260 through 262.

c. Provide a copy of all hazardous waste determinations, sample results, and shipping manifests to the GQAR to verify compliance with Federal, State, and local regulations.

d. Remove all hazardous wastes from the Project for proper disposal within 90 days of waste generation. Package, label, and mark all hazardous waste in accordance with 49 CFR 172 and 40 CFR 262. Store all hazardous waste in accordance with 40 CFR 262.

e. Transportation of hazardous material must be in accordance with 49 CFR 171, 49 CFR 172, and 49 CFR 173.

f. Submit certificates of Destruction or Disposal Certificates for all hazardous wastes within 14 days of actual disposal.

g. Use the Contractor's EPA identification number to dispose of all hazardous waste generated from Government-owned facilities on the project. This is construed to mean all hazardous wastes the Contractor or subcontractors generate from materials brought on the site for the purpose of performing work under the terms of the Contract.

h. Use the Government's EPA identification number to dispose of all hazardous waste generated from Government-owned facilities on the project. This is construed to mean hazardous wastes generated from the repair, demolition, or removal of any existing materials and buildings from Government facilities and is not intended to include any wastes generated by the Contractor in the performance of its work.

i. It is the responsibility of the Contractor to prepare all hazardous waste manifests for Contractor-generated hazardous waste. The Government will review the Contractor's hazardous waste manifest to ensure the use of the Contractor's own EPA identification number.

j. Recycle hazardous or dangerous waste to the maximum extent possible. Placing hazardous or dangerous waste in a permitted hazardous waste landfill must be the last resort. If disposal if necessary, submit for Contracting Officer approval, the name and location of the proposed permitted disposal facility.

3.10 POL BEST MANAGEMENT PRACTICES

POL products include flammable or combustible liquids, such as gasoline, diesel, lubricating oil, used engine oil, hydraulic oil, mineral oil, and cooking oil.

a. Store POL products, fuel equipment, and motor vehicles in a manner that affords the maximum protection against spills into the environment. Manage and store POL products in accordance with EPA 40 CFR 112, and other federal, state, regional, and local laws and regulations. Describe in the EPP how POL tanks and containers must be stored, managed, and inspected and what protections must be provided.

b. Use secondary containments, dikes, curbs, trays, and other barriers, to prevent POL products from spilling and entering the

SECTION 01 57 20.00 82 Page 17 West Coast Hopper Maintenance Dredging 2021

ground, storm or sewer drains, stormwater ditches or canals, or navigable waters of the United States.

c. Inspect all equipment, vehicles, and power tools for fluid leaks daily and before they leave the staging area.

d. Before operation within 150 feet of any body of water, and as often as necessary during operation, thoroughly clean all equipment, vehicles, and power tools to keep them free of external fluids and grease and to prevent leaks and spills from entering the water.

e. Generators, cranes, or other stationary heavy equipment operated within 150 feet of any waterbody must be maintained and protected as necessary to prevent leaks and spills from entering the water.

3.10.1 Oil Storage Including Fuel Tanks

Provide secondary containment and overfill protection for oil storage tanks. A berm used to provide secondary containment must be of sufficient size and strength to contain the contents of the tanks plus 5 inches freeboard for precipitation. Construct the berm to be impervious to oil for 72 hours so that no discharge will permeate, drain, infiltrate, or otherwise escape before cleanup occurs. Use drip pans during oil transfer operations; adequate absorbent material must be onsite to clean up any spills and prevent releases to the environment. Cover tanks and drip pans during inclement weather. Provide procedures and equipment to prevent overfilling of tanks. If tanks and containers with an aggregate aboveground capacity greater than 1320 gallons will be used onsite (only containers with a capacity of 55 gallons or greater are counted), provide and implement a SPCC plan meeting the requirements of 40 CFR 112. Do not bring underground storage tanks to the installation for Contractor use during a project. Submit the SPCC plan to the Contracting Officer for approval.

Monitor and remove any rainwater that accumulates in open containment dikes or berms. Inspect the accumulated rainwater prior to draining from a containment dike to the environment, to determine there is no oil sheen present.

3.11 OCEAN BEACH PUMP ASHORE BEACH FILL ENVIRONMENTAL CONTROLS

3.11.1 Applicability

This subpart applies to the beach fill work to be performed on Ocean Beach, including all equipment and material storing and staging, and earthwork.

3.11.2 Equipment and Fueling

a. Use well-maintained equipment to perform the work. Perform equipment maintenance off the project site, except in cases of failure or breakdown. Inspect equipment daily for leaks or spills. If leaks or spills are encountered, identify and mitigate the source of the leak. Cleanup any leaks or spills immediately. Collect and properly dispose of any cleanup materials.

b. Fueling/refueling of any nature is prohibited over or near any storm sewer grates or drains on the project site. Implement best management practices (BMPs) to prevent spills during fueling/refueling

SECTION 01 57 20.00 82 Page 18 West Coast Hopper Maintenance Dredging 2021

of vehicles and equipment. All fuel and chemicals shall be kept, stored, handled, and used in a manner that prevents spills into the environment and discharge into water.

c. Conduct equipment fueling operations in the staging area when possible or behind the toe berm when on the beach. Use secondary containment and other BMPs to prevent releases of petroleum products to the environment. Inspect area after fueling to verify that no spillage occurred. Immediately cleanup any spillage using appropriate spill response equipment.

d. Use secondary containment and other BMPs when removing or changing fluids in equipment or vehicles to prevent leaks and spills. Properly store and recycle or dispose of collected fluids offsite.

e. Minimize equipment and vehicle idling to the maximum extent practicable.

3.11.3 Vegetation

a. Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees, shrubs, or other vegetation without the CO's permission. Do not fasten or attach ropes, cables, or guys to existing nearby trees for anchorages unless authorized by the CO. Where such use of attached ropes, cables, or guys is authorized, the Contractor is responsible for any resultant damage.

b. Protect existing trees that are to remain to ensure they are not injured, bruised, defaced, or otherwise damaged by construction operations. Remove displaced stone, soil, or other materials from uncleared areas. Coordinate with the CO and USACE District Environmental Office to determine appropriate action for trees and other landscape features scarred or damaged by equipment operations.

c. Select, operate, and maintain all heavy equipment, vehicles, and power tools to minimize adverse effects on the environment (e.g., low pressure tires, subject to Division 01 specifications and District review and approval.

d. Prevent importation of invasive plant species, mold, and other deleterious materials. Plant material for mulch or other uses must be certified weed-free. Straw must be stalks from oats, wheat, rye, barley, or rice. Provide Certification for Weed-Free Mulch to the Contracting Officer.

e. Clean all equipment and vehicles prior to bringing it onto the project site. Equipment must be free from soil residuals, egg deposits from plant pests, noxious weeds, and plant seeds.

3.11.4 Surface Discharges

Surface discharge shall be in accordance with the requirements of the project-appropriate Water Quality Certification.

3.11.5 Stormwater

Stormwater from construction sites that is noted or suspected of being contaminated or containing pollutants may only be released to the water ways if the discharge is specifically permitted. Treatment may be

SECTION 01 57 20.00 82 Page 19 West Coast Hopper Maintenance Dredging 2021

required prior to discharge. Obtain authorization in advance for any release of contaminated water.

a. Provide and maintain erosion and sediment control measures in the temporary staging areas in accordance with state and local laws and regulations. Preserve vegetation where shown on the plans.

b.Implement sediment control practices in the staging areas to divert flows from exposed soils, temporarily store flows, or otherwise limit runoff and the discharge of pollutants from exposed areas of the staging areas. Implement sediment control practices in the staging areas prior to soil disturbance and prior to creating areas with concentrated flow, during the construction process to minimize erosion and sediment laden runoff. Include the following devices: silt fence, temporary diversion dikes, etc., as needed.

3.11.6 Work Area Limits

Mark the areas that are not to be disturbed under this Contract prior to commencing construction activities. Mark or fence isolated areas within the general work area that are not to be disturbed. Protect monuments and markers before construction operations commence. Where construction operations are to be conducted during darkness, any markers must be visible in the dark. Personnel must be knowledgeable of the purpose for marking and protecting particular objects.

3.11.7 Contractor Facilities and Work Areas

Place field offices, staging areas, stockpile storage, and temporary buildings within the work areas shown on the drawings. Skidded and movable trailers are permitted. Control temporary excavation and embankments for plant or work areas to protect adjacent areas.

3.11.8 Cultural and Archaeological Resources

If, during excavation or other construction activities, any previously unidentified or unanticipated historical, archaeological, and cultural resources are discovered or found, activities that may damage or alter such resources will be suspended. Resources covered by this paragraph include, but are not limited to: any human skeletal remains or burials; artifacts; shell, midden, bone, charcoal, or other deposits; rock or coral alignments, pavings, wall, or other constructed features; and any indication of agricultural or other human activities. Upon such discovery or find, immediately notify the CO so that the appropriate authorities may be notified and a determination made as to their significance and what, if any, special disposition of the finds should be made. Cease all activities that may result in impact to or the destruction of these resources. Secure the area and prevent employees or other persons from trespassing on, removing, or otherwise disturbing such resources. The Government retains ownership and control over archaeological resources.

3.11.9 Post Contruction Cleanup

Clean up areas used for construction in accordance with Contract Clause 52.236-12, CLEANING UP. Unless otherwise instructed in writing by the

SECTION 01 57 20.00 82 Page 20 West Coast Hopper Maintenance Dredging 2021

Contracting Officer, remove traces of temporary construction facilities such as work area, structures, foundations of temporary structures, stockpiles of excess or waste materials, trash, and other vestiges of construction prior to final acceptance of the work. Restore paved areas used for access and staging to pre-construction conditions.

-- End of Section --

SECTION 01 57 20.00 82 Page 21 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 31 - EARTHWORK

SECTION 31 00 02.00 25

BEACH SURVEY REQUIREMENTS

PART 1 GENERAL

1.1 SCOPE OF SECTION 1.2 REFERENCES 1.3 SUBMITTALS 1.4 EXISTING SURVEYS 1.5 SURVEY CONTROLS 1.6 SURVEY PLAN 1.7 HYDROGRAPHIC SURVEYS 1.8 TOPOGRAPHIC SURVEYS 1.9 SURVEYING RESTRICTIONS 1.9.1 Swimming 1.9.2 Surf Zone Data Collection 1.10 SURVEYOR QUALIFICATIONS 1.11 QUALITY ASSURANCE 1.12 Original Field Notes, Computations and Other Records

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 SWIMMING HAZARD ASSESSMENT 3.2 GENERAL SURVEY REQUIREMENTS 3.2.1 Tolerances 3.2.2 Overlap of Survey Techniques 3.2.2.1 Pre-Placement And Post-Placement Condition Surveys 3.2.2.2 Before- And After-Beach Fill Surveys 3.2.3 Hydrographic Surveying Techniques 3.3 SURVEY LOGS 3.4 STAKING AND FLAGGING 3.4.1 Contractor Work Limit 3.4.2 Construction Baseline 3.4.3 Outfalls 3.5 PRE-PLACEMENT AND POST-PLACEMENT CONDITION SURVEYS 3.5.1 Locations of Survey Lines 3.5.2 Pre-Placement Condition Surveys 3.5.3 Photographic Documentation of Surveys 3.5.4 Pre-Placement Condition Volumes and Drawings 3.5.5 Post-Placement Condition Surveys 3.5.6 Completion Time Requirements 3.5.7 Description of Required Survey Lines 3.5.8 Intervals Required 3.5.9 Quality Control 3.6 BEFORE- AND AFTER-BEACH FILL SURVEYS 3.6.1 Before- and After-Beach Fill Surveys

SECTION 31 00 02.00 25 Page 1 West Coast Hopper Maintenance Dredging 2021

3.6.2 Completion Time Requirements 3.6.3 Locations of Survey Lines 3.6.4 Government Observance of Surveys 3.6.5 After Beach Fill Volume Computation 3.7 DREDGE PIPELINE SURVEYS 3.8 DATA SUBMISSION 3.8.1 General 3.8.1.1 Pre- and Post- Placement Condition Surveys: 3.8.1.2 Pre-Placement Condition Volumes and Drawings: 3.8.1.3 Before- and After-Beach Fill Surveys and Volumes: 3.8.1.4 After Beach Fill Digital Images 3.9 DISCREPANCIES 3.10 METADATA SUBMISSION

-- End of Section Table of Contents --

SECTION 31 00 02.00 25 Page 2 West Coast Hopper Maintenance Dredging 2021

SECTION 31 00 02.00 25

BEACH SURVEY REQUIREMENTS

PART 1 GENERAL

1.1 SCOPE OF SECTION

The work covered by this Section consists of providing all labor, materials, plant and equipment, and performing all operations required in conducting staking and flagging, pre-placement and post-placement condition surveys, and before- and after- Beach Fill placement surveys. The work also includes the recording of survey data including elevations, lines, grades of the constructed work to verify that the work is constructed in accordance with the Contract.

1.2 REFERENCES

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

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 1110-1-1005 (2007) Engineering and Design - Control and Topographic Surveying

ER 1110-2-8164 (2017) Engineering and Design - Policies, Guidance, and Requirements for Hydrographic Surveying and Mapping Digital Products

EM 1110-2-1003 (2013) Hydrographic Surveying

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government.

SD-01 Preconstruction Submittals

Surveyor Qualifications; G; ENC-DG

Qualifications of Certified Lifeguards; G; Safety Office

Survey Plan; G; ENC-DG

SD-02 Construction Submittals

Swimming Hazard Assessment; G

Survey Logs; G; District Survey Point of Contact

SECTION 31 00 02.00 25 Page 3 West Coast Hopper Maintenance Dredging 2021

Locations Of Survey Lines; G; District Survey Point of Contact

Pre-Placement Condition Surveys; G

Photographic Documentation Of Surveys; G

Pre-Placement Condition Volumes And Drawings; G

Post-Placement Condition Surveys; G

Before-Beach Fill Surveys; G

After-Beach Fill Surveys; G

Dredge Pipeline Surveys

After Beach Fill Volume Computation; G

SD-11 Closeout Submittals

Metadata; G

As-built Drawings; G ENC-DG

1.4 EXISTING SURVEYS

Contours and elevations shown on the Drawings are a composite of 2020 survey data obtained from the San Francisco Public Utilities Commission, 2016 USGS high accuracy LiDAR data, and 2019 USGS surface and bathymetric survey data. The Beach Fill area conditions are dynamic in nature. Conditions existing during the preparation of this Contract may not be an accurate representation of the Beach Fill area conditions at the commencement of Beach Fill operations.

1.5 SURVEY CONTROLS

The horizontal coordinate system is 2011 adjustment of the North American Datum of 1983 (NAD83(2011)), California State Plane Coordinate System, Zone 3, with linear units in US Survey Feet. The vertical datum is the North American Vertical Datum of 1988 (NAVD 88) with units in feet. The correlation between NAVD 88 and the local tidal datum at the San Francisco, California, CO-OP Station ID 9414290 is 0.0 feet NAVD 88 = -0.06 Mean Lower Low Water (MLLW)(1983-2001 Epoch).

1.6 SURVEY PLAN

Submit a Survey Plan with a detailed description of the survey equipment and procedures proposed to be used for completion of the work. Address the phasing, timing and methods, control points and benchmarks. Include procedures for surveys and quality control to ensure material placement/grading in the design areas are in accordance with the contract requirements (to include grading stakes or other methods to establish lines, grades, and slopes, spacing and frequency of condition and post-construction surveys for acceptance by the Government). Use the datums and coordinate system specified in SURVEY CONTROLS above, and provide data and drawings in formats specified in DATA SUBMISSION, below. Surveys must be quality checked and provided to the Government as soon as they have been completed.

SECTION 31 00 02.00 25 Page 4 West Coast Hopper Maintenance Dredging 2021

1.7 HYDROGRAPHIC SURVEYS

Differential GPS must be used for hydrographic surveys and all hydrographic surveys must be conducted in accordance with USACE Performance Standards as defined in the Hydrographic Surveying Manual EM 1110-2-1003. Perform surveys using single transducer sounding techniques, multi-beam sweep type surveys, or both. Obtain bottom soundings using a single beam echo sounder operating at a frequency ranging from 190 to 210 Khz. When utilizing multi-beam technology, the operating frequency must range from 180 to 250 Khz. Calibrate all echo sounders in accordance with the procedures specified in EM 1110-2-1003. Include raw data with submittals.

1.8 TOPOGRAPHIC SURVEYS

Perform all topographic surveys in accordance with EM 1110-1-1005. Conduct all topographic and swimming surveys utilizing real time kinematic GPS or an electronic total station with a data collector. Record a three-dimensional raw electronic position for each data point. Include raw data with submittals.

1.9 SURVEYING RESTRICTIONS

1.9.1 Swimming

Swimming is an acceptable survey method in the surf zone for this contract provided the following conditions are met:

a. No swimmer will enter the water if the wave heights exceeding 6 feet or any other condition or combination of conditions exist that the certified lifeguard, SSHO, COR or Survey POC deem unsafe.

b. Two certified lifeguards (certified by the Red Cross or United States Lifesaving Association) with experience in coastal environments must be present for all data acquisition by a swimmer. One lifeguard will swim to acquire survey data and the other lifeguard must serve as an observer. The survey swimmer must enter the water with a survey rod or light survey equipment and the other swimmer (observing lifeguard) must remain onshore, directing the survey swimmer and observing them at all times for signs of distress or danger. The standby swimmer must be equipped for immediate entry into the water and must move parallel to shore and maintain visible contact with the survey swimmer to ensure the shortest distance to the survey swimmer at all times.

c. Submit Qualifications of Certified Lifeguards to be used to the District Safety Office, prior to commencing survey work. This must include First Aid/CPR certifications. The certifications must be producible to the COR at all times.

d. Methods "c.(1)(b)" and "c.(1)(c)" in Section 5 of ER 1110-2-8164 will not be permitted for volume computation (AD/BD) or pre-placement or post-placement surveys.

1.9.2 Surf Zone Data Collection

To ensure proper data overlap and full cross sections without the use of swimmers, a device may be used for the surf zone data collection such as a sea sled or CRAB. The device must utilize direct measurement with real time kinematic GPS or an electronic total station/prism with data

SECTION 31 00 02.00 25 Page 5 West Coast Hopper Maintenance Dredging 2021

collector. The device will be considered a method of hydrographic surveying and will be held to the same time restraints and tolerances.

1.10 SURVEYOR QUALIFICATIONS

a. Submit qualifications of the independent licensed surveyor(s) for topographic and hydrographic surveying to the Government Survey Point of Contact prior to commencing any survey work.

b. Perform all beach surveys using an independent survey company, and all surveys (topographic, swimming and hydrographic) must be performed by the same company. Perform all topographic surveys under the direction and supervision of a Professional Licensed Surveyor with a minimum 5 years current experience in beach profiling. Conduct all hydrographic surveys under the direction and supervision of a Surveyor certified by the American Congress on Surveying and Mapping (ACSM) as an In-Shore Hydrographer, or by a Professional Licensed Surveyor with a minimum of 5 years documented experience in a hydrographic surveying environment similar in nature to the surveys required under this Contract. Surveyors must be State of California licensed surveyors.

C. All survey equipment, including vessels, must be owned or leased by an independent survey company, unless otherwise approved by the Government.

1.11 QUALITY ASSURANCE

Quality assurance will be conducted by the Government Survey Office as needed. To accomplish this, the District survey office will either re-survey areas, observe surveys, or inspect submitted raw and processed data.

1.12 Original Field Notes, Computations and Other Records

All original field notes, computations and other records for the purpose of layout of surveys must be recorded in duplicating field books, the original pages of which must be furnished promptly to the Contracting Officer or their representative, at the site of work. Submit to the Contracting Officer, prior to surveying, a base line drawing showing all offsets, elevation, reference lines and range line locations to be utilized.

PART 2 PRODUCTS - NOT USED

PART 3 EXECUTION

3.1 SWIMMING HAZARD ASSESSMENT

When swimming is to be performed, a Swimming Hazard Assessment must be completed by a minimum of the SSHO, swimmers, and the Contractor's survey supervisor. After all are in agreement that conditions are safe, swimming surveys may be performed. Submit a completed Swimming Hazard Assessment daily, when swimming activities are performed. The Swimming Hazard Assessment must be recorded and attached to the daily QC report. The assessment must include existing water conditions, hand signals, and emergency procedures.

SECTION 31 00 02.00 25 Page 6 West Coast Hopper Maintenance Dredging 2021

3.2 GENERAL SURVEY REQUIREMENTS

Conduct all surveys required to demonstrate that the construction is in compliance with the specified placement tolerances and the lines, grades, and elevations shown on the Drawings. Conduct all surveys for payment purposes as specified in contract clause QUANTITY SURVEYS.

3.2.1 Tolerances

a. Conduct topographic surveys utilizing procedures and methodology that meet or exceed accuracy tolerances of +/- 0.20 feet in the vertical and +/- 1.0 feet in the horizontal.

b. Conduct hydrographic surveys utilizing procedures and methodology that meet or exceed accuracy tolerances of +/- 0.20 feet in the vertical and +/- 3.0 feet in the horizontal. Horizontally, keep the vessel within +/- 25 ft of the cross section line. Take complete notes in areas where obstructions are present, explaining the offset.

c. If swimming is used for data collection in the surf zone, hydrographic survey tolerances will be used for those surveys, including the same +/- 25 ft horizontal tolerance for cross section line offsets.

3.2.2 Overlap of Survey Techniques

Survey lines requiring multiple collection methods or at multiple time periods must have a minimum of 25 feet of overlap and 10 points recorded in each method recorded. Include all recorded points in the final submittal with attributes indicating the recording method attached. Overlap points must be within 25 feet lateral distance of the adjoining overlap point.

3.2.2.1 Pre-Placement And Post-Placement Condition Surveys

Schedule the hydrographic/swimming/topographic portions of the survey cross sections so that a minimum amount of time transpires between data collection of each portion of the survey lines. Survey the hydrographic or swimming segments within a maximum time period of 2 days for each cross section line. If topographic surveys of the upper beach cross section are performed separate from the nearshore hydrographic/swimming/topographic surveys, survey segments within a maximum time period of 5 days for each cross section line. For the purpose of this contract, the "Upper Beach" is defined as +6 feet NAVD 88 and above. If topographic surveys are performed separate from swimming surveys, develop the composite cross section from the swimming survey in the region of overlap. If significant differences in elevation between survey segments are observed at locations where segments overlap, submit such information to the COR for assessment, while still at the site. Significant differences between segments will be defined as elevation differences greater than 1 foot over a distance of 10 feet or greater along a cross section line, and occurring on two or more adjacent cross section lines.

3.2.2.2 Before- And After-Beach Fill Surveys

Schedule the hydrographic/swimming/topographic portions of the survey cross sections so that a minimum amount of time transpires between data collection of each portion of the survey lines. Survey the hydrographic, swimming and topographic segments within a maximum time period of 48 hours

SECTION 31 00 02.00 25 Page 7 West Coast Hopper Maintenance Dredging 2021

for each line. If topographic surveys are performed separate from swimming surveys, develop the composite cross section from the swimming survey in the region of overlap. If significant differences in elevation between survey segments are observed at locations where segments overlap, submit such information to the COR for assessment, while still at the site. Significant differences between segments will be defined as elevation differences greater than 1 foot over a distance of 10 feet or greater along a cross section line, and occurring on two or more adjacent cross section lines.

3.2.3 Hydrographic Surveying Techniques

Survey hydrographic or offshore portions of beach cross section lines using a towed sea sled, direct measurement methodologies, or hydrographic techniques with Real Time Kinematic capabilities. If a towed sea sled method is used, obtain horizontal and vertical positioning utilizing RTK/GPS capabilities to obtain orthometric heights in the required datum, NAVD 88. Use the latest NGS separation model to ensure accuracy levels are met. Update rates from the GPS receiver to the data collection processor, must be collected at a minimum interval of 5 Hz. to a maximum interval of 20 Hz, to minimize the latency error. Augment RTK data with heave information to smooth the vertical position in the post-processing of the data. Locate the GPS base station within 6.2 miles (10 km) of the hydrographic line being surveyed. Conduct topographic and hydrographic portions of the survey at tidal stages to ensure overlap is obtained.

3.3 SURVEY LOGS

Prepare survey logs in spreadsheet form describing all survey progress and activity for pre- and post-placement condition surveys. The spreadsheet mustbe an ongoing log describing all survey lines that have been started as well as completed.

3.4 STAKING AND FLAGGING

3.4.1 Contractor Work Limit

Stake and flag, every 50 feet, the landward work limit, subject to Government approval. These markers must remain in place for the duration of Beach Fill and only be removed after acceptance of the final Beach Fill station and at the approval of the COR.

3.4.2 Construction Baseline

Stake and flag, every 100 feet, a survey baseline, located such that it provides easy reference by QA and QC personnel. The location of the survey baseline is subject to the approval of the COR. These markers must remain in place for the duration of Beach Fill and only be removed after acceptance of the final Beach Fill station and at the approval of the COR.

3.4.3 Outfalls

Stake and flag, the limits of existing outfalls and other structures as directed by, and subject to the approval of the Contracting Officer or their representative. If the end of an outfall is located onshore, take a survey point on the outfall, at the end of the outfall. If the end of an outfall is located offshore, take a survey point on the outfall near the waters edge. Take survey points on outfalls at 10 foot intervals along their length onshore to show the location, elevation, and direction of the

SECTION 31 00 02.00 25 Page 8 West Coast Hopper Maintenance Dredging 2021

structures. Indicate the structures on project drawings, using this survey data.

3.5 PRE-PLACEMENT AND POST-PLACEMENT CONDITION SURVEYS

Pre-Placement Conditional surveys are performed to show conditions of the fill area at the time of construction. Post-Placement Conditional Surveys are performed to show a total record of the beach fill, immediately following completion of fill activities.

3.5.1 Locations of Survey Lines

Take pre-placement and post-placement condition surveys on lines every 100 feet of baseline stationing and at all inflection points along the baseline. These lines must match the stations on the chart included in the plans. In addition, a minimum of two lines, spaced 100 feet apart along the baseline, should exist outside the beach template at both the North and South ends. Submit for approval, the locations of the survey lines in .lnw format, prior to any data collection.

3.5.2 Pre-Placement Condition Surveys

Obtain pre-placement condition survey cross sections along the full length of beach to determine the conditions present on the beach prior to commencing Beach Fill operations. Pre-Placement Condition Surveys are not used for acceptance or pay calculations. Submit survey data in a format specified in Subpart 3.8 of this Section.

3.5.3 Photographic Documentation of Surveys

a. During the completion of pre-placement condition surveys, take digital color photographs at each cross section line to provide visual documentation of the beach. Take digital photographs from a point on the cross section line located approximately halfway between the water line and the seaward toe of the existing dune. Take the photographs in three directions. Take the first photograph facing perpendicular to the cross section line azimuth. The direction of the first photograph will be defined by facing the ocean while standing on the cross section line, then turning counterclockwise approximately 90 degrees (generally facing a southeasterly direction along the coast of California. Take the second parallel to the cross section line azimuth and facing southeasterly. Take the third perpendicular to the cross section line azimuth and facing landward. Document any obstructions along the cross section line azimuth which preclude collection of data with additional digital photographs.

b. Submit digital files and a set of hardcopy images in a brief report documenting the surveys, weather conditions, beach conditions, and field notes. In the field notes, include date and local time for each survey line.

3.5.4 Pre-Placement Condition Volumes and Drawings

a. Following completion of the Pre-Placement Condition Surveys, calculate the fill volume available within the contract template, both including and excluding tolerance. Volumes will be calculated using the Average End Area method at each 100 foot station and any inflection points in the survey baseline. These volumes must be submitted for approval by the COR with the Pre-Placement Condition

SECTION 31 00 02.00 25 Page 9 West Coast Hopper Maintenance Dredging 2021

Drawings and Survey Data in a format specified in Subpart 3.8 of this Section.

b. If the calculated amount of material available within the template, including tolerance, differs from the contracted beach volume in the bid schedule, the seaward edge of the berm in the template must be adjusted until the contracted volume can be filled within the template, including tolerance. See "Volume-Based Template Adjustment" in Section 35 20 23.10 82PUMP-ASHORE OPERATIONS FOR BEACH FILL for additional explanation. Submit for approval, an overview map showing the original and adjusted beach templates, and drawing sheets showing cross sections of the original and new template at each of the same stations shown on the Contract Drawings. Submit drawings in a format specified in Subpart 3.8 of this Section.

3.5.5 Post-Placement Condition Surveys

Post-condition surveys must be completed and submitted for Government review not later than 30 calendar days after acceptance of final Beach Fill.

3.5.6 Completion Time Requirements

Pre- and Post-Placement Condition Surveys must each be completed as a continuous or near-continuous survey and must be completed within seven calendar days of starting the survey. Commence Beach Fill operations no more than 21 calendar days after completion of pre-placement condition surveys, subject to the approval of these surveys. Prior to commencement of Beach Fill operations, allow the Government a maximum of 14 calendar days for review and approval of these surveys and template drawings. Re-collect pre-placement condition surveys in the event Beach Fill operations are not started within the time specified above. The Government will consider Before-Beach Fill Surveys as part of Beach Fill operations.

3.5.7 Description of Required Survey Lines

The survey cross sections will be long lines, and must extend from the survey baseline to a depth of -5 feet NAVD 88 or 500 feet seaward, whichever occurs first. The origin of the new cross section lines must be a minimum of 20 feet landward of the landward work limit, as shown on sections on the contract drawings.

3.5.8 Intervals Required

Take elevations along the cross sections at a maximum of 10 foot intervals, and take additional elevations at breaks in grade and as necessary to describe all hydrographic and topographic features.

3.5.9 Quality Control

Data from previous surveys will be provided to the Contractor in advance of the pre-placement surveys. Overlay the previous surveys with pre-placement surveys as a quality control measure. If previous surveys are not available, this requirement will be waived.

3.6 BEFORE- AND AFTER-BEACH FILL SURVEYS

Before and After-Beach Fill surveys, along with calculated volumes between

SECTION 31 00 02.00 25 Page 10 West Coast Hopper Maintenance Dredging 2021

the two surfaces, will be used for acceptance and pay in the Beach Fill Area.

3.6.1 Before- and After-Beach Fill Surveys

Submit the Before-Beach Fill Surveys data of a particular location with both the After-Beach Fill Surveys data and the specified Beach Fill template data, and computed volumes of that same location. Submit before- and after-Beach Fill survey data every 7 calendar days unless requested more often by the Contracting Officer. Submit plan view and cross-section drawings on a daily basis. Before- and After-Beach Fill Surveys may be performed in single stations or groups of stations and are not required to be the full project beach length for each survey.

3.6.2 Completion Time Requirements

a. See time requirements specified under Paragraph "PRE-PLACEMENT AND POST-PLACEMENT CONDITION SURVEYS" for commencement of Beach Fill operations.

b. Complete After-Beach Fill surveys of a particular location no more than 14 calendar days after the commencement of the Before-Beach Fill surveys. (14-day max performance period)

c. Upon agreement between the COR, vessel operator, and SSHO, that the sea conditions are too rough to safely operate the hydrographic survey vessel to obtain the after-Beach Fill surveys, a time extension may be granted until the sea conditions improve.

3.6.3 Locations of Survey Lines

Take survey cross sections on the same lines and with the same interval and length requirements, used for the Pre-Placement Surveys, described in 3.5 PRE-PLACMENT AND POST-PLACEMENT CONDITION SURVEYS of this Section.

3.6.4 Government Observance of Surveys

Before- and After-Beach Fill surveys must be completed under the supervision of the Contracting Officer or their representative. The Contracting Officer or their representative may require periodic spot checks at areas between survey lines to verify uniform grades, if uneven or wavy fill is suspected.

3.6.5 After Beach Fill Volume Computation

Use the Before- and After-Beach Fill surveys to make computations to determine the quantities of materials placed on the beach for acceptance. Calculate volumes using the Average End Area Method, at each 100 foot survey station interval and all inflection points on the baseline in the beach fill template. These locations will match the survey lines.

3.7 DREDGE PIPELINE SURVEYS

Perform multibeam hydrographic surveys covering the area around the dredge pipe connection, before the first connection for discharge, after the final dredge disconnect, and weekly during the duration of the Beach Fill. The surveys should cover the entire area of available swing for the end of the pipeline (dredge connection), the joint between the riser and the subline, each joint in the subline with enough water depth for a safe

SECTION 31 00 02.00 25 Page 11 West Coast Hopper Maintenance Dredging 2021

survey, plus 100 feet in each direction from these areas of interest. Weekly surveys, or portions of weekly surveys, may be postponed or cancelled, at the approval of the COR, if sea conditions are adverse to a safe and accurate survey.

3.8 DATA SUBMISSION

3.8.1 General

Submit all survey and digital imagery data in all of the following formats:

3.8.1.1 Pre- and Post- Placement Condition Surveys:

a. Digital CADD files with raw data, processed elevation surface TIN, and contours readable in AutoCAD 2019 format.

b.Survey data must be submitted in its original electronic format, in addition to a format compatible with Hypack, if the original data is not already compatible. Include an xyz file (Northing, Easting, Elevation) of all survey data in .csv or Excel format.

3.8.1.2 Pre-Placement Condition Volumes and Drawings:

a. Volumes must be submitted in Microsoft Excel or .CSV format.

b. Drawings must be submitted in AutoDesk AutoCAD 2019 format.

3.8.1.3 Before- and After-Beach Fill Surveys and Volumes:

a. Volumes must be submitted in Microsoft Excel or .CSV format.

b. Drawings must be submitted in AutoDesk AutoCAD 2019 format.

c. Survey data must be submitted in its original electronic format, in addition to a format compatible with Hypack, if the original data is not already compatible. Include an xyz file (Northing, Easting, Elevation) of all survey data in .csv or Excel format.

3.8.1.4 After Beach Fill Digital Images

Provide digital images in JPEG Format with a minimum of 300 pixels per inch (PPI) documenting the as-constructed state of the completed project for verification of redlines. Provide images for buried or concealed work that can not otherwise be verified. Images must be provided for each plan, section, elevation, and detail drawing (including all Contractor-prepared Drawings). Organize images into folders by feature.

3.9 DISCREPANCIES

In the event of any discrepancies that cannot be resolved by the District Office quality assurance review of the submitted data, the COR may request an additional survey be performed by the Portland District or San Francisco District Survey Section. The results of the Government survey will be considered in the final determination made by the Contracting Officer to resolve any conflicts.

3.10 METADATA SUBMISSION

a. Submit metadata within 14 business days after completion of Beach

SECTION 31 00 02.00 25 Page 12 West Coast Hopper Maintenance Dredging 2021

Fill placement operations.

b. Provide metadata file(s) for all geospatial data produced under this Contract that are compatible with ESRI ArcGIS applications. (Information on ESRI ArcGIS is available at the following link: http://www.esri.com.) The metadata file(s) must comply with Federal Geographic Data Committee (FGDC) Content Standards for Digital Geospatial Metadata Version 2.0 or higher. If another metadata generation tool is used, the ".txt" or ".doc" file types will be sufficient, however the ".xml" alternative file type would be preferred.

c. Geospatial data is defined as information that identifies the geographic location and characteristics of natural or constructed features and boundaries on the earth, which also includes aerial photography. Geospatial data affected by these requirements are those generated for use in a: Geographic Information System (GIS); Land Information System (LIS); remote Sensing or Image processing system; Computer-Aided Design and Drafting (CADD) system; Automated Mapping/Facilities Management (AM/FM) system and other computer systems that employ or reference data using either absolute, relative or assumed coordinates.

d. Provide digital FGDC compliant metadata file(s) for each deliverable product and data set outlined in these specifications.

e. Metadata standards can be found at http://www.fgdc.gov/metadata.

-- End of Section --

SECTION 31 00 02.00 25 Page 13 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 35 - WATERWAY AND MARINE CONSTRUCTION

SECTION 35 20 23.00 82

DREDGING AND CHANNEL CLEARING

PART 1 GENERAL

1.1 GENERAL INFORMATION

PART 2 PRODUCTS

2.1 CHARACTER OF MATERIALS 2.1.1 SITE SPECIFIC MATERIAL DESCRIPTION

PART 3 EXECUTION

3.1 DREDGING 3.1.1 General 3.1.2 Equipment 3.1.2.1 Dredge Plants 3.1.2.2 Obstructions and Debris 3.1.3 Layout of Work 3.1.4 Dredging Requirements 3.1.5 Skimming of Hoppers 3.2 PLACEMENT OF EXCAVATED MATERIAL IN WATER 3.2.1 Dispersal of Material In-Water, General 3.2.2 Work Area Specific Placement Site Requirements 3.2.3 Contractor-Furnished Material Placement Site 3.2.4 Misplaced Material

-- End of Section Table of Contents --

SECTION 35 20 23.00 82 Page 1 West Coast Hopper Maintenance Dredging 2021

SECTION 35 20 23.00 82

DREDGING AND CHANNEL CLEARING

PART 1 GENERAL

1.1 GENERAL INFORMATION

This Section covers furnishing suitable dredging plant and performing all work required to remove the specified materials from within the navigation channel limits as indicated and placement of the dredge material within the material placement areas as shown.

PART 2 PRODUCTS

2.1 CHARACTER OF MATERIALS

In accordance with Section 00 72 00, Contract Clause 52.236-3, SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK, expect to examine and become familiar with the site of the work; and finally determine the types and characteristics of materials to be dredged. It is the responsibility of the Contractor to determine the character of materials to be dredged.

2.1.1 SITE SPECIFIC MATERIAL DESCRIPTION

a. Snags, logs, gravel, boulders, swifter wire, commercial fishing gear, discarded boat hardware, and miscellaneous debris can be expected to be encountered in the areas to be dredged.

b. Sand waves, which are transverse shoals of varying heights, are located throughout LCR. These shoals move throughout the system at a frequency that varies with the tidal fluctuations, river flows, and time of year. Sand wave shoals may not be captured on the payment surveys due to the nature of these moving shoals. Bidders must be familiar with conditions at LCR and consider the volume of non-payable material required to be dredged to ensure that the required pay depth is achieved.

c. The in situ bulk density of the predominant material to be dredged is as follows:

(1) HUM: 1,752 to 2,729 grams/liter

(2) LCR: (RM 3+00 to 105+00): approximately 1,400 to 2,000 grams/liter

(3) MSC: 1,752 to 2,729 grams/liter. More specific grain size data can be found in attachment A28 MSC Material Sieve Data

(4) MCR: 1,750 to 1,900 grams/liter

SECTION 35 20 23.00 82 Page 2 West Coast Hopper Maintenance Dredging 2021

PART 3 EXECUTION

3.1 DREDGING

3.1.1 General

Re-dredging at the Contract price, within the limit of available funds, may be completed with the consent of both the Government and the Contractor when infill or shoaling beyond the Contractor's control occurs in any area previously accepted.

3.1.2 Equipment

3.1.2.1 Dredge Plants

a. A hopper dredge will be used to perform all dredging work under this Contract.

b. Only one dredge may be in operation under this Contract at a time.

3.1.2.2 Obstructions and Debris

Anchors, cables, and other equipment that may be hazardous to navigation must be adequately marked with lights, signs, and buoys as necessary to prevent accidental contact by vessels transiting the area.

a. Navigation Aids: Navigation aids located within or near the areas required to be dredged will be removed, if necessary, by the U.S. Coast Guard in advance of dredging operations. Do not remove, change the location of, obstruct, willfully damage, make fast to, or interfere with any aid to navigation.

NOTE: Coordinate with and assist the U.S. Coast Guard in moving navigation buoys within the defined work area. Point of Contacts for the Aids to Navigation are listed below. Allow as much advanced notice as possible when requesting a buoy to be moved. The Contractor will be directed to the specific Coast Guard Aids to Navigation Team after the buoy in question has been identified. Utilities or improvements, whether buried or not, which cannot be determined to exist through visual inspection by the Contractor, if inadvertently damaged by the Contractor's operations, must be promptly repaired or replaced by the Contractor, and an equitable adjustment in the amount due under the Contract will be made as provided in the Contract.

PORTLAND DISTRICT SECTOR HUMBOLDT BAY Thomas Booth BM1 TAGAROPOULOS 206-220-7276 707-269-2550 [email protected]

http://www.uscg.mil/d11/staSanFrancisco/

NOTE: It is anticipated that at least two navigational buoys at HUM will need to be moved prior to the start of dredging. It is recommended that the U.S. Coast Guard be notified which buoys will need to be moved upon Notice to Proceed to allow enough time for the buoys to be moved prior to arrival at HUM.

b. Debris: Debris, including but not limited to man-made objects,

SECTION 35 20 23.00 82 Page 3 West Coast Hopper Maintenance Dredging 2021

timber, chains, anchors, miscellaneous metal objects, tires, cables, plastics, lumber, abandoned utilities, pilings, tree branches, and other foreign material removed during dredging must not be disposed of in the Government-furnished placement and fill areas. Remove any errantly placed debris found in the Government-furnished placement and fill areas at no expense to the Government.

c. Debris Delays: Anticipate delays that may occur for removal and disposal of debris. The time to remove debris will not be the basis for a Contract time extension.

3.1.3 Layout of Work

The Contractor will be provided layout charts for all dredging areas based on the schedule of work, the Contractor's hydrosurvey requests, and/or the results of Government hydrographic survey monitoring. The most current Government hydrosurvey information will be displayed on the dredging layout charts and provided to the Contractor. All depths are measured from mean lower low water (MLLW) with the exception of reaches in LCR above RM 20 which is measured in Columbia River Datum (CRD) as shown. Other pertinent information to be included with each layout package will be: payment method, required and maximum dredging depths, coordinates for the material placement site, distance one-way from dredging location to placement site (LCR), specific placement site instructions, supplemental tide gauge information, horizontal control locations, and computed hydrosurvey quantities.

3.1.4 Dredging Requirements

a. Dredging Locations:

(1) HUM

(a) As determined by the results of a hydrographic survey monitoring, the Government will direct the Contractor to dredging areas within Humboldt Bay Entrance. Dredging at HUM will be from station (STA) 0+00 to STA 165+00 +/- 1,000 feet. An allowed two feet of paid overdepth beyond required depth is permitted in HUM.

(b) Material placement will be HOODS site. See Section 01 22 00.00 82, MEASUREMENT AND PAYMENT for more details.

(c) While dredging in HUM, the Contractor will be required to track hopper overflow times. Specific data to be collected can can be found in attachment A19.

(d) It is possible that a Government dredge will conduct dredging operations at HUM prior to the arrival of the Contractor. Prior to scheduling the pre dredge survey of HUM, verify that the Government dredge is not in the area.

(2) LCR

(a) As determined by the results of hydrographic survey monitoring, the Government will direct the Contractor to dredging areas within LCR between RM 3+00+00 to RM 105+00+00 (except in Bin Measure areas which will be between RM 3+00+00 to 25+00+00). This direction will be provided in the form of a written direction to commence work and attached layout package as referenced in subitem

SECTION 35 20 23.00 82 Page 4 West Coast Hopper Maintenance Dredging 2021

(b). In chronic shoaling areas, the Contractor may be directed to dredge up to 100 feet outside of the navigation channel in the "advanced maintenance width" area.

(b) LCR shoaling patterns can vary greatly. Sand waves are common, and can migrate rapidly at a rate of up to 50 feet per day during the peak freshet flow periods that occur in the June to mid-July timeframe. The contractor should anticipate the shoaling during these peak flows to consist of sand waves with a typical surface area concentration, within a work area and above the maximum pay dredging depth, of 15-30 percent in bin measure to required depth areas, and 35-60 percent in Pre/Post areas. It is the Government's intent that this work would generally be done under the Base CLIN(s). In the late summer and fall months when the flows are lower and shoaling becomes more stable, it is the intent of the Government to conduct advanced maintenance dredging, with typical surface area concentrations, within a work area and above the maximum pay dredging depth, of 25-60 percent. The Contractor should anticipate this advanced maintenance dredging to be done primarily under the Option CLIN(s).

(c) Anticipate the necessity to perform work at many LCR dredging areas during the performance period. For reference, the number of work locations within similar contracts over the past several years has ranged from eight to fourteen. The Contractor may be directed to multiple work areas in succession or may be directed to return to other projects after completing just one. Dredging must commence at the first dredging area within 48 hours of receiving written direction and the applicable dredging area layout chart (if the dredge is transiting from MCR). In successive dredge areas, the layout chart will be provided within 24 hours prior to the start of dredging at a new area. The Contractor must provide notice 72 hours in advance of the anticipated completion of a work area, or immediately upon receiving the layout drawing if completion is anticipated in less than 72 hours.

(d) In Bin Measure work areas, the Government will provide a dredging pay depth between -42 to -48 feet. The required quantity will be a minimum of 50,000 CY, unless mutually agreed upon between the Government and the Contractor. The intent of the LCR bin measure area(s) is the provide foul weather backup work during inclement weather while working MCR. The Government will assign all quantity associated with the foul weather backup work even in the event that the MCR work is completed prior to the completion of all foul weather backup work.

(e) In Pre/Post Dredge Survey work areas, the Government will provide a required dredging depth between -42 to -47 feet with a maximum pay depth one foot below the required depth. There will be greater than 75,000 CY available in the dredging pay prism of each work area and work areas will average not more than 1.5 Columbia RM in length, unless mutually agreed upon between the Government and the Contractor. For information on specific CLIN structure, reference Sections 00 10 00 and Section 01 22 00.00 82, MEASUREMENT AND PAYMENT.

(f) In Bin Measure to Required Depth work areas, the Government will provide a required channel depth between -42 to -47 feet with a maximum pay depth one foot below the required depth. There will

SECTION 35 20 23.00 82 Page 5 West Coast Hopper Maintenance Dredging 2021

be greater than 75,000 CY available in the dredging pay prism of each work area and work areas will average not more than 1.5 Columbia RM in length, unless mutually agreed upon between the Government and the Contractor. For information on specific CLIN structure, reference Sections 00 10 00 and Section 01 22 00.00 82, MEASUREMENT AND PAYMENT.

(g) For bidding purposes, in all LCR dredging areas all material placement areas will be five Columbia River miles (one way) from the centroid of the dredging area to the centroid of the placement area. In the event that the material placement location is any distance other than five Columbia River miles (one way), an incremental cost will be applied as detailed in Section 01 22 00.00 82, MEASUREMENT AND PAYMENT.

(3) MSC

(a) As determined by the results of hydrographic survey monitoring, the Government will direct the Contractor to dredging areas within the MSC. Dredging at MSC will be from STA 000+00 to STA 262+13. The required channel depth -52 to -55 feet MLLW with a maximum pay depth 1 foot below that.Payment will be made by bin measure to required depth fromullage sensors. See 01 22 00.00 82, MEASUREMENT AND PAYMENT for additional information.

(b) While dredging in MSC, the Contractor will be required to track hopper overflow times. Specific data to be collected can can be found in attachment A20.

(4) MCR

(a) The required quantity of material to be removed from the pay area at MCR is shown on the price schedule and Contract drawings. Payment will be made by bin measure from ullage sensors. The MCR project extends from RM -3-00-00 to RM 3+00+00, and is divided into four separate pay quadrants. Anticipated dredging stationing and actual maximum pay quadrant depths are defined as:

(i) Quadrant 1: The 60-foot channel between RM -2-10-00 and 0+40+00

(ii) Quadrant 2: The 53-foot channel between RM -2-10-00 and 0+40+00

(iii) Quadrant 3: The 60-foot channel between RM 0+40+00 and +2+30+00

(iv) Quadrant 4: The 53-foot channel between RM 0+40+00 and +2+30+00

(b) A baseline survey will be conducted by the Government after receipt of the Contractor’s survey request, to determine the percentage of work to be performed in each quadrant. The percentage of work to be performed in each quadrant will be based on the proportionate amount of available material in each quadrant at the time the baseline survey is taken, adjusted for an estimate of the material estimated to have been removed by the ESSAYONS. The percentage of work to be performed in each quadrant will be based on project needs, and can be adjusted by the Government

SECTION 35 20 23.00 82 Page 6 West Coast Hopper Maintenance Dredging 2021

throughout the season based on condition surveys. The Government may direct the Contractor to remove material out of any of the four quadrants, and not necessarily all of the four quadrants. It is the intent of the Government to provide at least two adjacent quadrants of the same depth at a time as Contractor work areas.

(c) EXAMPLE: A hypothetical baseline survey indicates that 2,700,00 cubic yards (CY) are available at MCR. For this example the estimated quantity initially awarded is 1,300,000 CY. The required quantity to be removed from each quadrant is computed as shown in the table below:

TABLE FOR EXAMPLE ONLY

MCR Quadrant Baseline Survey Quantity CY Assigned Quadrant Quantity CY Quad 1 370,000 150,000

Quad 2 230,000 0

Quad 3 730,000 250,000

Quad 4 1,370,000 900,000

(d) Track the quantity dredged from each quadrant and record it on the daily log and electronic report. In the event that the Contractor digs a load in more than one quadrant, the quantity must be proportioned between quadrants according to the time spent digging in each quadrant or an alternate method approved by the Government. Track dredging time to the nearest minute to facilitate reporting and proportioning of dredging quantities.

b. Other Dredging Operations

(1) Anticipate that the Government's dredge ESSAYONS may be working simultaneously at MCR. Regardless of the timing of the ESSAYONS working at MCR, the quantities provided from the baseline survey will be available. See subparagraph MCR above for details regarding baseline quantities at MCR. In the event that both the Government and the Contractor's dredge are scheduled to work simultaneously at this project, the Government will designate at least two of the four quadrants as a dredging area for the Contractor's dredge; however, the overall percentages of material removed must ultimately conform to those computed as specified. It is anticipated that the ESSAYONS would dredge material from the four quadrants according to the same baseline percentages as the Contractor in order to minimize or eliminate the need to recomputed those percentages during the course of work. Calculations of quantities removed by the ESSAYONS will be made by bin measure. Anticipate delays in transiting to, and through, the placement sites during concurrent dredging and placement operations with the ESSAYONS. As a standard safety precaution, only one dredge is allowed in the SWS at a time. Anticipate delays while the ESSAYONS completes the placement event in the SWS. Coordination with the ESSAYONS is required.

(2) The ESSAYONS, YAQUINA, or other contract dredges may be

SECTION 35 20 23.00 82 Page 7 West Coast Hopper Maintenance Dredging 2021

working at LCR, MSC, and MCR during the timeframe of this Contract. In such case, each dredge will be assigned a different dredging work area and material placement site. Coordinate operations with all dredges working in the immediate areas.

3.1.5 Skimming of Hoppers

a. Minimize the discharge of material from the hopper through the overflows or scuppers during skimming. If the plant is equipped with movable scuppers, maintain these scuppers at least 12 inches above the solids in the bin. If the scuppers or overflows are fixed, filling of the hoppers must cease before the solids are within 12 inches of the top of the hopper.

b. Intake of water and solids must not place the vessel in a condition that exceeds the maximum draft specified in the U.S. Coast Guard approved Load Line Certificate. Operations that cause the maximum draft to be exceeded must be reported to the U.S. Coast Guard and may be a reason for the GQAR to stop work.

c. Return water overflow is permitted while dredging at all projects. For dredging at LCR and MCR projects, there are no reporting requirements. For dredging at the HUM and MSC projects, return water overflow times must be reported. Return water overflow times; to include start time, stop time and total duration, must be recorded and provided to the Government as a part of the daily QC report as described in Section 01 45 00.00 82, QUALITY CONTROL (DREDGING). A copy of the overflow report is provided as attachment A19.

3.2 PLACEMENT OF EXCAVATED MATERIAL IN WATER

3.2.1 Dispersal of Material In-Water, General

a. Any material removed by the Contractor's dredge from the various dredging pay areas and dredging reaches must be transported and placed in the material placement areas as shown.

b. Place dredged material within the designated in-water material placement areas in such a manner as to avoid mounding and uneven distribution of material that would otherwise prematurely reduce the usable capacity of the site unless specifically directed to do otherwise. The Contractor will be given a site-specific placement plan for each placement area prior to use. Prior to the start of dredging, have an initial meeting to specifically discuss the placement site requirements as stated in Section 01 45 00.00 82, QUALITY CONTROL (DREDGING).

3.2.2 Work Area Specific Placement Site Requirements

a. HUM

Humboldt Open Ocean Disposal Site (HOODS): Place the material within HOODS in such a manner as to avoid mounding and uneven distribution of material. Expect maximum fill elevations to be specified. Closely monitor placement operations through close management and discussion during weekly coordination meetings. Conduct surveys as needed to ensure elevations specified are not exceeded. See Attachments A13 and A24 HOODS Conditions for USACE for sample site use requirements. Refer to drawing WCH-HUO-000 for

SECTION 35 20 23.00 82 Page 8 West Coast Hopper Maintenance Dredging 2021

sample layout of HOODS.

b. LCR

(1) Flow Lane Placement Sites: Flow lane sites are defined as sites that are located within the Columbia River, inside or outside of the navigation channel boundaries, or designated navigation (turning basins, anchorages, etc.). Maximize material dispersal of each load and spread loads evenly throughout the designated flow lane material placement areas in such a manner as to avoid mounding and uneven distribution of material, unless specifically directed to do otherwise.

(2) Maximum deposition for a placement site refers to the maximum allowable thickness (in feet) of the layer of dredged material placed on top of the existing (before any placement) river bottom, and is generally 2-5 feet. The maximum deposition specified for a placement site will be less than or equal to the difference between -30 feet and the controlling depth from the Government pre-placement hydrographic survey (deeper than -30 feet). However, if the draft of the loaded dredge plus 2 feet is shallower than 30 feet (for instance if loaded draft 25 feet plus 2 feet is 27 feet), then that value will be used instead of 30 feet.

(3) The assigned placement site quantity will be no greater than 80 percent of the ideal capacity calculated by multiplying the area of placement site by the maximum deposition. For example, a placement site with a controlling depth of -32 feet before placement can have a maximum deposition of 2 feet. If that site is 300 feet wide x 4,500 feet long with a maximum deposition of 2 feet, it has an ideal capacity of 100,000 CY, but will have an assigned quantity of no greater than 80,000 CY.

(4) In all sites, max volume allowed within a placement site will be the stated site capacity +/- 2,000 CY. The additional 2,000 CY is intended to provide flexibility for placement of the final load in the placement area. Placement site capacity (including additional 2,000 CY) must not be exceeded unless concurrence is received by the COR in advance. Material placed within a site that exceeds placement site capacity (including additional 2,000 CY) will be considered misplaced material and allowed earnings will be reduced by the quantity of misplaced material.

(5) For each work area, the Government will provide placement capacity equal to 100 percent of the volume of material available to the max pay depth. If the Contractor is unable to reach required grade within the provided capacity, the Government may provide additional capacity at site(s) that are at least 15 miles distance from the dredge area but no payment will be made under CLIN 0009 for the first 10 incremental cubic yard transit miles (beyond 5 miles). If there is capacity remaining at placement sites assigned for previously completed and accepted work areas, the Contractor may choose to place material at those sites instead but no payment will be made under CLIN 0009 for that material (if sites are within 15 miles of the work area). No adjustment to contract time will be made as a result of transporting overdug material.

(6) The Contractor must closely monitor placement operations

SECTION 35 20 23.00 82 Page 9 West Coast Hopper Maintenance Dredging 2021

through close management and frequent surveys every 48 hours or more frequently to ensure the maximum deposition specified is not exceeded. Additionally, the Contractor will be required to survey each placement site within 48 hours of completion of placement at each site. Placement site surveys will be conducted using multi-beam and must cover the placement site and a minimum 300 foot buffer around the site boundaries where possible.

(7) The Government may direct the Contractor to multiple sites per work area and sequence material placement within those sites.

(8) Provide a difference plot showing the difference between the pre-placement depths and the depths present at the time of each condition and post placement survey to ensure the maximum depositions specified in each work area are not being exceeded. Survey data will be sorted using a 20-foot by 20-foot point spacing. Include in the daily CQC report along with a statement of compliance or corrective actions taken.

(9) The dredge will be permitted to transit out of the placement site(s) prior to the bottom doors or split hull being completely closed provided that the hopper is verified to be empty of all material visually and using displacement values. If a change in draft is noted after leaving the placement site, and is not due to mechanical opening/closing operations of the dredge, the change in draft will be assumed to be due to the loss of material outside the site and the quantity of material allowed for payment may be adjusted accordingly.

c. MSC

(1) SF-17 and SF-8 Placement Site: Place Material within the designated placement areas in such a manner as to avoid mounding and uneven distribution of material. Expect maximum fill elevations to be specified and closely monitor placement operations through close management and frequent surveys to ensure elevations specified are not exceeded. SF-17 will be the primary placement site for material dredged from MSC. Ocean placement site SF-8 will be provided as a foul weather backup placement site when conditions prevent placement at SF-17. Use of SF-8 must be coordinated with the Government prior to the placement of any material. In the event of foul weather, refer to attachment A11 for requirements on the use of placement area SF-8.

(2) In the event that optional CLINs 0013 and 0014 are exercised, the OBP fill site becomes the priority placement site. Place no more than 30% of awarded dredging quantities within the in-water placement sites prior to completion of Ocean Beach. Details on beach fill placement associated with MSC work, paid under CLINs 0013 and 0014 for OBP, can be found in Section 35 20 23.10 82, PUMP-ASHORE OPERATIONS FOR BEACH FILL if this specification.

d. MCR

(1) Shallow Water Site (SWS) and North Jetty Site (NJS) at MCR: The proper use and maintenance of the SWS and NJS near shore sites is critical to the Government's maintenance program for MCR. Failure to meet all Contract requirements for the use of this site, including specific requirements on the placement plans,

SECTION 35 20 23.00 82 Page 10 West Coast Hopper Maintenance Dredging 2021

dispersal of material within the site, operational patterns required and prohibited herein, accurate, complete and timely reporting, etc, will result in the immediate suspension of dredging operations. If dredging operations are suspended due to failure to meet all placement site requirements, prepare a corrective action plan and provide on-site training to personnel to ensure all requirements for the placement operation and reporting are met prior to resuming dredging.

(2) The Contractor will be given the initial placement plan with the dredging layout for MCR. This plan will designate the number of dumps allowed in each cell and will show minimum use zones and avoidance zone(s). No material may be placed in an avoidance zone at any time. This placement plan will be frequently updated to reflect current surveys and cumulative placement operations (normally every 10 to 14 days). Three examples of plans are given in Attachment A13. The placement plan must also be uploaded to the mates screen and updated as necessary.

(3) Create a set of sheets for each placement plan and provide hard copies to the mates and GQAR that allow for the tracking of placement events based on the placement plan. There must be no more than one load per cell on each sheet. Evenly distribute the total loads between sheets to maximize the time between loads placed in the same cell. New sheets must be provided with each new placement plan.

(4) Manage operations to fill any cells that are difficult to access during unfavorable weather or sea conditions, at the first opportunity, to ensure the Contractor is able to maintain a differential of no more than one load, as required. Sea and weather conditions render many cells difficult to fill during ebb tide and/or rough seas, especially in the easterly portion of the SWS. If the Contractor cannot complete the placement plan as specified, operations must be suspended until weather and sea conditions improve. No additional compensation will be provided for delays due to weather and sea conditions. However, delays will be evaluated for potential time extensions under Section 00 72 00, Contract Clause 52.233-1, DISPUTES, at the Contractor's request.

(5) For accounting purposes, material must be credited to the cell in which the placement operation was started.

(6) Deposit material over a minimum of four cells during the placement operation (unless otherwise specified on the placement plan. See subitem MCR (1) above). The Government may require that the Contractor control the discharge so that no more than 25 percent of the hopper load or 1500 cubic yards, whichever is less, is discharged into any one cell in the NJS, and 33 percent or 2000 cubic yards, whichever is less, at the NJS.

(7) Adhere to the following requirements to minimize the potential for mounding in the placement site:

(8) Conduct placement operations throughout the entire placement area on a daily basis in a random manner; i.e. placement operations must not be concentrated in a single area of the placement site unless otherwise noted on the placement plan. This will require careful planning taking into account weather and sea

SECTION 35 20 23.00 82 Page 11 West Coast Hopper Maintenance Dredging 2021

conditions as noted above.

(9) Do not track over the same area when conducting placement operations. Retain track plots on the mate's screen a minimum of 24 hours to ensure that no placement operations are conducted over previous operations.

(10) Do not conduct placement operations such that the tracks create a spoke pattern, i.e. random placement operations must be conducted such that they are not targeted towards a single location. Retain track on the mate's screen to ensure that no placement operations are conducted in a spoke pattern.

(11) Cells marked, as "Avoidance Zone" must have no material placed in them. The dredge must not pass over these cells during actual placement of material. Anticipate that significant areas of the site may be prohibited from use and marked as "avoidance zones." As the placement operation progresses, additional cells will be added to the avoidance zone(s), further restricting maneuverability within the site for placement operations. At times placement plans may contain as few as 7-10 cells available for placement.

(12) When the specified number of loads have been placed in a cell, that cell will normally become a "Minimum Use Zone" and no additional loads may be placed within the cell. Update the on-site placement plan and dump plots daily to clearly mark the minimum use zones and avoidance zones in effect.

e. Recording of Placement Track Coordinates: Electronically record all placement track coordinates. Automatically record the "Start Dump" coordinate when the on-board sensors indicate that the split hull or doors are opened. Electronically record the "End Dump" coordinate when the Mate or other crew member manually indicates the material is gone by visual observation of the hopper and draft change. Instantaneously record both the start dump and end dump coordinates when the event occurs.

f. Monitoring Criteria: At a minimum of every 48 hours, monitor the placement sites, and manage the material placement operations continuously. Conduct surveys of the SWS and NJS every 48 hours at a minimum, or more frequently as necessary to ensure no mounding occurs. Surveys of the DWS are not required unless material is suspected to be misplaced based on disposal reports. Government survey boats will also be conducting periodic surveys and may be in the area at the same time as the Contractor's vessels.

3.2.3 Contractor-Furnished Material Placement Site

At the request of the Contractor, and upon Government approval, material may be placed within a site furnished by the Contractor provided that the Contractor acquires all necessary permits, environmental and real estate clearances, and makes all site preparations and improvements necessary to effectively contain all material placed within the alternate site. Effective containment includes compliance with all permit conditions and requirements specific to the alternate site. All costs directly associated with the use of a Contractor-furnished material placement site, beyond the estimated expense of utilizing the least cost Government-furnished site, including but not limited to: site preparation,

SECTION 35 20 23.00 82 Page 12 West Coast Hopper Maintenance Dredging 2021

deployment and recovery of equipment not required for placement of material within the Government-furnished site, reduction in daily production or progress, and compliance with special placement conditions or requirements are the sole responsibility of the Contractor.

3.2.4 Misplaced Material

a. Payment will not be made for dredged material deposited in any unauthorized areas. The Government may require the Contractor to relocate misplaced material to an authorized site. This relocation will be at no additional cost to the Government. Placement of dredged material in areas other than those authorized including overflow of excessive material during skimming operations would constitute a violation of the Marine Protection, Research, and Sanctuaries Act (33 U.S.C. 1401) or Section 404 of the Clean Water Act and would be subject to the penalties therein.

b. There are provisions for emergency discharges to free a grounded vessel. Any such action must be coordinated with the GQAR and immediately reported to the Contracting Officer.

-- End of Section --

SECTION 35 20 23.00 82 Page 13 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 35 - WATERWAY AND MARINE CONSTRUCTION

SECTION 35 20 23.03 82

MECHANICAL ULLAGE SENSORS

PART 1 GENERAL

1.1 GENERAL INFORMATION

PART 2 PRODUCTS

2.1 ULLAGE SENSORS 2.1.1 Ullage Sensor Specifications 2.1.2 Ullage Sensor Communications 2.1.3 Ullage Sensor Computer System Requirements

PART 3 EXECUTION

3.1 ULLAGE SENSOR CALIBRATION 3.2 ULLAGE SENSOR DESCRIPTION FOR SAND MEASUREMENT 3.3 ULLAGE SENSOR BIN MEASUREMENTS

-- End of Section Table of Contents --

SECTION 35 20 23.03 82 Page 1 West Coast Hopper Maintenance Dredging 2021

SECTION 35 20 23.03 82

MECHANICAL ULLAGE SENSORS

PART 1 GENERAL

1.1 GENERAL INFORMATION

This Section provides Ullage Sensor requirements and quality control measures to ensure all quality standards are met. This specification outlines the the procedures needed to determine pay quantities using mechanical ullage sensors.

PART 2 PRODUCTS

2.1 ULLAGE SENSORS

2.1.1 Ullage Sensor Specifications

The ullage sensors must meet the requirments outlined in this subpart, and must be approved the Contracting Officer or their Government representative.

a. The ullage sensor must be electromechanical plumb bob style and contain the following:

(1) The unit must be weight and cable style.

(2) The unit must consist of a single pass pulley system with only one counting pulley and one mechanical driven wind pulley.

(3) The cable must be braided stainless steel with a corrosion resistant protective coating and have an expected life time (measurement cycles) of approximately 100,000.

(4) The weight must consist of a corrosion resistant polymer casing into which separate stainless steel or plastic weighted discs may be placed.

(5) The counting pulley must be rubber coated to prevent slippage of the cable in wet environments.

(6) The rocker arm containing the counting pulley must be designed so that it may be adjusted to account for variable density materials. This adjustable rocker arm must be designed so that onsite field adjustments are possible.

(7) All pulley bearings must be constructed of stainless steel.

(8) Pulley must be driven by a high efficiency brushless motor for extended operating life.

b. The housing must be constructed so that the electrical components are separate from the process (mechanical) components.

(1) The housing must be constructed of a powder-coated aluminum resistant to corrosion under normal operating conditions.

SECTION 35 20 23.03 82 Page 2 West Coast Hopper Maintenance Dredging 2021

(2) The housing must contain an external activation "start" button.

(3) The housing must contain an external window so that view of the internal LED is visible.

(4) The housing must be constructed to provide a minimum of a NEMA 4 IP 66 ingress protection.

(5) The ullage sensor must contain an internal thermostat-controlled heater to maintain motor operation in operating temperatures of -40 degrees F to +140 degrees F.

c. The ullage sensor must be designed and constructed for liquid/solid interface measurements.

(1) The ullage sensor must be constructed for use in atmospheric and process related corrosive environments such as are typical in salt water dredging.

(2) The interior of the process (mechanical) side of the housing must be coated with a corrosion resistant polymer coating.

(3) The ullage sensor must be capable of using different weights to optimize operation in varying types of dredged material (e.g. sand, mud).

(4) The ullage sensor must be capable of being fitted with a guide pipe (that the ullage sensor sounding lead seats into when the sensor is not in operation) designed to optimize the travel distance of the weight during operation. The guide pipe must be supplied by the manufacturer and must be field adjustable during installation and commissioning.

d. The ullage sensor must be designed and constructed for remote operation and digital collection capabilities.

(1) Analog, digital, electrical pulse, and dry contact relay outputs selectable for use on site at the discretion of the end user.

(2) The capability for digital data collection and archival.

(3) Remote operation (e.g. activation from the bridge).

e. The ullage sensor must be capable of incorporating an offset distance to correlate the sounding lead's zero or starting elevation to top of coaming (or zero) elevation reference on the ullage table.

f. The ullage sensor must be capable of being fitted with an alternative display to indicate offset values at the discretion of the end user.

g. The ullage sensor must be capable of providing trouble-shooting diagnostics.

h. The ullage sensor must be provided with an all weather protection cover as recommended by the ullage sensor manufacturer.

SECTION 35 20 23.03 82 Page 3 West Coast Hopper Maintenance Dredging 2021

2.1.2 Ullage Sensor Communications

Ullage sensor measurements and computed volumes must be included in the DQM data string and included in the dredge electronic data. The ullage sensor controller system must meet the requirments outlined in this subpart, and must be approved the Contracting Officer or their Government representative.

a. Connect all 10 ullage sensors to a central communications and control system to allow for remote operation from the Bridge. Connect the ullage sensors in series via a single communication line (i.e. twisted pair instrumentation wire).

b. Run the communication line in a protective conduit to protect it from the elements. It must not be run in the same conduit as the power source lines. Specifications for the type of wire must be provided by the manufacturer.

c. The manufacturer must provide a central communications (controller) system which is able to control operations of the ullage sensors remotely and directly from the Bridge. It must be enclosed in a self contained protective box which may be removed from the Bridge at the completion of the Contract. It must be capable of being operated using either 120V AC or 24V DC power and must have adequate and appropriate power protection.

d. Maintain the communication system in accordance with the manufacturer's recommendations.

e. The following is the minimum system requirements of the ullage sensor controller:

(1) Electronics encased in a protective movable enclosure

(2) Capable of being operated by either AC or DC power

(3) Capable of operating 10 ullage sensors either one at a time or all 10 simultaneously

(4) Capable of providing a visual indication of the values generated by operation of the ullage sensors

(5) Data storage capability

(6) Data download capability.

f. The following are the minimum HMI features of the ullage sensor controller:

(1) Indication of current level in percent and real values (i.e. feet, meter)

(2) Graphical representation of current level

(3) Trend in percent

(4) List of events

(5) Ullage sensor settings

SECTION 35 20 23.03 82 Page 4 West Coast Hopper Maintenance Dredging 2021

(6) Start button for operation; indication of "upper stop position"

(7) High, demand, and empty indication if necessary

(8) Average, volumetric calculations.

g. The controller must automatically log the measurements from each ullage sensor at the same time that the hand soundings are conducted.

h. The controller must automatically download and display values of all 10 ullage sensors so that the GQAR may record values by hand directly from the controller.

i. The controller must have the ability to be connected directly to a laptop allowing for the Contractor to receive data from the sensors and automatically pull the data into a file to calculate total volume; include this information in the daily electronic dredge data provided to the Government. The laptop must be provided by the Contractor and must meet the minimum requirements stated in subparagraph Ullage Sensor Computer System Requirements.

j. The Contractor must export the ullage system data (10 sensor measurements and computed volume of each load) directly to DQM as specified in the DQM specifications.

k. Upon completion of the Contract an electronic copy of the file containing all ullage sensor measurements and volumes must be submitted to the Government.

2.1.3 Ullage Sensor Computer System Requirements

Provide the following minimum system configuration for the laptop computer acting as the hub for the ullage sensors to be located on the Bridge:

a. Hardware (Laptop)

(1) IBM-compatible PC with 1000 MHz Pentium or higher processor

(2) 256 + MB RAM

(3) 50 GB + hard drive disk space

(4) Compact Disk (CD-R, 8x speed or higher)

(5) 1024x768 or higher resolution

(6) Windows compatible printer (laser printer must have 4 MB+ of RAM)

(7) Ethernet capable

(8) USB interface

b. Software

(1) MS Windows 2000 or higher

(2) Word Processing software compatible with MS Word 2000 or newer

SECTION 35 20 23.03 82 Page 5 West Coast Hopper Maintenance Dredging 2021

(3) Microsoft Excel 2000 or newer

(4) The computer system must be protected by virus protection software that is regularly upgraded with all issued manufacturer's updates throughout the life of the Contract.

(5) Electronic mail (E-mail) compatible with MS Outlook.

PART 3 EXECUTION

3.1 ULLAGE SENSOR CALIBRATION

a. An initial calibration of each ullage sensor must occur after installation and in the presence of the sensor manufacturer representative and a Government representative and in accordance with the manufacturer's recommendations. The ullage sensor's zero offset (described in subparagraph 3.1.2.4.e) must be used to correlate the sensors sounding leads zero or starting elevation to top of coaming (or zero) elevation reference on the ullage table. Quality control procedures, verifying the continual accuracy of the ullage sensor calibrations throughout the duration of the Contract, are required as stated in subitem b., below.

b. Provide quality control verifying the continual accuracy of all 10 ullage sensors via calibration by Bar Check. The ullage sensor Bar Check, similar in concept to a hydrographic survey bar check, will ensure accuracy of the ullage measurements. A bar check must be done daily. The Contractor must provide advanced notice to the Quality Assurance Representative the daily calibration will occur. The Bar Check method that is to be used is described as follows:

(1) The Bar Check must independently verify the distance that each ullage sensor is measuring. Develop a procedure for the Bar Check in collaboration with the ullage sensor manufacturer. Submit drawings of the Bar Check and written procedures in the PSMP under CQC for approval by the Government. It is the Government's intent to give preliminary approval of the Bar Check installation and procedures based on the plan submitted in the PSMP. Submit any revised plans for installation or procedures in the event that plans change during installation.

(2) In the event that a discrepancy appears between a ullage sensor and the Bar Check which is greater than +/- 0.20 feet then the ullage sensor must be recalibrated per the requirements in subparagraph Ullage Sensor Calibration.

(3) Record the bar's manually-measured distance and the ullage sensor-measured distance; incorporate and submit this data in the Contractors' Daily Reports. Submit an electronic copy of all Bar Check recordings taken throughout the Contract to the Government upon completion of the Contract.

3.2 ULLAGE SENSOR DESCRIPTION FOR SAND MEASUREMENT

a. Ullage sensor technology will be used as described below to determine hopper volume for payment of dredged quantity.

b. Provide a minimum of 12 ullage sensors (minimum of two additional

SECTION 35 20 23.03 82 Page 6 West Coast Hopper Maintenance Dredging 2021

sensors as spares, see subitem (f)); install sensors at locations approved by the Government. The Ullage Sensors may be new or used and will remain property of the Contractor upon Contract completion. Measurements from each ullage sensor must be digitally recorded through the use of an automated system as described in subparagraph Ullage Sensor Communications. The ullage sensor readings must be averaged. The average will be correlated to the approved ullage table to determine hopper volume.

c. Install the ullage sensors as recommended by the manufacturer and approved by the Government and mount so the read-outs on the sensor are displayed in a manner that they can be easily read by the GQAR. Mount the ullage sensors as horizontally close as practical to the hand sounding stations. The manufacturer approved sensor mount design and locations must be submitted in the PSMP and must be approved by the Government prior to the sensor installations. It is the Government's intent to give preliminary approval of the sensor mount design and locations based on the plan submitted in the PSMP. Submit any revised plans for mounting design and locations in the event that plans change during installation. The Government may require the sensors to be relocated at anytime based on the requirements in Section 01 45 00.00 82, QUALITY CONTROL (DREDGING)paragraph entitled Content of the CQC Plan, subitem j.(1).

d. Submit a copy of the manufacturer's specifications and manual with the PSMP and one copy must be kept on the dredge in a location that is readily accessible to Government personnel.

e. The sensor manufacturer must be present for installation, commissioning, and testing operation of the system. The manufacturer's representative must anticipate being onsite a minimum of seven days and will be required to be present for the first two full days of sensor operation for troubleshooting purposes. The Government may stop dredging operations if the manufacturer representative is not present during the first two full days of sensor operation.

f. Maintain the ullage sensors in accordance with manufacturer's recommendations to ensure they are fully operable at all times during dredging operations. In the event that an ullage sensor malfunctions, it must be repaired or replaced (and calibrated per subparagraph entitled Ullage Sensor Calibration) within 24 hours, two spare sensors must be on board at all times to prevent interruptions in data collection. In the event that one of the spare sensors is used, it must be replaced by another spare sensor within 72 hours, at all times there are two sensors on board the dredge.

3.3 ULLAGE SENSOR BIN MEASUREMENTS

a. A minimum of five ullage sensor soundings must be taken from each side of the bin(s) or hopper(s) at locations that yield the representative average numerical value to be used for accurate quantity determination in accordance with hopper capacity tables. These locations must be approved by the Government as noted herein.

b. Quantities must be computed as described below. Nivotec® soundings must be analyzed follows:

c. Each sounding must be determined as either Acceptable or Unacceptable.

SECTION 35 20 23.03 82 Page 7 West Coast Hopper Maintenance Dredging 2021

(1) Acceptable Soundings: Acceptable soundings are those that fall within the range of, or are equal to, the average of sensor measurements for that load, plus or minus two and a half times the population standard deviation, rounded to the nearest tenth of a decimal. If all of the ullage measurements are determined to be Acceptable, the volume of the load must be computed by the average of the 10 ullage measurements utilizing the approved hopper capacity (ullage) table.

(2) Unacceptable Soundings: Any Soundings that fall outside the range of the average of all soundings for that load, plus or minus 2.5 times the population standard deviation, rounded to the nearest tenth of a decimal, are considered Unacceptable.

(a) If a sounding is Unacceptable, the corresponding sounding, across the hopper(s) (cross-section cut), must be substituted for the Unacceptable Sounding to compute the hopper volume.

(b) If a sounding and its corresponding sounding are both determined to be unacceptable then the average of the remaining eight sensors measurements must be used to determine the hopper volume.

(c) Payment must be 95 percent of the computed hopper volume (5 percent reduction) if the volume is computed in accordance with either of the preceding two paragraphs as a result of unacceptable soundings.

(3) Total System Failure is defined by three or more sensors with Unacceptable soundings or failure of the system to record the ullage data. Payment for the dredged quantities in the event of a Total System Failure must be computed as described below:

(a) Notify the COR immediately in the event of a total system failure.

(b) The Contractor must conduct hand soundings as described in the paragraph below.

(c) A daily cost of $1,150 will be deducted from the Contractor's earnings from the time of total system failure until the system is operational for 24 continuous hours. This represents the Government's cost to provide additional inspection and will be deducted regardless of whether the Government mobilizes an additional inspector to the dredge. The daily Cost will be rounded to the nearest hour.

(4) In the event hand soundings are required:

(a) The bin measuring tape must have readily visible markings, with the zero point at the bottom of the anchor, and must be constructed from non-stretchable material, be weighted by a 6- to 8-pound anchor, and be calibrated in feet and tenths of feet and verified by the GQAR.

(b) Notify the GQAR prior to taking any load measurements. Load measurements must be taken by the Contractor and will be witnessed by the GQAR, when the GQAR is on duty, typically

SECTION 35 20 23.03 82 Page 8 West Coast Hopper Maintenance Dredging 2021

10 - 12 hours a day. Measurements must be accomplished by bin measure as stated in Section 01 45 00.00 82, QUALITY CONTROL (DREDGING).

(c) The Contractor must report the draft at the time the load was measured along with all hand sounding measurements and the corresponding hopper volume. The Government will review the reported volumes to ensure consistency with historical volumes and will make a final determination of pay volume.

(5) If a system failure occurred and the load has already been disposed, the Government will determine a pay quantity taking into account several factors (prior ullage measurements, draft, and other factors). This is considered an extremely unlikely event and the Contractor is expected to monitor the functionality of the ullage sensors to ensure measurements are obtained prior to disposing of the load. The Government may elect to withhold all payment if repeated loads are disposed without ullage measurements.

d. Provide a summary of all the ullage sensor soundings to the GQAR, reference in Section 01 45 00.00 82, QUALITY CONTROL (DREDGING).

-- End of Section --

SECTION 35 20 23.03 82 Page 9 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 35 - WATERWAY AND MARINE CONSTRUCTION

SECTION 35 20 23.10 82

PUMP-ASHORE OPERATIONS FOR BEACH FILL

PART 1 GENERAL

1.1 REFERENCES 1.2 GENERAL INFORMATION 1.3 SUBMITTALS 1.4 SITE CONDITIONS 1.5 ACCESS AND STAGING 1.6 RESTRICTIONS ON BEACH FILL OPERATIONS 1.7 DEDICATED PUBLIC SAFETY PERSONNEL 1.8 DEBRIS PREVENTION

PART 2 PRODUCTS

2.1 CHARACTER OF MATERIALS 2.1.1 General

PART 3 EXECUTION

3.1 PLACEMENT OF DREDGED MATERIAL - BEACH FILL 3.1.1 General 3.1.2 Pipelines 3.1.3 Beach Fill Placement 3.1.3.1 Compensated Slope 3.1.3.2 Security of Work Area 3.1.3.3 Volume-Based Template Adjustment 3.1.4 Material Deposited Elsewhere 3.1.5 Placement of Beach Fill Above Outfalls 3.1.6 Removal of Stakes and Markers 3.1.7 Daily Placement Log 3.1.8 Miscellaneous Trash and Debris 3.1.9 Samples and Testing 3.1.10 Beach Lighting

-- End of Section Table of Contents --

SECTION 35 20 23.10 82 Page 1 West Coast Hopper Maintenance Dredging 2021

SECTION 35 20 23.10 82

PUMP-ASHORE OPERATIONS FOR BEACH FILL

PART 1 GENERAL

1.1 REFERENCES

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

U.S. ARMY CORPS OF ENGINEERS (USACE)

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

1.2 GENERAL INFORMATION

The work covered by this section consists of providing all labor, materials, and equipment, and performing all operations required for placing the material as Beach Fill on Ocean Beach within the limits specified herein and shown on the drawings, conducting pre- and post-placement beach condition surveys and beach grab samples for grain size distribution analysis as specified.

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 45 00.15 82, RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE (RMS CM):

SD-01 Preconstruction Submittals

Debris Prevention Plan; G; ENC-DG

Beach Fill Placement Plan; G; ENC-DG

SD-04 Samples

Material Test Reports; G

1.4 SITE CONDITIONS

a. Contractors are strongly encouraged to examine the work site, including placement areas, and become familiar with typical site conditions as part of preparation of pricing and work plan. See Contract Clause entitled: "SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK" (FAR 52.236-3).

b. Perform utility locates to verify locations of all private and public utilities within the project work area limits.

SECTION 35 20 23.10 82 Page 2 West Coast Hopper Maintenance Dredging 2021

1.5 ACCESS AND STAGING

a. Contractor access to the project site is available through the National Park Service, Golden Gate National Recreational Area, parking area, referred to as the north parking lot, directly across from Sloat Boulevard. This is a public access area that must remain open to the public throughout the duration of the work except for the designated staging area and during situations that require temporary closures to ensure public safety such as contractor mobilization and demobilization of equipment and materials.

b. The southern paved portion of the north parking lot and the unpaved beach area to the west of the parking lot are available for contractor use for equipment and material staging and storage, and are shown on the drawings. The northern portion of the north parking lot is to remain available for public parking and access.

c. The available staging area is not anticipated to require improvements to be useable by the contractor. Portions of the staging area may include part of the berm that is constructed from the beach fill.

d. Secure the staging area from unauthorized access by the public. The Ocean Beach area is heavily used by the public for beach access and recreation and there is a high potential for theft and vandalism.

1.6 RESTRICTIONS ON BEACH FILL OPERATIONS

Close the beach, utilizing temporary fencing, barricades, and signage, in maximum 1,000 foot sections, to allow active placement of Beach Fill. All other sections of the beach, except staging areas, must remain open to the general public. Ensure that movement of pipeline or equipment is conducted with recognition to the public presence, in accordance with the approved Accident Prevention Plan. All construction equipment operating outside of the closed beach section or staging area must have an escort or spotter to ensure public safety. Additional closure may be approved by the Contracting Officer or their representative if the material requires containment dike construction outside of the maximum closure for adequate control.

1.7 DEDICATED PUBLIC SAFETY PERSONNEL

Provide a minimum of two public safety persons to patrol the perimeter of the closed beach area and direct the public to not enter the construction area. These dedicated public safety personnel must be provided during daylight hours of active construction operations. Outside of these hours, a minimum of one public safety person is required, regardless of construction status. Public safety personnel must have no other duties.

1.8 DEBRIS PREVENTION

Prepare, and submit for approval, a Debris Prevention Plan indicating the method to ensure that debris is not deposited upon the beach and buried by Beach Fill material. Include a discussion on how debris dredged from the channel and debris deposited on the beach will be addressed. A proposed monitoring program must be included, using personnel, to monitor the proposed debris-prevention method's results. Debris includes cobbles, clay balls, and man-made trash and materials.

SECTION 35 20 23.10 82 Page 3 West Coast Hopper Maintenance Dredging 2021

PART 2 PRODUCTS

2.1 CHARACTER OF MATERIALS

2.1.1 General

See Section 35 20 23.00 82, DREDGING AND CHANNEL CLEARING for a description of the expected material in the Main Ship Channel.

PART 3 EXECUTION

3.1 PLACEMENT OF DREDGED MATERIAL - BEACH FILL

3.1.1 General

The material removed from the various dredging areas and dredging reaches must be placed within the Government provided Beach Fill site as shown or otherwise described on the contract drawings.

a. Any damage caused to any structures, pavement, curbs, signs, lamps, bulkheads, seawalls, groins, beach grass, or any other property adjacent to the Beach Fill areas during the performance of work will be repaired at no cost to the Government. Prior to the commencement of operations and after completion thereof, a joint inspection by representatives of the Contractor, The Contracting Officer or their representative, and local interests pertaining to the above will be made.

b. Areas disturbed outside of the fill area, including beach landings used during the execution of the contract must be returned to original condition.

c. Dredged material must be pumped directly from the dredging vessel to the beach placement area. No bottom placement and re-handling will be allowed. Dredge discharge must be manipulated and controlled in such a manner that a minimum of shaping by mechanical equipment will be required and a minimum amount of material will be lost.

3.1.2 Pipelines

a. All pipelines for dredging Plant must be kept in good condition at all times and any leaks or breaks along their length must be promptly repaired. Report all leaks or breaks in any pipeline on the Daily Quality Control Report for the date the leak or break occurred. Provide in the report, an estimation of the duration of the leak or break, and the quantity of misplaced material. Report the leak to the Contracting Officer or their representative within 12 hours.

b. Discharge pipeline, including rubber hoses and floating pipeline, must be marked by signs, lights and/or other devices to ensure safety to navigation by day and by night. All of these devices must be in complete accordance with Coast Guard regulations. Provide a written discussion of pipeline markings in the Accident Prevention Plan. Refer to sSection 01 35 26.00 82, GOVERNMENTAL SAFETY REQUIREMENTS for the Accident Prevention Plan requirements.

c. Do not allow pipelines to fluctuate between the water surface and the channel bottom or lie partially submerged in accordance with

SECTION 35 20 23.10 82 Page 4 West Coast Hopper Maintenance Dredging 2021

EM 385-1-1.

d. The discharge pipeline must be arranged as approved by the Contracting Officer or their representative. Place the discharge pipeline such that the landward end of the pipeline enters the beach within the project limits shown on the drawings.

e. Only one discharge pipeline landing is authorized at a time.

3.1.3 Beach Fill Placement

a. Place the material dredged from the navigation channel within the Beach Fill areas to the specified limits and cross sections shown on the drawings. Deposit the material as evenly as practicable by the hydraulic method to form a comparatively smooth and uniform beach surface. There must be no pronounced ridges or wash holes in the final grades and slopes unless otherwise indicated. A tolerance of 1.0 foot above the fill template elevations shown on the drawings, measured vertically, will be allowed. Material placed within this tolerance above the required design grades will be paid for.

b. Place the dredged material at the Beach Fill site hydraulically, through pipeline operations. Use land-based equipment for grading the Beach Fill material.

c. Beach Fill Placement Plan: Submit a Beach Fill placement plan that includes the following:

(1) Site design (placement plan and pipe layout)

(2) Delineation of placement area and identification of areas and features to be avoided such as structures, utilities, trees, and natural areas.

(3) Staging area(s)

(4) Equipment list

(5) Vehicle and equipment access

(6) Quality Control Plan to ensure placement/grading in design fill areas is in accordance with contract requirements (to include fill stakes, surveys, etc.).

(7) Fueling and Fuel storage plans for work on the beach.

(8) Beach Lighting plans.

d. Use a diffuser on the end of the discharge pipe to reduce scouring.

e. Ponding of the dredge effluent will not be allowed. However, baffles or dikes to control the flow of the dredge effluent will be required to control losses and turbidity. The final seaward slope of the sand fill to be placed below El. +6.0 ft NAVD 88 will be the naturally reworked slope of the material placed by the dredging process, estimated to be a 1 vertical to 10 horizontal slope down to the ocean bottom. The dredge effluent must in all cases return directly to the ocean and not to the inshore side of the fill.

SECTION 35 20 23.10 82 Page 5 West Coast Hopper Maintenance Dredging 2021

f. Where necessary, construct a dike at the inshore limit of fill to prevent the dredge effluent from extending beyond the project work area limits or damaging existing grades near the limits. Additionally, control operations and equipment to prevent damage to or undermining of existing bluffs and infrastructure near the project work area limits.

g. To provide access for pedestrians and emergency vehicles across the pipeline in beach use areas within the project work area limits, the pipeline must be ramped with sand on both sides at a 1V:4H slope over the top elevation of the pipe near Sloat Blvd. Width of the ramps must be a minimum of 10 feet. A flat area at the top of slope, over the pipe, should exist to allow for reasonable clearances for a standard 4x4 pickup truck or SUV to transit over the pipe. Another method of maintaining pedestrian and vehicle thoroughfare across the pipeline may be provided upon approval by the Contracting Officer or their representative. Maintain pedestrian and vehicle thoroughfare across the pipeline for the duration of the contract.

h. During all pumping operations, provide personnel to maintain visual control of the end of the discharge line. Provide radio contact to enable such personnel to halt pumping in case of emergencies or undesirable material placement as directed by the Contracting Officer or their representative.

i. A placement section will not be accepted for final survey unless the section is graded and dressed to eliminate any undrained pockets, abrupt lumps, and depressions in the Beach Fill surface.

j. Manipulate and control the dredge discharge so that a minimum of shaping by mechanical equipment will be required and a minimum amount of material will be lost.

3.1.3.1 Compensated Slope

a. If the construction template cannot be achieved at the toe of the section, then a compensated slope to offset voids in the construction fill template will be allowed. Such excess material must be placed and graded between elevation +10.0 ft NAVD 88 and +6.0 ft NAVD 88, with all material below +6.0 ft NAVD 88 being the naturally reworked slope of the material. No grading is required along the naturally reworked slope (below +6.0 ft NAVD 88).

b. A fill section will not be accepted unless the payable quantity equals or exceeds the cross sectional volume between the design grade and the pre-existing grades (excludes tolerance). Volumes for payment for the section will not exceed the design volume plus tolerance.

3.1.3.2 Security of Work Area

Install temporary construction fencing on the beach enclosing the 1,000-foot long designated active work section from the backshore limit of fill to the mean high water line, with a warning tape to the low water line. Install the fence along the backshore to prevent entry to the work area. Place signs indicating "No Trespassing - Construction Area" on the fence every 100 feet of length. Provide adequate security or public safety personnel to restrict unauthorized entry into the work area during all times of operation.

SECTION 35 20 23.10 82 Page 6 West Coast Hopper Maintenance Dredging 2021

3.1.3.3 Volume-Based Template Adjustment

In the event that pre-placement condition survey volumes, verified and approved by the Contracting Officer or their representative, show that the space available within the template, including tolerance, does not equal the bid quantity, the template must be shifted by adjusting the seaward edge of berm uniformly throughout the length of the beach. Include a matching adjustment of the seaward toe of slope to maintain the prescribed slope. (Ex. If the Bid Quantity = 225,000 CY and Template plus Tolerance Quantity is found to be 200,000 CY from the pre-placement survey, then 25,000 CY must be used to advance the seaward edge of berm evenly along the full length of beach).

3.1.4 Material Deposited Elsewhere

a. Material that is placed outside of designated placement sites or sites otherwise approved by the Contracting Officer or their representative will not be paid. If directed by the Government, remove such material and place it where directed by the Government, at no cost to the Government.

b. Evidence of material accumulation in the dredge pipeline connection area, as determined by survey analysis, will require that operations cease until the cause can be identified and corrected. In the event that dredged material is lost in the pump-off area, immediately notify the Government. No payment will be made for this material.

3.1.5 Placement of Beach Fill Above Outfalls

Place a minimum 5-foot Beach Fill cover over outfalls prior to the use of equipment across these structures. Damage to outfalls due to Contractor's operations must be repaired at no cost to the Government.

3.1.6 Removal of Stakes and Markers

Remove all grade stakes and markers, burlap, piping, or other items used in the construction of the beach within 24 hours after completion and before approval of an acceptance section, or as otherwise directed by the Contracting Officer, except for the landward work limit stakes and flags and the pipeline actively being used for the Beach Fill process. Remove all stakes, markers, burlap, piping, or other items used in the construction that become uncovered after approval of the acceptance section within 24 hours of their detection.

3.1.7 Daily Placement Log

Provide a daily estimate of quantity placed on the beach for the 24-hour period of the previous day in the CQC reports.

3.1.8 Miscellaneous Trash and Debris

All logs, snags, trash and debris generated from the pump-ashore operations will become the property of the Contractor and must be disposed in accordance with all applicable federal, state, and municipal laws and regulations. Logs, snags, trash and debris must not be placed in or on the Beach Fill.

SECTION 35 20 23.10 82 Page 7 West Coast Hopper Maintenance Dredging 2021

3.1.9 Samples and Testing

Obtain samples of Beach Fill material from the beach at 500 foot intervals, not more than two days following placement and final grading of Beach Fill, and have them tested for grain size distribution in accordance with ASTM D422. All testing must be performed by a Corps of Engineers approved laboratory as specified in Section 01 45 00.00 82, QUALITY CONTROL (DREDGING). Samples must be obtained from the seaward edge of the berm. Test results must be recorded on ENG Form 2087, which can be found at https://www.publications.usace.army.mil/USACE-Publications/Engineer-Forms/. Also record on ENG Form 2087 the load number of when the sampled material was dredged. Submit the Material Test Reports to the Contracting Officer within one week after completion of the laboratory testing.

3.1.10 Beach Lighting

Light the area where Beach Fill operations are in progress during the hours of darkness by using portable light equipment. Maintain a minimum of 3-foot candles of illumination in the immediate vicinity of the pipe discharge. Direct the lights downward and towards the active work to minimize light pollution to areas surrounding the site, including adjacent bank swallow habitat and ocean waters. Include shields or baffles to ensure light is not directed above the horizon. If bank swallow nests are active, amber colored bulbs must be used and the lights must remain outside of the buffer zone. Whenever possible, follow the best practices outlined in "Dark Skys", at https://www.nps.gov/subjects/nightskies/practices.htm

-- End of Section --

SECTION 35 20 23.10 82 Page 8 West Coast Hopper Maintenance Dredging 2021

SECTION TABLE OF CONTENTS

DIVISION 35 - WATERWAY AND MARINE CONSTRUCTION

SECTION 35 20 23.23 82

NATIONAL DREDGING QUALITY MANAGEMENT PROGRAM HOPPER DREDGE

PART 1 GENERAL

1.1 DESCRIPTION 1.2 SUBMITTALS 1.3 PAYMENT 1.4 NATIONAL DREDGING QUALITY MANAGEMENT PROGRAM CERTIFICATION 1.5 DREDGE PLANT INSTRUMENTATION PLAN (DPIP)

PART 2 PRODUCTS NOT USED

PART 3 EXECUTION

3.1 REQUIREMENTS FOR REPORTED DATA 3.1.1 Date and Time 3.1.2 Load Number 3.1.3 Horizontal Positioning 3.1.3.1 Vessel Horizontal Positioning 3.1.3.2 Draghead Horizontal Positioning 3.1.4 Hull Status 3.1.5 Dredge Course 3.1.6 Dredge Speed 3.1.7 Dredge Heading 3.1.8 Tide 3.1.9 Draft 3.1.10 Hopper Ullage Sounding 3.1.11 Hopper Volume 3.1.12 Displacement 3.1.13 Empty Displacement 3.1.14 Draghead Depths 3.1.15 Slurry Densities 3.1.16 Slurry Velocities 3.1.17 Pump RPM 3.1.18 Sea Suction Valve for Dragarm 3.1.19 Pumpout 3.2 NATIONAL DREDGING QUALITY MANAGEMENT PROGRAM SYSTEM REQUIREMENTS 3.2.1 Computer Requirements 3.2.2 Software 3.2.3 UPS 3.2.4 Internet Access 3.2.5 Data Routing Requirements 3.2.6 Data Reporting Frequency 3.2.7 Data Format 3.2.8 Data Reporting 3.2.9 Contractor Data Backup 3.3 PERFORMANCE REQUIREMENTS 3.4 LIST OF ITEMS TO BE PROVIDED BY THE CONTRACTOR

SECTION 35 20 23.23 82 Page 1 West Coast Hopper Maintenance Dredging 2021

-- End of Section Table of Contents --

SECTION 35 20 23.23 82 Page 2 West Coast Hopper Maintenance Dredging 2021

SECTION 35 20 23.23 82

NATIONAL DREDGING QUALITY MANAGEMENT PROGRAM HOPPER DREDGE

PART 1 GENERAL

1.1 DESCRIPTION

The work under this contract requires use of the National Dredging Quality Management Program (DQM)to monitor the dredge's status at all times during the contract and to manage data history.

This performance-based specification section identifies the minimum required output and the precision and instrumentation requirements. The requirements may be satisfied using equipment and technical procedures selected by the Contractor.

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 responsible for review of the submittal for the Government. The following must be submitted in accordance with Section 01 33 00, "SUBMITTAL PROCEDURES":

SD-07 Certificates

- Letter of National Dredging Quality Management Program Certification; G, XXX-XX-X (enter the local USACE District)

1.3 PAYMENT

No separate payment must be made for installation, operation, and maintenance of the DQM-certified system as specified herein for the duration of the dredging operations; all costs in connection therewith must be considered a subsidiary obligation of the Contractor and covered under the contract unit price for dredging in the bidding schedule.

1.4 NATIONAL DREDGING QUALITY MANAGEMENT PROGRAM CERTIFICATION

a. The Contractor is required to have a current certification from DQM for the hopper dredge instrumentation system to be used under this contract. Criteria for certification must be based on the most recent specification posted on the DQM website (http://dqm.usace.army.mil/Specifications/Index.aspx). Compliance with these criteria must be verified by annual onsite quality assurance (QA) checks conducted by the DQM Support Center Data Acquisition and Analysis Team and by periodic review of the transmitted data. DQM Certification is valid for one year from the date of the annual QA checks. Certification is contingent upon the system's ability to continuously meet the performance requirements as outlined in Paragraph 3.3, "Performance Requirements." If issues with data quality are not corrected within 48 hours, the system certification must be revoked and additional QA checks by the Data Acquisition and Analysis

SECTION 35 20 23.23 82 Page 3 West Coast Hopper Maintenance Dredging 2021

Team may be necessary.

b. Annual DQM Certification must be based on the following:

(1) A series of quality assurance checks as outlined on the DQM website https://dqm.usace.army.mil/Certifications/Index.aspx

(2) Verification of data acquisition and transfer as described in Paragraph 3.3, "Performance Requirements")

(3) Review of the Dredge Plant Instrumentation Plan (DPIP) as described in Paragraph 1.5, "Dredge Plant Instrumentation Plan (DPIP)"

c. The Dredging Contractor must have personnel who are familiar with the system instrumentation and who have the ability to recalibrate the sensors on site during the QA process. The Dredging Contractor must coordinate pickup times and locations and provide transportation to and from any platform with a DQM system to team personnel in a timely manner. As a general rule, Data Acquisition and Analysis Team personnel will come with PPE consisting of hardhats, steel toe boots, and life jackets. If additional safety equipment is needed - such as eye protection, safety harnesses, work gloves or personal location beacons - these items must be provided to the team while on site. It is the Dredging Contractor's obligation to inform the QA team if the location designated for the QA checks has any site-specific safety concerns prior to their arrival on site.

d. The owner or operator of the dredge must contact DQM at [email protected] on an annual basis, or at least three weeks prior to certification expiration, to schedule QA checks for renewal. This notification is meant to make the Data Acquisition and Analysis Team aware of a target date for the annual QA checks for the dredge. At least one week prior to the target date, the Contractor must contact the Data Acquisition and Analysis Team and verbally coordinate a specific date and location. The Contractor must then follow up this conversation with a written email confirmation. The owner/operator must coordinate the QA checks with all local authorities, including but not limited to, the local USACE Contracting Officer's Representative (COR).

e. Recertification is required for any yard work which produces modification to displacement (change in dredge lines, or repositioning or repainting hull marks), modification to bin volume (change in bin dimensions, or addition or subtraction of structure), or changes in sensor type or location; these changes must be reported in the sensor log section of the DPIP. A system does not have to be transmitting data between jobs; however, in order to retain its certification during this period, the system sensors or hardware should not be disconnected or removed from the dredge. If the system is powered down, calibration coefficients must be retained.

1.5 DREDGE PLANT INSTRUMENTATION PLAN (DPIP)

a. The Contractor must have a digital copy of the DPIP on file with the DQM Support Center. While working on site, the Contractor must also maintain on the dredge a copy of the DPIP which is easily accessible to Government personnel at all times. This document must describe the sensors used, configuration of the system, how sensor

SECTION 35 20 23.23 82 Page 4 West Coast Hopper Maintenance Dredging 2021

data will be collected, how quality control on the data will be performed, and how sensors/data reporting equipment will be calibrated and repaired if they fail. A description of the computed dredge-specific data and how the sensor data will be transmitted to the DQM database will also be included.

b. A complete list of the required DPIP contents is provided on the DQM website (https://dqm.usace.army.mil/Certifications/Index.aspx).

c. Submit to the DQM Support Center any addendum or modifications made to the plan, subsequent to its original submission, prior to the start of work.Any changes to the computation methods must be approved by the DQM Support Center prior to their implementation.

PART 2 PRODUCTS NOT USED

PART 3 EXECUTION

3.1 REQUIREMENTS FOR REPORTED DATA

a. Provide, operate, and maintain all hardware and software to meet these specifications. The Contractor must be responsible for replacement, repair, and calibration of sensors and other necessary data acquisition equipment needed to supply the required data.

b. Repairs must be completed within 48 hours of any sensor failure. Upon completion of a repair, replacement, installation, modification, or calibration, the Contractor must notify the COR. The COR may request recalibration of sensors or other hardware components at any time during the contract as deemed necessary.

c. The Contractor must keep a log of sensor repair, replacement, installation, modification, and calibration in the dredge's onboard copy of the DPIP. The log must contain a three-year history of sensor maintenance, including the time of the sensor failures (and subsequent repairs), the time and results of sensor calibrations, the time of sensor replacements, and the time that backup sensor systems were initiated to provide required data. It must also contain the name of the person responsible for the sensor work.

d. Sensors installed must be capable of collecting parameters within specified accuracies and resolutions indicated in the following subparagraphs.

e. Reported sensor values for ullage, draft, and draghead depth should represent a weighted average with the highest and lowest values not included in the calculated average for the given interval. This information should be documented in the DPIP sections that say "Calculations done external to the instrumentation."

3.1.1 Date and Time

The date and time must be reported to the nearest second and referenced to UTC time based on a 24-hour format: mm/dd/yyyy hh:mm:ss. The reported time must be the time reported by the GPS in the NMEA string.

3.1.2 Load Number

A load number must document the end of a disposal event. Load numbering

SECTION 35 20 23.23 82 Page 5 West Coast Hopper Maintenance Dredging 2021

will begin at number 1 at the start of the contract and will be incremented by 1 at the completion of each disposal event or emptying of the hopper. Whenever possible, the load number must be calculated off of the sensors aboard the dredge and must be a mathematically repeatable routine. Efforts must be made to include logic that avoids false load number increments while also not allowing the routine to miss any disposal event. If manual incrementing of the load number is in place, extra attention must be paid to this value in the quality control process.

3.1.3 Horizontal Positioning

All locations must be obtained using a positioning system operating with a minimum accuracy level of 1 to 3 meters horizontal Circular Error Probable (CEP). Positions must be reported as Latitude/Longitude WGS 84 in decimal degrees. West Longitude and South Latitude values are reported as negative.

3.1.3.1 Vessel Horizontal Positioning

Vessel horizontal positioning must be recorded as geographic coordinates of the vessel as indicated by the location of the GPS antenna.

3.1.3.2 Draghead Horizontal Positioning

Draghead horizontal positioning must be recorded as geographic coordinates of the heel on the centerline of the draghead(s). Any offset calculations from the GPS antenna should be described in the DPIP.

3.1.4 Hull Status

Open/closed status of the hopper dredge, corresponding to the split/non-split condition of a split-hull hopper dredge, must be monitored. For dredges with hopper doors, the status of a single door that is the first opened during normal disposal operations may be monitored. An "open" value must indicate that the hopper door is open or, in the case of split-hull dredges, that the hull is split. A "closed" value indicates that the hopper doors are closed or, in the case of split-hull dredges, that the hull is not split. For this contract, hull status must register closed prior to leaving the disposal area, except at LCR where exiting a placement site with the hopper visually empty and the hull status as open is acceptable. The hull must be closed as soon as possible after exiting the site..

3.1.5 Dredge Course

Dredge course-over-ground (COG) must be provided using industry-standard equipment. The Contractor must provide dredge course-over-ground to the nearest whole degree with values from 000 (true north) to 359 degrees referenced to a clockwise positive direction convention.

3.1.6 Dredge Speed

Dredge speed-over-ground must be provided in knots using industry-standard equipment with a minimum accuracy of 1 knot and resolution to the nearest 0.1 knot.

3.1.7 Dredge Heading

Dredge heading must be provided using industry-standard equipment. The dredge heading must be accurate to within 5 degrees and reported to the

SECTION 35 20 23.23 82 Page 6 West Coast Hopper Maintenance Dredging 2021

nearest whole degree with values from 000 (true north) to 359 degrees referenced to a clockwise positive direction convention.

3.1.8 Tide

Tide data must be obtained using appropriate equipment to give the water level with an accuracy of +/- 0.1 foot and a resolution of 0.01 foot. Tide values above project datum described in the dredging specification must be entered with a positive sign and those below with a negative sign.

3.1.9 Draft

All reported draft measurements must be in feet, tenths, and hundredths with an accuracy of +/- 0.1 foot relative to observed physical draft readings. The measurements must be reported at a resolution of two decimal places (hundredths of a foot). The reported forward draft value must be equal to the sum of the visual forward port and starboard draft mark readings divided by two. The reported aft draft value must be equal to the sum of the visual aft port and starboard draft mark readings divided by two. Forward draft, aft draft, and average draft will be reported. Sensors must be placed at an optimum location on the vessel to be reflective of observed physical draft mark readings at any trim or list. Minimum accuracies are conditional to relatively calm water. The sensor value reported must be an average of at least ten samples per event, with at least one maximum value and one minimum value removed, and the minimum eight remaining values averaged. When the average draft is calculated for the purpose of determining displacement, significant digits for average draft must be maintained such that if forward draft was 0.15 and aft draft was 0.1, then the average draft would be 0.125.

3.1.10 Hopper Ullage Sounding

All reported ullage soundings must be in feet, tenths, and hundredths with an accuracy of +/- 0.1 foot with respect to the combing and be representative of the forward and aft extents of the hopper as close to the centerline as is possible. The measurements must be reported at a resolution of two decimal places (hundredths of a foot). Forward ullage and aft ullage soundings will be reported. Sensors should be mounted so as to avoid discharge flume turbulence, foam, and any structure that could produce sidelobe errors. If sensors must be offset from the centerline of the hopper, they should be offset to opposite sides of the vessel. If more than one fore or one aft sensor are used, they must be placed near the corners of the hopper, and the average value of the fore sensors and the average value of the aft sensors must be reported. The sensor value reported must be an average of at least ten samples per event, with at least one maximum value and one minimum value removed, and the minimum eight remaining values averaged. When the average ullage is calculated for the purpose of determining hopper volume, significant digits for average ullage must be maintained such that if forward ullage was 0.15 and aft ullage was 0.1, then the average ullage would be 0.125.

3.1.11 Hopper Volume

Hopper volume must be reported in cubic yards, based on the most accurate method available for the dredge. The minimum standard of accuracy for hopper volume is interpolation from the certified hopper volume table, based on the average fore and aft ullage soundings.

SECTION 35 20 23.23 82 Page 7 West Coast Hopper Maintenance Dredging 2021

3.1.12 Displacement

a. Dredge displacement must be reported in long tons, based on the most accurate method available for the dredge. The minimum standard of accuracy for displacement is interpolation from the displacement table, based on the average draft. For this contract the density of water used to calculate displacement must be______* kg/cubic meter, and it must be used for an additional interpolation between the fresh and salt water tables.

b. The water density used is project-/location-specific. Enter the appropriate water density in the blank:

(1) Fresh Water: 1000 kg/m3 (1 g/cm3)

(2) Salt Water: 1027-1030 kg/m3 (1.027-1.03 g/cm3)

3.1.13 Empty Displacement

Empty displacement must be reported in long tons and must be the lightship value of the dredge, or the weight of the dredge with no material in the hopper, adjusted for fuel and water consumption.

3.1.14 Draghead Depths

Draghead depths must be reported with an accuracy of +/- 0.5 foot and a resolution to the nearest 0.1 foot as measured from the surface of the water with no tidal adjustments. Minimum accuracies are conditional to relatively calm water. The sensor value reported must be an average of at least ten samples per event, with at least one maximum value and one minimum value removed, and the minimum eight remaining values averaged.

3.1.15 Slurry Densities

A density metering device, calibrated according to the manufacturer's specifications, must be used to record the slurry density of each dragarm to the nearest 0.001 g/cc with an accuracy of +/- 0.01 g/cc. If the manufacturer does not specify a frequency of recalibration, calibration must be conducted prior to commencement of work.

3.1.16 Slurry Velocities

A flow metering device, calibrated according to the manufacturer's specifications, must be used to record the slurry velocity of each dragarm to the nearest 0.01 fps with an accuracy of +/- 0.5 fps. If the manufacturer does not specify a frequency of recalibration, calibration must be conducted prior to commencement of work. The slurry velocity must be measured in the same pipeline inside diameter as that used for the slurry density measurement.

3.1.17 Pump RPM

The RPM of any pump being used to move material must be measured with the highest level of accuracy that is standard on the vessel operational displays, either at the bridge, at the drag tender's controls, or in the engine room. Dredges with multiple pumps per side must report RPM for the pump that best describes the dredging process (typically the outboard pump).

SECTION 35 20 23.23 82 Page 8 West Coast Hopper Maintenance Dredging 2021

3.1.18 Sea Suction Valve for Dragarm

If sea suction can be taken to bypass suction through the draghead, the sea suction location and valve status will be reported. The status of the valve will change from "closed" to "open" when the valve starts to open and will register "closed" when the valve is fully closed. When applicable, the state of the latch will be reported as "true" or "false." The sea suction location must be reported in a standard non-changing name string of no more than 20 characters. These field values will always occur in the XML string as a set. The DQM system can accommodate only up to four unique sea suction locations. Suggested options for the naming convention can be found in the example dataset in Paragraph 3.2.8, "Data Format."

3.1.19 Pumpout

When the hopper dredge is being pumped out, a "true" value must be reported; when it is not, a "false" value must be reported. The only permissible values are "true" and "false."

3.2 NATIONAL DREDGING QUALITY MANAGEMENT PROGRAM SYSTEM REQUIREMENTS

The Contractor's DQM system must be capable of collecting, displaying, and transmitting information to the DQM database. The applicable parameters from Paragraph 3.1, "Requirements for Reported Data," must be recorded as events locally and continually transmitted to the DQM database anytime an Internet connection is available. The Dredge must be equipped with a DQM computer system, consisting of a computer, monitor, keyboard, mouse, data modem, UPS, and network hub. The computer system must be a standalone system, exclusive to the DQM monitoring system, and will have USACE DQM software installed on it. If a hardware problem occurs, or if a part of the system is physically damaged, then the Contractor must be responsible for repairing it within 48 hours of determination of the condition.

3.2.1 Computer Requirements

The Contractor must provide a dedicated onboard computer for use by the DQM system. This computer must run USACE software and receive data from the Contractor's data-reporting interface. This computer must meet or exceed the following performance specifications:

CPU: Intel or AMD processor with a (non-overclocked) clock speed of at least 1.6 gigahertz (GHz) Hard drive: 250 gigabytes (GB); internal RAM: 4 gigabytes (GB) Ethernet adapter: Internal network card with an RJ-45 connector Ports: 1 free serial port with standard 9-pin connectors; 1 free USB port Other hardware: Keyboard, mouse, monitor

a. The Contractor must install a fully licensed copy of Windows 7 Professional Operating System or later on the computer specified above. The Contractor must also install any necessary manufacturer-provided drivers for the installed hardware.

b. This computer must be located and oriented to allow data entry and data viewing, as well as to provide access to data ports for the connection of external hardware.

SECTION 35 20 23.23 82 Page 9 West Coast Hopper Maintenance Dredging 2021

3.2.2 Software

The DQM computer's primary function is to transmit data to the DQM shoreside database. No other software which conflicts with this function must be installed on this computer. The DQM computer will have the USACE-provided Dredging Quality Management Onboard Software (DQMOBS) installed on it by DQM personnel along with USACE-selected software for remote support and management.

3.2.3 UPS

The Contractor must supply an Uninterruptible Power Supply (UPS) for the computer and networking equipment. The UPS must provide backup power at 1 kVA for a minimum of ten minutes. The UPS must interface with the DQM computer to communicate UPS status. The Contractor must ensure that sufficient power outlets are available to run all specified equipment.

3.2.4 Internet Access

a. The Contractor must maintain an Internet connection capable of transmitting real-time data to the DQM server and supporting remote access, as well as enough additional bandwidth to clear historically queued data when a connection is re-obtained. If connectivity is lost, unsent data must be queued and transmitted upon restoration of connectivity. Delays in pushing real-time data to the DQM database should not exceed four hours. Exceptions to these requirements may be granted by the DQM Support Center on a case-by-case basis with consideration for contract-specific requirements, site-specific conditions, and extreme weather events.

b. The Contractor must acquire and install all necessary hardware and software to make the Internet connection available for data transmission to the DQM web service. The hardware and software must be configured to allow the DQM Support Center remote access to this computer. Coordination between the dredging company's IT and the DQM Support Center may be required in order to configure remote access though any security, firewall, router, and telemetry systems. Telemetry systems must be capable of meeting these minimum reporting requirements in all operating conditions.

3.2.5 Data Routing Requirements

Onboard sensors must continually monitor dredge conditions, operations and efficiency and route this information into the shipboard dredge-specific system (DSS) computer to assist in guiding dredge operations. Portions of this Contractor-collected information must be routed to the DQM computer on a real-time basis. Standard sensor data must be sent to the DQM computer via an RS-232 9600- or 19200-baud serial interface. The serial interface must be configured as 8 bits, no parity, and no flow control.

3.2.6 Data Reporting Frequency

Data must be logged as a series of events. Each event will consist of a dataset containing dredge information as per Paragraph 3.1, "Requirements for Reported Data." Each set of measurements (time, position, etc.) will be considered an event. Any required information in Paragraph 3.1 that is not an averaged variable (draft and ullage) must be collected within 1 second of the reported time. A data string for an event must be sent to the DQM computer every 6 to 12 seconds, and this interval must remain

SECTION 35 20 23.23 82 Page 10 West Coast Hopper Maintenance Dredging 2021

constant throughout the contract; data strings must never be transmitted more frequently than once per every 5 seconds. Any averaged variable must be collected and computed within this sampling interval.

3.2.7 Data Format

Data must be reported as an eXtensible Markup Language (W3C standard XML 1.0) document as indicated below. Line breaks and spaces are added for readability, but the carriage return, line feed character combination is added only to delineate records (HOPPER_DREDGING_DATA tag) for actual data transmission.

{?xml version="1.0"?} {HOPPER_DREDGING_DATA version = "2.0"} {DREDGE_NAME} string32 {/DREDGE_NAME} {HOPPER_DATA_RECORD} {DATE_TIME} time date string {/DATE_TIME} {CONTRACT_NUMBER} string32 {/CONTRACT_NUMBER} {LOAD_NUMBER} integer string {/LOAD_NUMBER} {VESSEL_X coord_type="LL"} floating point string {/VESSEL_X} {VESSEL_Y coord_type="LL"} floating point string {/VESSEL_Y} {PORT_DRAG_X coord_type="LL"} floating point string {/PORT_DRAG_X} {PORT_DRAG_Y coord_type="LL"} floating point string {/PORT_DRAG_Y} {STBD_DRAG_X coord_type="LL"} floating point string {/STBD_DRAG_X} {STBD_DRAG_Y coord_type="LL"} floating point string {/STBD_DRAG_Y} {HULL_STATUS} OPEN/CLOSED string {/HULL_STATUS} {VESSEL_COURSE} floating point string {VESSEL_COURSE} {VESSEL_SPEED} floating point string {/VESSEL_SPEED} {VESSEL_HEADING} floating point string {/VESSEL_HEADING} {TIDE} floating point string {/TIDE} {DRAFT_FORE} floating point string {/DRAFT_FORE} {DRAFT_AFT} floating point string {/DRAFT_AFT} {ULLAGE_FORE} floating point string {/ULLAGE_FORE} {ULLAGE_AFT} floating point string {/ULLAGE_AFT} {HOPPER_VOLUME} floating point string {/HOPPER_VOLUME} {DISPLACEMENT} floating point string {/DISPLACEMENT} {EMPTY_DISPLACEMENT} floating point string {/EMPTY_DISPLACEMENT} {DRAGHEAD_DEPTH_PORT} floating point string {/DRAGHEAD_DEPTH_PORT} {DRAGHEAD_DEPTH_STBD} floating point string {/DRAGHEAD_DEPTH_STBD} {PORT_DENSITY} floating point string {/PORT_DENSITY} {STBD_DENSITY} floating point string {/STBD_DENSITY} {PORT_VELOCITY} floating point string {/PORT_VELOCITY} {STBD_VELOCITY} floating point string {/STBD_VELOCITY} {PUMP_RPM_PORT} floating point string {/PUMP_RPM_PORT} {PUMP_RPM_STBD} floating point string {/PUMP_RPM_STBD} {VALVE_1_LOCATION} string32 {VALVE_1_LOCATION} {VALVE_1_STATUS} open/closed {/VALVE_1_STATUS} {VALVE_1_LATCHED} true/false {/VALVE_1_LATCHED} {VALVE_2_LOCATION} string32 {/VALVE_2_LOCATION} {VALVE_2_STATUS} open/closed {/VALVE_2_STATUS}

SECTION 35 20 23.23 82 Page 11 West Coast Hopper Maintenance Dredging 2021

{VALVE_2_LATCHED} true/false {/VALVE_2_LATCHED} {VALVE_3_LOCATION} string32 {/VALVE_3_LOCATION} {VALVE_3_STATUS} open/closed {/VALVE_3_STATUS} {VALVE_3_LATCHED} true/false {/VALVE_3_LATCHED} {VALVE_4_LOCATION} string32 {/VALVE_4_LOCATION} {VALVE_4_STATUS} open/closed {/VALVE_4_STATUS} {VALVE_4_LATCHED} true/false {/VALVE_4_LATCHED} {PUMP_OUT_ON} true/false/unknown string {/PUMP_OUT_ON} {/HOPPER_DATA_RECORD}

{/HOPPER_DREDGING_DATA} Carriage Return - ASCII value 13 Line Feed - ASCII value 10

Example

{?xml version="1.0"?} {HOPPER_DREDGING_DATA version = "2.0"} {DREDGE_NAME}Essayons{/DREDGE_NAME} {HOPPER_DATA_RECORD} {DATE_TIME}04/11/2002 13:12:05{/DATE_TIME} {CONTRACT_NUMBER}GDSNWP-11-G-0001{/CONTRACT_NUMBER} {LOAD_NUMBER}102{/LOAD_NUMBER} {VESSEL_X coord_type="LL"}-80.123333{/VESSEL_X} {VESSEL_Y coord_type="LL"}10.123345{/VESSEL_Y} {PORT_DRAG_X coord_type="LL"}-80.1233371{/PORT_DRAG_X} {PORT_DRAG_Y coord_type="LL"}10.12335{/PORT_DRAG_Y} {STBD_DRAG_X coord_type="LL"}-80.123339{/STBD_DRAG_X} {STBD_DRAG_Y coord_type="LL"}10.123347{/STBD_DRAG_Y} {HULL_STATUS}CLOSED{/HULL_STATUS} {VESSEL_COURSE}258{/VESSEL_COURSE} {VESSEL_SPEED}3.4{/VESSEL_SPEED} {VESSEL_HEADING}302{/VESSEL_HEADING} {TIDE}-0.1{/TIDE} {DRAFT_FORE}10.05{/DRAFT_FORE} {DRAFT_AFT}15.13{/DRAFT_AFT} {ULLAGE_FORE}10.11{/ULLAGE_FORE} {ULLAGE_AFT}10.22{/ULLAGE_AFT} {HOPPER_VOLUME}2555.2{/HOPPER_VOLUME} {DISPLACEMENT}4444.1{/DISPLACEMENT} {EMPTY_DISPLACEMENT}2345.0{/EMPTY_DISPLACEMENT} {DRAGHEAD_DEPTH_PORT}55.10{/DRAGHEAD_DEPTH_PORT} {DRAGHEAD_DEPTH_STBD}53.21{/DRAGHEAD_DEPTH_STBD} {PORT_DENSITY}1.02{/PORT_DENSITY} {STBD_DENSITY}1.03{/STBD_DENSITY} {PORT_VELOCITY}22.1{/PORT_VELOCITY} {STBD_VELOCITY}23.3/STBD_VELOCITY} {PUMP_RPM_PORT}55{/PUMP_RPM_PORT} {PUMP_RPM_STBD}54{/PUMP_RPM_STBD} {VALVE_1_LOCATION}Starboard Dragarm{VALVE_1_LOCATION} {VALVE_1_STATUS}open{/VALVE_1_STATUS} {VALVE_1_LATCHED}true{/VALVE_1_LATCHED} {VALVE_2_LOCATION}Port Dragarm{/VALVE_2_LOCATION} {VALVE_2_STATUS}closed{/VALVE_2_STATUS} {VALVE_2_LATCHED}false{/VALVE_2_LATCHED} {VALVE_3_LOCATION}Port Sea Chest{/VALVE_3_LOCATION} {VALVE_3_STATUS}closed{/VALVE_3_STATUS} {VALVE_3_LATCHED}false{/VALVE_3_LATCHED} {VALVE_4_LOCATION}Starboard Sea Chest{/VALVE_4_LOCATION}

SECTION 35 20 23.23 82 Page 12 West Coast Hopper Maintenance Dredging 2021

{VALVE_4_STATUS}open{/VALVE_4_STATUS} {VALVE_4_LATCHED}false{/VALVE_4_LATCHED} {PUMP_OUT_ON}false{/PUMP_OUT_ON} {/HOPPER_DATA_RECORD} {/HOPPER_DREDGING_DATA} {cr} {lf} {DREDGE_NAME}Essayons{/DREDGE_NAME} {HOPPER_DATA_RECORD} {DATE_TIME}04/11/2002 13:12:10{/DATE_TIME} {CONTRACT_NUMBER}GDSNWP-11-G-0001{/CONTRACT_NUMBER} {LOAD_NUMBER}102{/LOAD_NUMBER} {VESSEL_X coord_type="LL"}-80.123334{/VESSEL_X} {VESSEL_Y coord_type="LL"}10.123346{/VESSEL_Y} {PORT_DRAG_X coord_type="LL"}-80.1233372{/PORT_DRAG_X} {PORT_DRAG_Y coord_type="LL"}10.12336{/PORT_DRAG_Y} {STBD_DRAG_X coord_type="LL"}-80.123340{/STBD_DRAG_X} {STBD_DRAG_Y coord_type="LL"}10.123348{/STBD_DRAG_Y} {HULL_STATUS}CLOSED{/HULL_STATUS} {VESSEL_COURSE}259{/VESSEL_COURSE} {VESSEL_SPEED}3.5{/VESSEL_SPEED} {VESSEL_HEADING}300{/VESSEL_HEADING} {TIDE}-0.1{/TIDE} {DRAFT_FORE}10.00{/DRAFT_FORE} {DRAFT_AFT}15.15{/DRAFT_AFT} {ULLAGE_FORE}10.15{/ULLAGE_FORE} {ULLAGE_AFT}10.20{/ULLAGE_AFT} {HOPPER_VOLUME}2555.5{/HOPPER_VOLUME} {DISPLACEMENT}4444.0{/DISPLACEMENT} {EMPTY_DISPLACEMENT}2345.0{/EMPTY_DISPLACEMENT} {DRAGHEAD_DEPTH_PORT}55.15{/DRAGHEAD_DEPTH_PORT} {DRAGHEAD_DEPTH_STBD}53.19{/DRAGHEAD_DEPTH_STBD {PORT_DENSITY}1.00{/PORT_DENSITY} {STBD_DENSITY}1.01{/STBD_DENSITY} {PORT_VELOCITY}22.5{/PORT_VELOCITY} {STBD_VELOCITY}23.3/STBD_VELOCITY} {PUMP_RPM_PORT}55{/PUMP_RPM_PORT} {PUMP_RPM_STBD}54{/PUMP_RPM_STBD} {VALVE_1_LOCATION}Starboard Dragarm{VALVE_1_LOCATION} {VALVE_1_STATUS}open{/VALVE_1_STATUS} {VALVE_1_LATCHED}true{/VALVE_1_LATCHED} {VALVE_2_LOCATION}Port Dragarm{/VALVE_2_LOCATION} {VALVE_2_STATUS}closed{/VALVE_2_STATUS} {VALVE_2_LATCHED}false{/VALVE_2_LATCHED} {VALVE_3_LOCATION}Port Sea Chest{/VALVE_3_LOCATION} {VALVE_3_STATUS}closed{/VALVE_3_STATUS} {VALVE_3_LATCHED}false{/VALVE_3_LATCHED} {VALVE_4_LOCATION}Starboard Sea Chest{/VALVE_4_LOCATION} {VALVE_4_STATUS}open {/VALVE_4_STATUS} {VALVE_4_LATCHED} false{/VALVE_4_LATCHED} {PUMP_OUT_ON}false{/PUMP_OUT_ON} {/HOPPER_DATA_RECORD} {/HOPPER_DREDGING_DATA} {cr} {lf}

3.2.8 Data Reporting

The system must transmit correctly formatted event data XML strings to the

SECTION 35 20 23.23 82 Page 13 West Coast Hopper Maintenance Dredging 2021

DQM database continuously from mobilization until the last USACE post-dredging survey has been accepted. If the Internet connection (Paragraph 3.25,"Internet Access") is non-operable, manual backups from the dredge computer of the XML data string which would have been transmitted to the DQM computer over the serial connection must be performed for each day the device is inoperable and submitted to the DQM Support Center within 48 hours. This submission does not replace the requirement of correcting the issue affecting the automatic transmission of data. In the event of data transfer, transmission, or hardware failure, a manually recorded disposal log must be maintained. It must consist of a series of events. These events are start of dredging, end of dredging, pre-disposal, and post-disposal. Each event must include time stamp (GMT), position (Latitude and Longitude WGS84), draft, ullage, volume, and displacement. Disposal logs must be submitted on a daily basis to the COR during the time when the system is not operational.

3.2.9 Contractor Data Backup

a. The Contractor must maintain an archive of all data sent to the DQM computer during the dredging contract. The COR may require, at no increase in the contract price, that the Contractor provide a copy of these data covering specified time periods. The data must be provided in the XML format which would have been transmitted to the DQM computer. There must be no line breaks between the parameters; each record string must be on separate line. The naming convention for the files must be {dredgename}_{StartYYYYMMddhhmmss}_{EndYYYYMMddhhmmss}.txt. Data submission must be via storage medium acceptable to the COR.

b. At the end of the dredging contract, the Contractor must contact the DQM Support Center prior to discarding the data The DQM Support Center will verify that all data has been received and appropriately archived before giving the Contractor discard permission. The Contractor must record in a separate section at the end of the dredge's onboard copy of the DPIP the following information:

(1) Person who made the call

(2) Date of the call

(3) DQM representative who gave permission to discard

3.3 PERFORMANCE REQUIREMENTS

The Contractor's DQM system must be fully operational at the start of dredging operations and fully certified prior to moving dredge material on the contract (see Paragraph 1.4, "National Dredging Quality Management Program Certification"). To meet contract requirements for operability, in addition to certification, the Contractor's system must provide a data string with all values for all parameters while operating, as described in the specifications. Additionally, all hardware must be compliant with hardware requirements (Paragraph 3.2.1, "Computer Requirements"). Quality data strings are considered to be those providing values for all parameters reported when operating according to the specification. Repairs necessary to restore data return compliance must be made within 48 hours. Failure by the Contractor to report the required data within the specified time window for dredge measurements (see Paragraph 3.2.7, "Data Reporting Frequency," and Paragraph 3.2.9, "Data Reporting") will result in withholding of up to 10 percent of the contract progress payment per

SECTION 35 20 23.23 82 Page 14 West Coast Hopper Maintenance Dredging 2021

clause 52.232-5.

3.4 LIST OF ITEMS TO BE PROVIDED BY THE CONTRACTOR

DPIP https://dqm.usace.army.mil/Certifications/Index.aspx

DQM System Sensor instrumentation Paragraph 3.1, Requirements for Reported Data" DQM computer Paragraph 3.2, "National Dredging Quality Management Program System Requirements"

Dredge Data Event documentation Paragraph 3.2.8, "Data Reporting" Dredge data backups Paragraph 3.2.9, "Contractor Data Backup"

QA Equipment on the Dredge Dragarm depth chain Ullage tape Refractometer Water sampling device

-- End of Section --

SECTION 35 20 23.23 82 Page 15

Construction Project Identification Sign

Below are two samples of the Construc- with the full Corps Signature (reverse This sign is to be placed with the Safety tion Project Identification sign showing version) is to be screen-printed Commu- Performance sign shown on the following how this panel is adaptable for use to nication Red on the white background page. Mounting and fabrication details identify either military (top) or civil works The designation of a sponsor in the area are provided on page 16-4. projects (bottom). The graphic format for indicated is optional with Military or Civil this 4’x 6' sign panel follows the legend Works construction signs. Signs may list Special applications or situations not guidelines and layout as specified below. one sponsoring entity. If agreement on a covered in these guidelines should be The large 4’x 4' section of the panel on sponsor designation cannot be achieved, referred to the district Sign Program the right is to be white with black legend. the area should be left blank. Manager. The 2’x 4' section of the sign on the left

Legend Group 1: One- to two-line description of Corps relationship to project. Color: White

Typeface: 1.25" Helvetica Regular Maximum line length: 19”

Legend Group 2: Division or District Name (optional). Placed below 10.5” reverse Signature (6” Castle). Color: White Typeface: 1.25" Helvetica Regular

Legend Group 2a: Army Star logo. Placed below Corps Signature and Division or District Name. Size: 10.5” x 7.875”

Legend Group 3: One- to three-line project title legend describes the work being done under this contract. Color: Black Typeface: 3" Helvetica Bold Maximum line length: 42"

Legend Group 4: One- to two-line identification of project or facility (civil works) or name of sponsoring department (military). Color: Black Typeface: 1.5" Helvetica Regular Maximum line length: 42"

Cross-align the first line of Legend Group 4 with the first line of the Corps Signature (US Army Corps) as shown.

Legend Groups 5a-b: One- to five-line identification of prime contractors including: type (architect, general contractor, etc.), corporate or firm name, city, state. Use of Legend Group 5 is optional. Color: Black Typeface: 1.25" Helvetica Regular Maximum line length: 21"

All typography is flush left and rag right, upper and lower case with initial capitals only as shown. Letter- and word-spacing to follow Corps standards as specified in Appendix D.

Sign Legend Panel Post Specification Mounting Color Type Size (A) Size Size Code Height Bkg/Lgd CID-01 various 4’x6’ 4”x4” HDO-3 48” WH-RD/BK

A1-1 FLOATING PLANT INSPECTION CHECKLIST HOPPER DREDGE

NOTE: This is a checklist only and does not include ALL pertinent safety requirements. For detailed requirements, refer to EM 385-1-1, 30 November 2014

Contract No.:

Name of Plant: Hull Width/Length: Floating Load Handling Equipment on Board (Yes/No):

Contractor's Representative:

Representative's Title:

United States Coast Guard Certificate of Inspection - Expiration Date:

Stability Letter - Date Issued:

Date of QC Inspection:

Each employer shall furnish to each of its employees, employment, and place of employment, which are free from hazards (PL 91-596).

Note: Paragraph references in this table refers to paragraphs in EM 385-1-1 (30 November 2014).

Items Reference Meets 385 1-1 Remarks

(Brief description) (Section) (Yes/No) (If not applicable, or answer is contrary to requirement, explain in detail)

Emergency notification and emergency medical numbers posted? 01.A.07

AHAs developed and used by workers during work tasks? 01.A.14

Work hours/shifts require Fatigue Management Plan? Copy attached or 01.A.20 submitted to GDA

Sanitation inspection of food preparation areas (kitchen/dining area) - at 02.B.01.A least weekly and documented?

Housekeeping being maintained in all work areas aboard the vessel? 02.B.

Washing and toilet facilities maintained in a healthful and sanitary condition? 02.E/02.F

All showers provided hot and cold water from approved POTABLE water 02.G.02.c supply?

Food handlers (cooks or anyone that prepares food for others) have medical 02.J.06 statement?

Food handlers have minimum 8 hours of food service sanitation training 02.J.06 annually?

All galleys inspected for compliance with USPHS FDA Food Code at least 02.J.07 semi-annually?

At least 2 members of the crew on each watch qualified to administer first 03.A.02 aid & CPR? (no more than 2 years old)

First aid kits available (min. 1/25 workers), of proper type and well stocked? 03.A.03

First aid/CPR persons in the Bloodborne Pathogen Program, trained and provided protective equipment (gloves, breathing barriers, resuscitation 03.A.05/03.B equipment, etc.)?

Required personal protective and safety equipment based on AHA/PHA? 05.A/05.B Training in use, care and storage of PPE?(Attach training records)

05.B., 05.D, Crew using proper eye, foot, head, hand protection? 05.E, 05.H

A2-1 Items Reference Meets 385 1-1 Remarks

(Brief description) (Section) (Yes/No) (If not applicable, or answer is contrary to requirement, explain in detail)

All wearable PFDs shall be of an international orange (or orange/red) or 05.J.03 ANSI 107 yellow-green color

Each PFD shall be equipped with a USCG-approved automatically activated 05.J.04 light, unless projects performed exclusively during daylight hours

Noise surveys performed on all equipment, all "noisy areas"? Signs posted 05.C indicated hearing protection required and type (or noise level)?

Ring buoys, lifelines, water lights provided, properly located, in good 05.J.05/06 condition?

Properly equipped life-saving skiff provided? Lifesaving drills being 05.K performed (initially, at least monthly afterwards)?

Hazard control evaluation performed by IH or CP (whenever jobsite conditions/work could involve potential exposures to hazardous/toxic agents 06.A.02 or environments)?

Current (no older than 1 year) hazardous material inventory available 06.B (includes material, location (site map), quantity, use)?

Safety Data Sheets, SDSs (used to be Material Safety Data Sheets, MSDS) for each hazardous material in inventory available to workers and 06.B.01 employees trained in HAZCOM (documented)?

Emergency eyewashes readily available, produce 0.4 gpm for 15 minutes (minimum 6 gallons), can flush both eyes at simultaneously without use of 06.B.02 hands, pathway not blocked?

Plumbed emergency eyewashes provide POTABLE water, activated weekly, 06.B.02 inspected annually, documented?

Any lead containing materials or asbestos containing materials on-board? 06.C Labeled? Plan in place?

Any radiation sources used/on board? If so, NRC licensed? Radiation Safety 06.F Plan in place? (density gauge, etc.)

Crew perform any activates that could produce Chromium (VI) Exposure? Heating or welding on stainless steel, welding using rods or wire with 06.M chromium coating, use of/exposure to Portland Cement with high Chromium (VI) content, painting/paint removal operations?

Lighting requirements reviewed in AHA? Proper lighting supplied in all work areas, sites, vessels, etc. (Provide light meter/survey if 07.A./07.B unknown/questionable). Marine lighting IAW ABS.

Night operations lighting plan developed and on board? 07.B.06

Hot work performed? Fire watch? Hot work permit used? Min. 10 lb. fire 09.A.04 extinguisher?

All sources of ignition prohibited within 50 feet of operations with potential 09.A.06 fire hazard?

Flammable materials stored properly? 09.B

Proper number, type of fire extinguishers provided as required? Fully 09.F. charged, operable, accessible? Inspected monthly, documented?

Arc welding and cutting operations shielded by noncombustible or 10.A.04 flameproof screens, protection for others within 35 ft.?

Structural welding on critical items performed by Certified Welders? 10.A.07 Inspected by Certified Inspector?

Ventilation provided if welding/cutting performed in confined space? 10.C.03

Oxy-Fuel gas systems using cylinder-regulator-hose-torch have a reverse- flow check valve AND a flash arrestor on each hose, at torch unless 10.E.07 manufacturer states otherwise?

Electrically Qualified Person(s) identified, designated in writing, including 11.A.01 any limitations, performing any electrical work?

Arc Flash Surveys have been performed? Labeling? Training? Proper PPE 11.B available? SOPs in place?

A2-2 Items Reference Meets 385 1-1 Remarks

(Brief description) (Section) (Yes/No) (If not applicable, or answer is contrary to requirement, explain in detail)

Batteries stored in enclosures with outside vents or in a well- ventilated room and arranged to prevent the escape of fumes, gases or electrolyte spray into 11.G.01 other areas?

Lockout/tagout used when systems are de-energized? Both locks and tags used? Procedures in place? Personnel assigned roles and documentation of Section 12 all?

All hand and power tools in good condition with required guards in place? 13.A.

Are safety lashings and safety clips installed on all pneumatic tools and 13.D hoses?

Housekeeping (attach most recent daily inspection report) 14.D

Rigging Inspections performed by QR/CP each shift before use? Annually by QR or CP and documented? 15.A.01

Are positive latching devices used to secure loads? 15.A.04

Custom designed beams, clamp, etc., tested and marked? 15.A.05

All structural and mechanical lifting devices designed, tested and using IAW 15.A.06 ASME B30.20, Below the Hook Lifting Devices?

Qualified Rigger(s) identified, designated in writing along with rigging tasks? 15.B Only QRs perform rigging?

All slings manufactured, used, inspected and maintained according to ASME 15.D B30.9? Tagged/marked with manufacturer, WLL, #legs if more than 1?

Only alloy chain Grade 80 or higher used for rigging loads? 15.D.02

Rigging hardware, per ASME B30.26? Inspected each shift, at least 15.E annually?

Contractor has submitted, accepted Certificate of Compliance for all LHE on 16.A.02 site? (Attach copy)

Standard Lift Plans being prepared for every lift/series of lifts? 16.A.03

Work area control in accessible areas where equipment is rotating next to 16.A.13/16.G. fixed structure, min 24 in clearance, to allow passage of workers without 13 harm? Barricade swing radius to prevent worker from being struck?

Running lines within 6 ft-6 in of ground or working level guarded/restricted 16.A.14 by physical barriers to preclude injury?

Maintenance/repairs of LHE per manufacturer, documented and available 16.A.15 for length of contract? (Attach recent records of maintenance and repairs)

LHE operators certified, qualified and designated by employer in writing, including specific LHE on site. (attach proof of qualifications and 16.B designation prior to start of work)

Crane Operators certified by option 2? Attach records of last audit, letter 16.B.03.b from QP saying program meets 16.B.03.b

LHE Operator physical examination clearance (only clearance statement, no data), signed by MD or DO? Attach written/ signed documentation saying 16.B.04 exam meets EM 385-1-1, 16.B.04 and ASME B30 for acceptance prior to operating LHE.

All signal persons qualified by 3rd party Qualified Evaluator or employer's 16.B.06 Qualified Evaluator/LHE trainer? Attach documentation.

Inspection Criteria for LHE being performed? Attach last Monthly and 16.D Annual inspection results.

Safety Devices and Operational Aids required on all Cranes and Derricks in 16.E.03 place, functioning?

A2-3 Items Reference Meets 385 1-1 Remarks

(Brief description) (Section) (Yes/No) (If not applicable, or answer is contrary to requirement, explain in detail)

Operational Testing IAW 16.F.02? 16.F.02

Load Testing performed IAW 16.F.03? 16.F.03

All LHE has proper documents in cab? 16.G.01

Proper clearances are maintained at all times, during operation AND travel? 16.G.09-12

Accessible areas within the swing radius of the rear of the LHE’s rotating superstructure, either permanently or temporarily mounted, shall be 16.G.13 (b) barricaded to prevent an employee from being struck or crushed

All critical lifts identified and planned properly? Critical lift plans submitted 16.H for acceptance prior to lift?

Project has adequate means for monitoring local weather conditions, 16.I.01 including a wind-indicating device?

Using/Have Floating Cranes/ Derricks, Crane Barges, and Auxiliary shipboard mounted Cranes? Attach Navel Architectural Analysis, floating 16.L service load chart.

Additional inspection requirements for barges, pontoons, vessel or other 16.L.18 means of flotation used to support a land crane/Derrick

LHE -Supported personnel platforms and suspension system designed and 16.T certified by a registered professional engineer?

Machinery/mechanized equipment inspected/tested IAW manufacturer's recommendations/EM requirements? Certified in writing (Attach 18.G.02 documents)?

All floating plant regulated by the USCG has required, current USCG 19.A.01 documentation? Attach documents.

All licensed officers and crew have current documentation? 19.A.02

Operators of Uninspected Towing Vessels and Master and Pilots on radar- equipped vessels 26' or more have USCG Radar Observers endorsement 19.A.02 on license?

Plans prepared for marine emergencies: fire? Sinking? Flooding? Severe weather? Man overboard? Hazardous material incidents? Station bill 19.A.04 prepared and posted?

Are the following drills held and logged at least monthly? A. Boat or abandon ship drill? B. Fire drill? 19.A.04 C. Man overboard or rescue drill?

Is emergency lighting system inspected and tested monthly? 19.A.04

When crew is quartered, are smoke detectors installed and in good 19.A.05 operating condition?

Are all reciprocating, rotating and moving parts of winch gears and other 19.A.05 equipment properly guarded.

Escape hatches and emergency exits marked on both sides with letters, min 1 in high, stating "EMERGENCY EXIT - KEEP CLEAR."? 19.A.05.j

All receptacles in toilets, showers, galley, machinery spaces, weather deck, exterior or within 3' of any sink (grounded and have GFCI? Marked as 19.A.05.m such?

Shutoff valve installed at the engine end of the fuel line? (Unless the length 19.A.06 of the supply pipe is < 6 feet).

Fuel transfer procedures on board? 19.A.06

Shutoff valve installed at the fuel tank connections, can be operated from outside a compartment, outside the engine room, and outside the house 19.A.06 bulkheads?

A2-4 Items Reference Meets 385 1-1 Remarks

(Brief description) (Section) (Yes/No) (If not applicable, or answer is contrary to requirement, explain in detail)

When personnel are quartered, one person on watch at all times to guard against fire and provide watch person service? If not, automatic fire 19.A.07 detection/fire and emergency warning system?

Stumbling and tripping hazards painted yellow? Uncovered deck plate openings (e.g., around generators and main engines) outlined with yellow 19.A.07 paint?

Are non-slip surfaces provided on working decks, stair treads, ship ladders, 19.B. platforms, catwalks, and walkways?

Safe means of boarding/leaving floating plant and access provided, clear, unobstructed and minimum 18" wide? Gangways and ramps secured at one 19.B.02 end by at least one point on each side with lines or chains to prevent overturning? Standard guardrail?

Proper Marine Railings Types provided and in-place? 19.E.

Pressurized equipment and systems inspected and tested? Attach inspection 20.A and Test logs.

Compressed air used for cleaning reduced to 30 psi? NOT used for blowing 20.B.05 on body/clothing?

Oxygen and gas cylinders in storage separated by firewall or by distance of 20.D 20 feet?

Areas containing compressed gas cylinders in storage are appropriately 20.D.03 placarded?

Compressed gas cylinders separated from flammable or combustible 20.D.03 material by at least 40 ft.?

Protective caps installed on oxygen/fuel gas cylinder when stored, in transit, 20.D.07 or the regulator is not in place?

All compressed gas cylinders stored upright at all times? Secured against 20.D.10 falling?

Rescue plan and procedures developed? 21.M

All ladders inspected for defects? Any welding on ladders performed by 24.B.09 certified welder?

Oil spill response supplies on board and in adequate quantities? 28.A.01

Discharge placards for oil and garbage posted? 28.A.01

Inventory of confined spaces (both Permit-Required (PRCS) and Non-Permit- 34.A.04 Required (NPRC))? Attach.

PRCS and Potential PRCS have been Identified, labeled? 34.A.05 (a)

Competent Person for Confined spaces has been identified? Attach 34.A/34.B qualifications.

CSE Procedures have been developed for each space? Personnel have 34.A/34.B been trained?

Air monitoring equipment is on board? Who is qualified to use? History of 34.A/34.B air monitoring documented?

A2-5 A3 - 1 SPILL EMERGENCY - INITIAL REPORT FORM

1. Reporting Name: ______Responsible Party: ______2. Location of Spill (include County, Nearest Town, County, Township, Range, Rivermile) ______

3. Spill Description (time & date spilled, material involved, quantity) ______

4. Environmental Impacts: Air? Surface Water? Groundwater? Fish? Wildlife? ______

5. Reporting Tracking No. Date/Time POC National Response Center: ______Oregon Emergency Response System: ______Washington Emergency Management: ______

6. Incident Action Plan: Strategic Goals (what to do) and Tactical Objectives (who & how) Strategic Goals Tactical Objectives a. Perform Hazard Assessment ______b. Establish Site Security ______c. Establish Incident Command ______d. Evacuate Injured or Exposed ______e. Contain the Spill ______f. Control the Spill ______g. Initiate Cleanup ______

A4-1 DAILY DREDGE REPORT Multi-Load Data Sheet

DATE: mo/dy/year DREDGE: CAPACITY: MASTER: CONTRACT/ORDER NO.: W9172N20B0003 WORK TYPE MAINTENANCE DISTRICT: RATE: 0 LOAD STATION STATION PUMPS MINUTESYARDAGE MILES TOTAL AT DMPS MINUTES Non-Effective Work Time (NEWT) Entries LOAD HAND EST. NO. FROM TOSIDE START STOPDRAG CUTS TURNING PUMPINGLENGTH CYS SOUNDED TO DMPS TO CUTDISPL. SITE CELL START STOP TO DMPS AT DMPS TO CUT CYCLE PROJECT CHANNEL REMARKS 0 0000 START STOP TOTAL NEWT CATEGORY NEWT REMARKS NEWT TYPE 0 0000 0 0 0000 0 0 0000 0 0 0000 0 0 0000 0 0 0000 0 0 0000 0 0 0000 0 0 0000 0 0 0000 0 0 0000 TOTAL NEWT 0 0 0000 0 0000 NOTE: 0 0000 TO INSERT THE CURRENT TIME IN A CELL 0 0000 SELECT CELL AND PRESS CTRL, SHIFT, SEMI-COLON 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 0 0000 TOTALS: 0 0 0 0 0 0.0 0.0 0TOTALS: 0 0 0 0 Total NEWT 0 0 AVERAGES: 0 0 0 0 0.0 0.0 0 AVERAGES: 0 0 0 0 Daily Total 0

A5 - 1 e-ENG27-C Printed 12/13/2019 NWP HYDRO SURVEY REQUEST FORM Filled Out By Survey Requester PROJECT CONTRACT #: PROJECT BILLING ACCEPTANCE AREA DOWNSTREAM LIMIT: UPSTREAM LIMIT: TYPE OF SURVEY PRE-DRE POST-DRE CONDITIONAL Comments: OTHER

SURVEY METHOD: Desired Survey Date Date Ready SINGLE BEAM MULTI BEAM X-SECTION CHANNEL REQUESTED BY: DATE:

Filled Out By Requester

DATE RECEIVED: CONTOUR DEPTH: SIDE SLOPE:

COMPUTATIONS: COMPUTATION DEPTHS: YES NO COMPUTATION LIMITS:

SPECIAL INSTRUCTIONS

HYDROGRAPHIC TEAM NOTES

SURVEYED BY: DATE:

EDITED BY: DATE:

GAGE READER: GAGE SITE:

eHYDRO PROCESSED DATE: VESSEL:

FATHOMETER AND DRAFT SPEED SEA WIND WEATHER CONDITIONS CLASS ONE COMPARISON

MEAN DEVIATION: AVERAGE DEVIATION: REC'D:

IN-PLACE VOLUME COMPUTATION

SURVEY FILE NAME: NUMBER OF COMPS:

COMPS FILE NAME: X-SECTION PLOTS: TEMPLATE SETTINGS:

TEMPLATE (S): CONTOUR DEPTHS: SIDE SLOPE:

DEPTHS 1 2 3 4

COMPUTATIONS BY: CHECKED BY: DATE: date edited

A6-1 Attachment Replaced In It's Entirety From Original A7 - 1 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 2 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 3 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 4 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 5 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 6 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 7 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 8 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 9 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 10 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 11 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 12 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 13 Amendment 0001 Attachment Replaced In It's Entirety From Original A7 - 14 Amendment 0001 A8-1 A8-2 A8-3 A8-4 A8-5

November 3, 2020

U.S. Army Corps of Engineers Portland District Attn: Christopher Page P.O. Box 2946 Portland, OR 97208-2946

RE: 1st Amendment to 401 Water Quality Certification Order #19402 for Columbia River Federal Navigation Channel Ongoing Operations and Maintenance Dredging in Pacific, Wahkiakum, Cowlitz, Clark, and Skamania Counties, Washington

Dear Christopher Page:

Enclosed is an amendment to Water Quality Certification Order # 19402, issued on September 10, 2020, for the above project. We have also included a strikeout version of the Water Quality Certification that reflects the changes made. All other conditions of Water Quality Certification # 19402 remain in effect.

The purpose of this amendment is to provide clarity by adding information about authorized wetland impacts, adjust two conditions to better address management of disposal sites, and adjust the expiration date to ensure operations and maintenance work is authorized leading up to the development of the 20 year operations and maintenance plan by the Corps of Engineers.

If you have any questions, please contact Loree’ Randall at 360-485-2796. The enclosed Amendment may be appealed by following the procedures described in the Amendment.

Sincerely,

Brenden McFarland, Section Manager Environmental Review & Transportation Section, HQ Shorelands and Environmental Assistance Program e-cc: Chanda Littles, Corps of Engineers Ron Melin, Cowlitz County Dave Hicks, Wahkiakum County Mitch Nickolds, Clark County Alan Peters, Skamania County Lisa Hendrickson, Port of Longview Kim Marcotte, Anchor Derek Koellman, Anchor Miranda Adams, Ecology Loree’ Randall – Ecology [email protected]

IN THE MATTER OF GRANTING ) ORDER # 19402 A WATER QUALITY ) First Amendment CERTIFICATION TO ) Columbia River Operations & Maintenance Portland District Corps of Engineers ) In accordance with 33 U.S.C. 1341 ) (FWPCA §401), RCW 90.48.120, RCW ) 90.48.260 and Chapter 173-201A WAC )

TO: U.S. Army Corps of Engineers Portland District Attn: Christopher Page P.O. Box 2946 Portland, OR 97208-2946

On September 10, 2020, the Washington Department of Ecology (Ecology) issued a 401 Water Quality Certification to U.S. Army Corps of Engineers (Corps) for the above-referenced project pursuant to the provisions of 33 U.S.C. 1341 (FWPCA § 401).

Ecology received a request on September 28, 2020 requesting that the expiration date be extended to cover ongoing operations and maintenances leading up to the development of the 20 year maintenance plan. Other requested changes add information on authorized wetland impacts and provide clarity on conditions addressing management of upland disposal sites.

Order No. 19402 dated September 10, 2020 is hereby amended as follows:

I. The project description which reads:

The proposed project involves the on-going maintenance dredging of the Columbia River to the federally approved depth of 43 feet between Columbia River mile (CRM) 3.0 to CRM 145. The project also includes dredging various side channels along the river to their federally approved depths.

The dredging and disposal of sediment will occur in both Oregon and Washington. This 401 Certification only authorizes the dredging and disposal of sediment within Washington’s waters.

1. Maintenance Dredging  RM 3.0 to 105.4 – Maintenance dredging will occur to a depth of -48 feet (-43 feet with up to 5 feet of advanced maintenance depth) and overwidth dredging of up to 100 feet in selected high volume shoal areas.  RM 105.4 to 106.4 – Maintenance dredging will occur to a depth of -40 feet (-35 feet with up to 5 feet of advanced maintenance depth) and overwidth dredging of up to 100 feet in selected high volume shoal areas. First Amendment to Order #19402 Page 2 of 5 November 3, 2020

 RM 106.5 to 145 - Maintenance dredging to a depth of -19 feet (-17 feet with up to 2 feet of advanced maintenance depth) and up to 100 feet of over-width dredging where needed.

2. Side-channels

 Baker Bay West Channel dredging to -18 feet and overwidth where needed  Chinook Channel dredging to -12 feet and overwidth where needed  Skamokawa Creek dredging to -8.5 feet and overwidth where needed  Wahkiakum Ferry dredging to -11 feet and overwidth where needed  Old Mouth Cowlitz river dredging to -10 feet and overwidth where needed  Elochoman Slough: -12 feet and overwidth where needed  Lake River: - 8 feet and overwidth where needed

3. Sump Construction and Maintenance Dredging

 Puget Island Sump-Dredge to a depth of 44 ft.  Howard Island Sump-Dredge to a depth of 43 ft.

4. Shoreline Placement  Rice Island Dredged Material Placement Site at River Mile 21  Skamokawa Vista Park Placement Site at River Mile 33.4

Is replaced with:

The proposed project involves the on-going maintenance dredging of the Columbia River to the federally approved depth of 43 feet between Columbia River mile (CRM) 3.0 to CRM 145. The project also includes dredging various side channels along the river to their federally approved depths.

The dredging and disposal of sediment will occur in both Oregon and Washington. This 401 Certification only authorizes the dredging and disposal of sediment within Washington’s waters.

1. Maintenance Dredging  RM 3.0 to 105.4 – Maintenance dredging will occur to a depth of -48 feet (-43 feet with up to 5 feet of advanced maintenance depth) and overwidth dredging of up to 100 feet in selected high volume shoal areas.  RM 105.4 to 106.4 – Maintenance dredging will occur to a depth of -40 feet (-35 feet with up to 5 feet of advanced maintenance depth) and overwidth dredging of up to 100 feet in selected high volume shoal areas.  RM 106.5 to 145 - Maintenance dredging to a depth of -19 feet (-17 feet with up to 2 feet of advanced maintenance depth) and up to 100 feet of over-width dredging where needed. First Amendment to Order #19402 Page 3 of 5 November 3, 2020

2. Side-channels

 Baker Bay West Channel dredging to -18 feet and overwidth where needed  Chinook Channel dredging to -12 feet and overwidth where needed  Skamokawa Creek dredging to -8.5 feet and overwidth where needed  Wahkiakum Ferry dredging to -11 feet and overwidth where needed  Old Mouth Cowlitz river dredging to -10 feet and overwidth where needed  Elochoman Slough: -12 feet and overwidth where needed  Lake River: - 8 feet and overwidth where needed

3. Sump Construction and Maintenance Dredging

 Puget Island Sump-Dredge to a depth of 44 ft.  Howard Island Sump-Dredge to a depth of 43 ft.

4. Shoreline Placement  Rice Island Dredged Material Placement Site at River Mile 21  Skamokawa Vista Park Placement Site at River Mile 33.4

5. Puget Island Disposal & Wetland Impacts  Build permanent pipes extending through the existing levee to pump sediment to the disposal site  Place excavated material on adjacent property to address potential flooding resulting in 0.40 acres of permanent wetland impact

II. Condition number I. Duration of Certification A. which reads:

This 401 Certification shall become effective on September 10, 2020, and expires on December 31, 2021

Is replaced with:

This 401 Certification shall become effective on September 10, 2020 and expires on December 31, 2025.

Condition number V. Dredged Material Disposal, E.13 which reads

At Puget Island, side casting of excess construction access road building materials into waters of the state is prohibited.

Is replaced with:

First Amendment to Order #19402 Page 4 of 5 November 3, 2020

At Puget Island, excess material from construction access road building that is not placed on the adjacent property shall not be side cast into waters of the state.

III. Condition V. Dredged Material Disposal, E.9 is deleted:

Staging areas will be located a minimum of 50 feet and, where practical, 200 feet from waters of the state including wetlands. If a staging area must be located within 50 feet of waters of the state, then the Applicant shall provide a written explanation and obtain approval from Ecology’s Federal Permit Manager before placing the staging area in the 50 foot setback area.

No other conditions or requirements of the above referenced Order are affected by this amendment.

Ecology retains continuing jurisdiction to make modifications hereto through supplemental order, if it appears necessary to further protect the public interest.

Failure to comply with this amended Order may result in the issuance of civil penalties or other actions whether administrative or judicial, to enforce the terms of this amended Order.

YOUR RIGHT TO APPEAL You have a right to appeal this Order to the Pollution Control Hearing Board (PCHB) within 30 days of the date of receipt of this Order. The appeal process is governed by Chapter 43.21B RCW and Chapter 371-08 WAC. “Date of receipt” is defined in RCW 43.21B.001(2). To appeal you must do both of the following within 30 days of the date of receipt of this Order:  File your appeal and a copy of this Order with the PCHB (see addresses below). Filing means actual receipt by the PCHB during regular business hours.  Serve a copy of your appeal and this Order on Ecology in paper form - by mail or in person. (See addresses below.) E-mail is not accepted.

You must also comply with other applicable requirements in Chapter 43.21B RCW and Chapter 371-08 WAC.

First Amendment to Order #19402 Page 5 of 5 November 3, 2020

ADDRESS AND LOCATION INFORMATION

Street Addresses Mailing Addresses

Department of Ecology Department of Ecology Attn: Appeals Processing Desk Attn: Appeals Processing Desk 300 Desmond Drive SE PO Box 47608 Lacey, WA 98503 Olympia, WA 98504-7608

Pollution Control Hearings Board Pollution Control Hearings Board 1111 Israel Road SW PO Box 40903 STE 301 Olympia, WA 98504-0903 Tumwater, WA 98501

CONTACT INFORMATION Please direct all questions about this Order to:

Loree’ Randall Department of Ecology Headquarters P.O. Box 47600 Olympia, WA 98504-7600 360-407-6068 [email protected]

MORE INFORMATION  Pollution Control Hearings Board Website http://www.eluho.wa.gov/Board/PCHB  Chapter 43.21B RCW - Environmental and Land Use Hearings Office – Pollution Control Hearings Board http://app.leg.wa.gov/RCW/default.aspx?cite=43.21B  Chapter 371-08 WAC – Practice And Procedure http://app.leg.wa.gov/WAC/default.aspx?cite=371-08  Chapter 34.05 RCW – Administrative Procedure Act http://app.leg.wa.gov/RCW/default.aspx?cite=34.05

Brenden McFarland, Section Manager November 3, 2020 Shorelands and Environmental Assistance Program

NOT AN ORIGINAL!! THIS IS A COPY THAT REFLECTS ALL AMENDMENTS TO DATE 1st Amendment Changes are reflected Red

DEPARTMENT OF ECOLOGY

In the Matter of Granting a Water ) ORDER No. # 19402 Quality Certification to: ) Columbia River Operations and Maintenance Portland District Corps of Engineers ) (O&M) dredging and disposal from river mile In Accordance with 33 U.S.C. 1341 ) (RM) 3 and 145, including some side-channel [FWPCA § 401], RCW 90.48.260, ) dredging. RCW 90.48.120 and WAC 173-201A )

TO: U.S. Army Corps of Engineers Portland District Attn: Christopher Page P.O. Box 2946 Portland, OR 97208-2946

On June 1, 2020, the Portland District Corps of Engineers (Corps) submitted a request for a 401 water quality certification (401 Certification) from the State of Washington Department of Ecology (Ecology) pursuant to the provisions of 33 U.S.C. 1341 (FWPCA § 401). The Corps request is to continue Operations and Maintenance Dredging (O&M) of Columbia River Federal Navigation Channel between River Miles (RM) 3 to 145.

The proposed project involves the on-going maintenance dredging of the Columbia River to the federally approved depth of 43 feetbetween Columbia River mile (CRM) 3.0 to CRM 145. The project also includes dredging various side channels along the river to their federally approved depths.

The dredging and disposal of sediment will occur in both Oregon and Washington. This 401 Certification only authorizes the dredging and disposal of sediment within Washington’s waters.

1. Maintenance Dredging  RM 3.0 to 105.4 – Maintenance dredging will occur to a depth of -48 feet (-43 feet with up to 5 feet of advanced maintenance depth) and overwidth dredging of up to 100 feet in selected high volume shoal areas.  RM 105.4 to 106.4 – Maintenance dredging will occur to a depth of -40 feet (-35 feet with up to 5 feet of advanced maintenance depth) and overwidth dredging of up to 100 feet in selected high volume shoal areas.  RM 106.5 to 145 - Maintenance dredging to a depth of -19 feet (-17 feet with up to 2 feet of advanced maintenance depth) and up to 100 feet of over-width dredging where needed.

2. Side-channels Water Quality Certification Order No. 19402 Portland District Corps of Engineers Original issued September 10, 2020 Page 2

 Baker Bay West Channel dredging to -18 feet and overwidth where needed  Chinook Channel dredging to -12 feet and overwidth where needed  Skamokawa Creek dredging to -8.5 feet and overwidth where needed  Wahkiakum Ferry dredging to -11 feet and overwidth where needed  Old Mouth Cowlitz river dredging to -10 feet and overwidth where needed  Elochoman Slough: -12 feet and overwidth where needed  Lake River: - 8 feet and overwidth where needed

3. Sump Construction and Maintenance Dredging

 Puget Island Sump-Dredge to a depth of 44 ft.  Howard Island Sump-Dredge to a depth of 43 ft.

4. Shoreline Placement  Rice Island Dredged Material Placement Site at River Mile 21  Skamokawa Vista Park Placement Site at River Mile 33.4

5. Puget Island Disposal & Wetland Impacts  Build permanent pipes extending through the existing levee to pump sediment to the disposal site  Place excavated material on adjacent property to address potential flooding resulting in 0.40 acres of permanent wetland impact.

AUTHORITIES:

In exercising authority under 33 U.S.C. § 1341, 16 U.S.C. § 1456, RCW 90.48.120, and RCW 90.48.260, Ecology has examined this application pursuant to the following:

1. Conformance with applicable water quality-based, technology-based, and toxic or pretreatment effluent limitations as provided under 33 U.S.C. §1311, 1312, 1313, 1316, and 1317 (FWPCA § 301, 302, 303, 306 and 307);

2. Conformance with the state water quality standards contained in Chapter 173-201A WAC and authorized by 33 U.S.C. §1313 and by Chapter 90.48 RCW and with other applicable state laws; and,

3. Conformance with the provision of using all known, available and reasonable methods to prevent and control pollution of state waters as required by RCW 90.48.010.

WATER QUALITY CERTIFICATION CONDITIONS:

Through issuance of this Order, Ecology certifies that it has reasonable assurance that the Water Quality Certification Order No. 19402 Portland District Corps of Engineers Original issued September 10, 2020 Page 3 activity as proposed and conditioned will be conducted in a manner that will not violate applicable water quality standards and other appropriate requirements of state law. In view of the foregoing and in accordance with 33 U.S.C. §1341, RCW 90.48.120, RCW 90.48.260, and Chapter 173-201A WAC, water quality certification is granted to the Applicant subject to the conditions within this Order.

Ecology reserves the option to reassess the terms of this Order and amend or revoke, as necessary, in the event that:

1. new sources of potential contamination are discharged or otherwise stand to significantly affect the quality of sediments dredged from the lower Columbia River navigation channel; or,

2. new information indicates that dredging and/or disposal activities are having a significant adverse impact on water quality or characteristic uses of the lower Columbia River.

Certification of this proposal does not authorize the Applicant to exceed applicable state water quality standards (Chapter 173-201A WAC), or sediment quality standards (Chapter 173-204 WAC). Furthermore, nothing in this certification shall absolve the Applicant from liability for contamination and any subsequent cleanup of surface waters, ground waters or sediments occurring as a result of project construction or operations.

I. Duration of Certification A. This 401 Certification shall become effective on September 10, 2020, and expires on December 31, 2021.

A. This 401 Certification shall become effective on September 10, 2020, and expires on December 31, 2025.

B. Ecology is also rescinding Order number 9765 and any associated amendments effective September 10, 2020.

II. In-Water Work Windows A. In-water work is subject to fishery closure windows within the National Marine Fisheries Service (NMFS) 2012 Biological Opinion (2012 BiOp). III. Water Quality Monitoring A. The Corps shall implement the water quality monitoring as described in the Endangered Specifies Act Biological Opinion and Magnuson-Stevens Fishery Conservation and Management Act Essential Fish Habitat Response for the Reinitiation of the Columbia River Navigation Channel Operations and Maintenance Mouth of the Columbia River to Bonneville Dam, Oregon and Washington (NMFS Consultation Number 2011/02095) dated July 11, 2012. Any changes to monitoring procedures shall be submitted to Ecology for review and approval. Following Ecology’s approval the Corps shall implement proposed changes. Water Quality Certification Order No. 19402 Portland District Corps of Engineers Original issued September 10, 2020 Page 4

B. The Corps shall submit the Water Quality Monitoring data to Ecology upon request.

C. The Corps shall submit an annual monitoring report to Ecology. The report must include: i. monitoring locations; ii. background levels of turbidity; iii. turbidity measurements at required intervals and depths; iv. when/if the dredging or disposal was modified or stopped as a result of exceedances of levels of turbidity; v. what actions were taken to modify the dredging or disposal if the turbidity were exceeded and/or how long the activity was stopped; vi. what BMPs were implemented to bring the turbidity levels into compliance; and vii. when the activity began again.

D. If monitoring results demonstrate that the applicable water quality standards or project performance standards are not being met, Ecology may require additional monitoring.

IV. Dredging The Corps shall conduct its dredging activities according to the following conditions:

A. The following general condition applies to all dredging activities between Columbia River Mile (CRM) 3 and CRM 145:

1. Dredging operations shall be conducted in a manner that minimizes the disturbance or siltation of adjacent waters and prevents the accidental discharge of petroleum products, chemicals or other toxic or deleterious substances into waters of the State.

B. The following conditions apply to the specific dredging activity or the area of the river being dredged:

1. Clamshell Dredging:

a. Area of Mixing: The point of compliance shall be 900 feet downcurrent from the point of dredging and no more than 150 feet laterally from the vessel. b. Each pass of a clamshell bucket shall be complete with no material once in the bucket returned to the water. c. No dumping of partial or full buckets of material back into the project area is allowed. d. Control the volume, speed, or both of digging passes to minimize siltation. e. Large debris picked up by a clamshell dredge shall be removed from the dredged sediments prior to disposal at a flowlane disposal sites. Large debris includes old pilings or sinker logs [longer then three feet or greater than one foot in diameter], tree stumps, and man-made materials such as Water Quality Certification Order No. 19402 Portland District Corps of Engineers Original issued September 10, 2020 Page 5 scrap metals, car bodies, broken concrete or asphalt and the like.

2. Hopper and Pipeline Dredging:

a. Area of Mixing The point of compliance shall be 900 feet downcurrent from the point of dredging and no more than 150 feet laterally from the vessel. b. Hopper and pipeline dredges shall be operated with the intake at or below the surface of the sediments being removed during all periods of operation. c. Reverse purging of the intake line shall be held to an absolute minimum. d. If water is pumped through the dragheads to flush out the hopper dredge bins, the heads shall be at least twenty (20) feet below the water surface.

V. Dredged Material Disposal The Corps is proposing to dispose of the dredged material at a combination of the following sites: [1] in-water sites, such as re-handling and flowlane sites located in or near the mainstem reaches of the river; [2] shoreline or beach nourishment sites, and [3] upland sites.

A. The Corps shall continue to develop and implement a regional sediment management (RSM) program that encompasses this project as well as other Columbia River navigation projects. Highest priority shall be given to placing dredged material at sites that have been identified by state and federal resource agencies as utilizing the material beneficially. When available for use, the Corps shall fully integrate these beneficial use sites into this project.

B. Prior to each dredging cycle, the Corps shall contact the PSET agencies to determine whether additional sediment testing is required. If additional testing is required, no dredging or disposal shall be conducted until the material has been tested and a suitability determination has been issued. Areas have the following ranking in potential for contamination and the following recency determinations. Contact the PSET for a possible extension on any of these determinations.

Mainstem River Channel Lower Columbia River deep-draft Federal Navigation Channel River Miles 3 to 106.5 Ranking: Very Low Recency Determination Expires March 2026

Columbia River Federal Navigation Channel, Vancouver to the Dalles River Miles 106 to 192.5 Ranking: Very Low Recency Determination Expires January 2029

Water Quality Certification Order No. 19402 Portland District Corps of Engineers Original issued September 10, 2020 Page 6 Side Channels Baker Bay West Channel (Ilwaco Federal Navigation Channel) River Mile 3.2 Ranking & Recency Determination: inner channel (1+35 to 3+10) low/expiration date, October 2022 Ranking & Recency Determination: outer channel (0+00 to 1+35) very low/expiration date, Otober 2025

Chinook Federal Navigation Channel River Mile 5.0 Ranking: low Recency Determination expires October 2022

Skamokawa Creek Federal Navigation Side Channel River mile 33.5 Ranking: low Recency Determination expires April 2026

Eclochoman Marina and marina access channel River Mile 39.0 Ranking: low Recency Determination Expires August 2022

Wahkiakum Ferry Side Channel River Mile 43.5 Ranking: very low Recency Determination expires September 2023

Old Mouth Cowlitz River Federal Navigation Channel River Mile 67.7 Ranking: Low Recency Determination expires April 2026

Lake River Federal Navigation Channel River Mile 87.5 Ranking & Recency Determination: Laker-01 Very Low/expiration date, November 2028 Ranking & Recency Determination: Laker-02 to Laker-05 Moderate/expiration date, November 2023

C. Flowlane Disposal: The following conditions apply to disposal of dredged material in the flowlane of the Columbia River:

Water Quality Certification Order No. 19402 Portland District Corps of Engineers Original issued September 10, 2020 Page 7 1. Area of Mixing for disposal by hopper, bottom dump scow, or down spout: The point of compliance shall be 900 feet downcurrent from the point of discharge and no more than 150 feet laterally from the vessel.

2. Disposal of material shall be conducted in a manner that prevents mounding of the disposed material.

3. Flowlane disposal by a hopper dredge or a bottom dump scow is approved provided the disposal sites are located:

a. waterward of the minus 20-foot contour, Columbia River Datum (CRD); and, b. to the greatest extent practicable, flowlane disposal sites shall be selected so that disposal material (i) disperses into or immediately adjacent to the mainstem navigational channel; (ii) is not likely to cause significantly increased shoaling in downstream side channels or to shoreline facilities such as docks, wharfs, vessel slips and marinas; and (iii) is not likely to cause a significant adverse alteration of bottom habitats critical to the life history of white sturgeon.

4. Ecology will consider the use of alternative methods for flowlane disposal, such as a flat-topped barge unloaded by a small earth mover. However, the use of an alternative disposal method shall require special review and approval by Ecology under this Order prior to usage.

5. Flowlane sites may be used for the disposal of sediments dredged by pipeline provided the dredged material is discharged through a downspout that is lowered at least 20 feet into the water column.

D. Shoreline Disposal by Pipeline Dredge:

The following conditions apply to pipeline dredging operations that involve the unconfined or partially confined disposal of dredged material on or immediately adjacent to the shoreline. Historically, this manner of disposal has been used primarily for erosion control, such as to protect property or structures, to nourish actively eroding beaches, and to fill fish stranding sites. Shoreline disposal may also be done to enhance, restore or create various riverine habitat features such as a spit or lagoon.

Beach nourishment is the most common shoreline disposal activity and is done by pumping a slurry of sand and water directly onto an actively eroding beach. The sand settles out on the beach while the turbid water or runoff flows back into the river.

1. Area of Mixing: The point of compliance shall be 900 feet downcurrent from the discharge point. 2. Only clean dredged materials shall be placed at shoreline disposal sites authorized in this Order. Water Quality Certification Order No. 19402 Portland District Corps of Engineers Original issued September 10, 2020 Page 8 3. No petroleum products, chemicals or other tocix or deleterious matreials shall be allowed to enters waters of the state 4. All fuel and chemical shall be kept, stored, handled and used in a manner that prevents discharge or entry into waters of the state including wetlands. 5. All construction debris and other solid waster material shall be properly managed and disposed of in an upland disposal site approved by the appropriate regulatory authority.

6. Shoreline disposal operations, and particularly beach nourishment, may result in the placement of dredged material waterward of the ordinary high water mark. In such cases, the disposal site shall be regraded to an approximate slope of 10 to 15 percent, with no swales. 7. Impacts to riparian vegetation at shoreline disposal sites shall be avoided or minimized whenever possible. 8. Erosion control measures shall be carried out to prevent the wind erosion of dredged material back into the channel.

E. Upland Disposal by Pipeline Dredge: The following conditions apply to pipeline operations that pump dredged material to an upland site or confined disposal facility (CDF). Typically, a CDF consists of the following design features: [1] Earthen dikes that form the perimeter of the facility. [2] A weir structure that provides flow control and retention of the solid fraction of dredged material. [3] An outlet structure that conveys the turbid water fraction of dredged material [effluent] to a single point of discharge.

1. Area of Mixing [for Single-point Effluent Discharge]: The point of compliance shall be 300 feet downcurrent of the point of discharge. 2. Only clean dredged materials shall be disposed at CDF sites authorized under this Order. 3. All CDF sites shall have containment infrastructure that retains dredge material and water to allow for sediment settling. 4. Prior to using an CDF, all earthen dikes, weir structures, and outlets shall be inspected and repaired as needed. 5. Removal of any vegetation within a CDF placement site to prepare it for disposal of dredged material shall not result in bare soil areas within 100 feet of the outlet from the weir unless otherwise authorized by Ecology. 6. No petroleum products, chemicals or other toxic or deleterious materials shall be allowed to enter waters of the state. 7. All fuel and chemicals shall be kept, stored, handled and used in manner that prevents discharge or entry into waters of the state, including wetlands. 8. All construction debris and other solid waste material shall be properly managed and disposed of in an upland disposal site approved by the appropriate regulatory authority. 9. Staging areas will be located a minimum of 50 feet and, where practical, 200 feet from waters of the state including wetlands. If a staging area must be located Water Quality Certification Order No. 19402 Portland District Corps of Engineers Original issued September 10, 2020 Page 9 witin 50 feet of waters of the state, then the Applicant shall provide a written explanation and obtain approval from Ecology’s Federal Permit Manager before placing the staging area in the 50 foot setback area. 10. No equipment shall enter, operate, be stored or parked within any sensitive area except as specifically provided for in this Order. 11. Equipment left overnight within a CDF area shall have secondary containment to catch any leaks, drips, spills. 12. Fuel hoses, oil drums, or or fuel transfer valves and fittings, etc. shall be checked regularly dor drips or leaks, and shall be maintained and stored properly to prevent spills into state waters. 13. At Puget Island, side casting of excess construction access road building materials into waters of the state is prohibited. 13. At Puget Island, excess material from construction access road building that is not placed on the adjacent property shall not be side cast into waters of the state. 14. CDF Design and Operation. The following "best management practices" pertain to the design and operation of a CDF:

a. The CDF should be designed to provide the maximum practical degree of solids retention during operation, and for the entire life of the site. b. The outfall should be located so as to provide the maximum amount of dilution or dispersion of the effluent and to minimize any potential scour or erosion effects to more sensitive aquatic resources such as small tributaries and sloughs, shallow tide flats, and wetlands.

c. To the greatest extent practicable, CDF sites shall be stabilized to prevent significant offsite erosion of the dredged material by either water or wind transport.

VI. Wetland and Wildlife Mitigation

A. The mitigation sites shall be developed as described in the Columbia River Channel Improvement Project Supplemental Evaluation, August 2008.

B. The Cottonwood Island mitigation site shall employ the specific construction and maintenance elements, as described in the Statement of Work – Columbia River Channel Improvement – Mitigation Cottonwood Island Riparian Restoration (Corps document number W9127N-09-C-0046).

C. The Woodland Bottoms- Chumbley mitigation site shall employ specific construction and maintenance elements, as described in the Statement of Work – Columbia River Channel Improvement – Mitigation – Woodland Bottoms, Chumbley Riparian Restoration (Corps document number W9127N-09-C-0014).

D. The Corps shall monitor all mitigation sites for a period of 10 years after construction. A minimum of five monitoring events are required within that period, e.g. years 1, 3, 5, 7, 10. Water Quality Certification Order No. 19402 Portland District Corps of Engineers Original issued September 10, 2020 Page 10

VII. Reporting

A. The Corps shall compile and submit an annual report to Ecology no more than 90 days after the dredging season ends. The annual report shall include:

 locations dredging and disposal occurred;  amounts of material dredged and disposed of in all locations;  descriptions of upland disposal and beach nourishment locations, including BMPs employed and effectiveness of those BMPs at these sites;  and annual turbidity monitoring, including explanation of exceedances, s described in Condition III.C, of this Order.

B. The annual report shall be submitted via e-mail to [email protected] and cc to [email protected]. All reports shall be identified with the Order number, project name, project contact and the contact phone number.

VIII. Emergency and/or Contingency Measures

A. If dredging/disposal operations are found not to be in compliance with any of the provisions of this order, or result in conditions causing distressed or dying fish, the Corps shall immediately take the following actions:

1. Assess the cause of the water quality problem and take appropriate measures to correct the problem and/or prevent further environmental damage.

2. In the event of finding distressed or dying fish, the Corps shall collect fish specimens and water samples in the affected area and, within the first hour of such conditions, make every effort to have the water samples analyzed for dissolved oxygen and total sulfides. Ecology may require such sampling and analyses before allowing the work to resume.

3. Notify Ecology of the nature of the problem, any actions taken to correct the problem, and any proposed changes in operations to prevent further problems.

X. Spill Prevention and Control

A. Any discharge of oil, fuel, or chemicals into state waters, or onto land with a potential for entry into state waters, is prohibited.

B. Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc., shall be checked regularly for drips or leaks, and shall be maintained and stored properly to prevent spills into state waters. Proper security shall be maintained to prevent vandalism.

Water Quality Certification Order No. 19402 Portland District Corps of Engineers Original issued September 10, 2020 Page 11 C. In the event of a discharge of oil, fuel, or chemicals into state waters, or onto land with a potential for entry into state waters, containment and cleanup efforts shall begin immediately and be completed as soon as possible, taking precedence over normal work. Cleanup shall include proper disposal of any spilled substances and used cleanup materials.

D. Spills into state waters, spills onto land with a potential for entry into state waters, or other significant water quality impacts, shall be reported immediately to Ecology's Southwest Regional Office at (360) 407-6300 (a 24-hour phone number)

XI. Notification

A. The Corps or their designated contractor shall notify Ecology at least 14 days prior to the preconstruction meeting in any given year, at least 14 days prior to the scheduled start of dredging in any given year and upon completion of dredging and disposal operations covered by this Order in any given year. Notifications shall be sent to [email protected] and cc to [email protected].

XII. Other Requirements

A. Copies of this Order shall be kept on the job site and readily available for reference by the Corps of Engineers, Ecology personnel, the contractor, and other appropriate state and local government inspectors.

B. Ecology retains jurisdiction to make modifications hereto through supplemental order, if it appears necessary to protect the public interest during the construction and monitoring of this project.

XIII. Penalties

Failure to comply with this Order may result in the issuance of civil penalties or other actions, whether administrative or judicial, to enforce the terms of this Order. A10-1 A10-2 A10-3 A10-4 A10-5 A10-6 A10-7 A10-8 A10-9 A10-10 Water Quality Monitoring Plan Hopper Dredging and Placement Columbia River Federal Navigation Channel (RM -3 to 145) This plan is prepared in accordance with the following environmental clearances: A) 401 Water Quality Certificates: Mouth of the Columbia River (RM -3 to 3) State of Oregon Department of Environmental Quality, certificate dated 9 July 2012 State of Washington Department of Ecology, certificate dated 08 February 2018 Columbia River (RM 3 to 145) State of Oregon Department of Environmental Quality, certificate dated May 19, 2014, as amended State of Washington Department of Ecology, certificate dated 10 September 2020, as amended

B) Biological Opinion: Mouth of the Columbia River, Columbia River National Marine Fisheries Service, consultation number 2011/02095 dated 11 July 2012

The work procedures described herein have been coordinated with the States of Oregon and Washington and the National Marine Fisheries Service to ensure compliance with all applicable Water Quality Certificates and the Biological Opinion. All requirements of the state Water Quality Certificates and Biological Opinion apply.

If there is a discrepancy between this Monitoring Plan and the Water Quality Certificates or Biological Opinion, the more restrictive requirement applies.

Turbidity Monitoring Procedures

1. Visual observations of turbidity are acceptable. It is expected that turbidity at background and compliance locations will be observed from the dredge. Visual observations shall include notation of whether the water is clear (no visible turbidity) or cloudy (yes visible turbidity) at the observation point.

2. Background observations. Background visual observations for turbidity must be taken immediately prior to conducting the compliance observation. Background observations will be observed up-current of dredging and placement operations, within the authorized navigation channel if possible, well outside the influence of the dredging operation. Observing a location outside the influence of the dredging or placement operation is critical to ensuring valid compliance tests, and is the primary consideration when selecting a location for the background observation.

3. Dredging Compliance observations. Compliance observations must be taken during daylight hours, during active dredging, and in the turbidity plume if visible. Observation frequency and location are listed below.

Operation Frequency of Monitoring Compliance Observation Location 900 feet downcurrent from point of Dredging twice/day (ebb & flood) discharge and no more than 150 feet lateral

A11-1

4. Placement Compliance Sampling. Compliance observations must be taken during daylight hours, during active placement, and in the turbidity plume if visible. Observation frequency and location are listed below.

Operation Frequency of Monitoring Compliance Observation Location 900 feet downcurrent from point of Placement twice/day (ebb & flood) discharge and no more than 150 feet lateral

Notes:

1. Upcurrent & downcurrent locations for selecting observation points are determined by surface currents, not by tidal state.

2. Tidal state will be reported as the tide at the observation location as determined by the automatic tide gauge on the dredge, or by a published tide program specific to the area being tested.

3. Daylight hours are determined by the published times for sunrise and sunset. These will be noted on the water quality monitoring report.

4. Monitoring will generally be conducted mid-way through the dredging cycle or placement event, or after a sufficient amount of time has elapsed to ensure that the turbidity plume has had sufficient time to reach the compliance observation location. This would generally be several minutes after a cycle or event commences.

Compliance

Turbidity must be observed and recorded as described above. All observations must be recorded. Results must be compared to the background observation taken during that monitoring event.

The observation of the turbidity plume at the compliance location is considered an exceedance.

If exceedances occur at two consecutive monitoring intervals, the activity must stop until the turbidity levels return to background (as observed by another visual sample). At that time, activity may resume with the minimum frequency of monitoring while maintaining compliance.

Turbidity Level Action Required at 1st Action Required at 2nd Background Background Monitoring Interval Monitoring Interval <50 NTU ≥ 50 NTU 0 to 5 NTU 10% or less Continue to monitor at next Continue to monitor at next above over interval interval background background Greater than Greater than Modify activity and Stop activity until levels return to 5 NTU 10% over continue to monitor at next background and then continue to above background interval monitor at next interval background

A11-2 During additional observations to determine when levels return to background, a new background observation of turbidity will be recorded if it appears that conditions have changed such that the background observation may be invalid, or if up to two hours have passed. If a new background observation is obtained, the reason therefore must be clearly annotated on the water quality monitoring report.

Activity Modifications and Stopping Activity

Dredging

1. Hopper Dredging Activity: a. Modification of the hopper dredging activity means that the dredge cannot pass back over the point where the exceedance was observed while completing the dredging load. Dredging may continue while moving away from the area, but no dredging can occur in the area where the exceedance was observed until turbidity has returned to acceptable levels. The mate’s screen will be marked with the position of the dredge when the exceedance was observed to ensure that the dredge does not pass back over this point while filling the hopper. This may necessitate frequent moves or additional transit time, especially during clean-up operations. b. Stopping the hopper dredging activity could be any of the following actions: i. Stop dredging and transit to the placement site. ii. Stop dredging and move to a different dredging location well away from the area where an exceedance was observed. iii. Stop dredging and stand by. Dredging may not resume at the same dredging location where the exceedance was observed until an additional observation indicates turbidity has returned to acceptable levels.

Flowlane/In-Water Placement

1. Hopper Dredge Placement: Flowlane/in-water placement by a hopper dredge is anticipated to be a short term discrete event. Because of the short term nature of the placement event, the dredge will not be expected to stop placing the current load if an exceedance is observed during placement. However, once an exceedance has been observed, all further placement operations at that placement site must be stopped until an additional observation indicates turbidity has returned to acceptable levels. It is anticipated that turbidity levels will return to background before the next scheduled placement event.

Reporting

Daily Water Quality Monitoring Report. There must be a water quality monitoring report completed for each day that there is scheduled activity – if no activity actually occurs during a monitoring interval (i.e. the dredge is down for repairs), there must be an explanation in the Remarks column. Example reporting form for visual turbidity monitoring is attached. The following data will be included:

1. Date 2. Published times for sunrise and sunset 3. Observation (Background, compliance, return to background) 4. Observation Location 5. Dredge Order/Contract Number 6. Project Name and location; for example, “Columbia River Maintenance Dredging, Flavel Bar” 7. Placement Site 8. Tidal State (ebb/flood/slack), at the observation location

A11-3 9. Load Number 10. Time 11. Remarks – the remarks column will contain any statements necessary to explain the data including the following:

a. Delays in the testing cycle and the reason therefore (for example if the dredge was down for repairs, or if the dredging cycle was longer than the required testing frequency) b. Locations where water quality criteria were exceeded, along with actions taken (i.e. was the operation modified or stopped) c. Additional observations taken to confirm exceedance or return to background, this must be noted d. If operation is modified or stopped as a result of an exceedance: what time the modification or stoppage began, how long it lasted, and what time operations resumed e. Best Management Practices used to bring the levels back into compliance

A11-4 Water Quality Monitoring Report - Visual Observations

Date (mm/dd/yy): Contract #: Dredge Name: Sunrise/Sunset (hh:mm): Cotnract Name: Dredge Type: Captain:

Compliance Point Exceedance: Background Point 900 feet down current, no visible turbidity at Activity upcurrent and outside the area of less than 150 feet laterally Background Point and yes Remarks Load # Tidal State Time Channel Name (Dredging) Channel Station (Dredging) (Dredging) influence (dredging or placement) from dredging or visible turbidity plume at If in Exceedance: Action Taken, time activity stopped, resumed and duration of stoppage Visible Turbidity (yes/no) placement Compliance Point Visible Plume (yes/no) (yes/no)

Form dated 27-Aug-2014

A11-5 Unsafe Water Quality Monitoring Conditions Worksheet

Project Information Date & Time Monitoring Vessel Location(s) & action(s) Tide (ebb and/or flood)

Third Party Contacted (check one) Contact Info MCR Recorded Message (360) 642-3565 USCG Watch Stander (360) 642-2382 or Marine Radio Channel 13 Columbia River Bar Pilot (Bar to Astoria) (503) 325-2641 or Marine Radio Channel 13 Columbia River Pilot (Astoria to Portland) (503) 289-9922 or Marine Radio Channel 13

Criteria in Question Visibility (miles) Wind (kts, steady and gusts) Wave Height (feet) Current (kts) Precipitation (type)

Title Name Decision (Monitoring is Safe or Unsafe) Dredge Captain Launch Operator Third Party

Notes

A11-6 PLACEHOLDER

A12-1

SAMPLE

A13-1 SAMPLE

A13-2 SAMPLE

A13-3 SAMPLE

A13-4 SAMPLE

A13-5 SAMPLE

A13-6 West Coast Hopper Maintenance Dredging 2020

USACE Contract Number: W9127NYYC#### Disposal Report Site - SWS Load - 274 Cell - 72 Time X Y Begin Disposal 2020-08-23 21:47:58 7288596 961108 End Disposal 2020-08-23 22:05:49 7289409 962481 Disposal Volume 4980 Cu yd Plan SWS-2-1

Disposal Map

Load – 274 (2020-08-23 22:05:51) Page 1 of 3 West Coast Hopper Maintenance Dredging 2020

USACE Contract Number: W9127NYYC####

Disposal Distribution Summary

Draft vs Distance

Load – 274 (2020-08-23 22:05:51) Page 2 of 3 West Coast Hopper Maintenance Dredging 2020

USACE Contract Number: W9127NYYC####

Ullage sensor readings

Sensor Reading in feet

Port Aft (NU1) 27.7

Port Aft Mid (NU2) 29.1

Port Mid (NU3) 28.9

Port bow mid (NU4) 30.6

Port Bow (NU5) 36.8

Stb Bow (NU6) 27.6

Stb bow mid (NU7) 27.8

Stb Mid (NU8) 29.8

Stb Aft Mid (NU9) 32.2

Stb Aft (NU10) 36.4

Average Reading: 30.7

Volume: 4980

Load – 274 (2020-08-23 22:05:51) Page 3 of 3 West Coast Hopper Maintenance Dredging 2020

USACE Contract Number: W9127NYYC#### Disposal Report Site - NJS Load - 273 Cell - 2 Time X Y Begin Disposal 2020-08-23 19:14:37 7295868 966974 End Disposal 2020-08-23 19:33:56 7297612 968129 Disposal Volume 7062 Cu yd Plan NJS-2

Disposal Map

Load – 273 (2020-08-23 19:33:58) Page 1 of 3 West Coast Hopper Maintenance Dredging 2020

USACE Contract Number: W9127NYYC####

Disposal Distribution Summary

Draft vs Distance

Load – 273 (2020-08-23 19:33:58) Page 2 of 3 West Coast Hopper Maintenance Dredging 2020

USACE Contract Number: W9127NYYC####

Ullage sensor readings

Sensor Reading in feet

Port Aft (NU1) 19.0

Port Aft Mid (NU2) 19.7

Port Mid (NU3) 21.9

Port bow mid (NU4) 23.2

Port Bow (NU5) 28.4

Stb Bow (NU6) 19.3

Stb bow mid (NU7) 20.1

Stb Mid (NU8) 22.1

Stb Aft Mid (NU9) 24.4

Stb Aft (NU10) 28.5

Average Reading: 22.7

Volume: 7062

Load – 273 (2020-08-23 19:33:58) Page 3 of 3 West Coast Hopper Maintenance Dredging 2020

USACE Contract Number: W9127NYYC#### Disposal Report Site - DWS Load - 334 Cell - A Time X Y Begin Disposal 2020-09-02 01:51:46 7256781 938333 End Disposal 2020-09-02 02:00:00 7255907 938629 Disposal Volume 7789 Cu yd Plan DWS-1

Disposal Map

Load – 334 (2020-09-02 02:00:01) Page 1 of 3 West Coast Hopper Maintenance Dredging 2020

USACE Contract Number: W9127NYYC####

Disposal Distribution Summary

Draft vs Distance

Load – 334 (2020-09-02 02:00:01) Page 2 of 3 West Coast Hopper Maintenance Dredging 2020

USACE Contract Number: W9127NYYC####

Ullage sensor readings

Sensor Reading in feet

Port Aft (NU1) 17.9

Port Aft Mid (NU2) 17.4

Port Mid (NU3) 18.0

Port bow mid (NU4) 21.6

Port Bow (NU5) 24.4

Stb Bow (NU6) 17.1

Stb bow mid (NU7) 17.5

Stb Mid (NU8) 17.7

Stb Aft Mid (NU9) 21.6

Stb Aft (NU10) 25.3

Average Reading: 19.9

Volume: 7789

Load – 334 (2020-09-02 02:00:01) Page 3 of 3 North Coast Hopper Maintenance Dredging - 2012      USACE Contract: W9127N-12-C-0008

Daily Disposal Summary for 2012-07-27

Date Load Disposal Cell Start End Start Disposal Start Disposal End Disposal End Disposal # Site Disposal Disposal X Y X Y 07/27/2012 174 SWS 023 01:24 01:41 7287460 962180 7290804 964065 07/27/2012 175 SWS 046 04:23 04:40 7297247 963407 7287204 962726 07/27/2012 176 SWS 082 07:06 07:25 7292542 964077 7287754 961656 07/27/2012 177 DWS 007 15:00 15:06 7261812 944102 7260853 944075 07/27/2012 178 SWS 063 20:36 20:56 7292412 964559 7286816 962471 07/27/2012 179 SWS 050 23:37 23:52 7286926 960463 7290072 963405 SAMPLE

2012-07-27 Page1of2

A16-1 North Coast Hopper Maintenance Dredging - 2012      USACE Contract: W9127N-12-C-0008

24-Hour Displacement Profile for 2012-07-27

20000

18000 16000 SAMPLE 14000 Displacement (ton)

12000

10000 Load 174 Load 175 Load 176 Load 177 Load 178 Load 179 00:00 02:00 04:00 06:00 08:00 10:00 12:00 14:00 16:00 18:00 20:00 22:00 00:00 Time

2012-07-27 Page2of2

A16-2 North Coast Hopper Maintenance Dredging - 2012      USACE Contract: W9127N-12-C-0008

Daily Load Placement Summary for SWS

Cell # Allowable Cumulative Loads Cell # Allowable Cumulative Loads Cell # Allowable Cumulative Loads Loads Loads Today Loads Loads Today Loads Loads Today 1 LCZ 0 0 31 1 0 0 61 1 0 0 2 LCZ 0 0 32 LCZ 1 0 62 1 0 0 3 LCZ 0 0 33 1 0 0 63 LCZ 1 1 4 LCZ 0 0 34 LCZ 1 0 64 1 1 0 5 LCZ 0 0 35 1 0 0 65 LCZ 1 0 6 LCZ 0 0 36 1 0 0 66 1 0 0 71 0 0 37 1 0 0 67 LCZ 0 0 8 LCZ 1 0 38 1 0 0 68 1 1 0 9 LCZ 0 0 39 LCZ 1 0 69 2 0 0 10 LCZ 0 0 40 LCZ 0 0 70 2 0 0 11 LCZ 0 0 41 LCZ 0 0 71 1 1 0 12 LCZ 0 0 42 LCZ 0 0 72 2 0 0 13 1 0 0 43 LCZ 0 0 73 2 0 0 14 1 0 0 44 1 0 0 74 1 0 0 15 1 0 0 45 1 0 0 75 1 0 0 16 1 0 SAMPLE0 46 LCZ 1 1 76 1 0 0 17 LCZ 0 0 47 LCZ 1 0 77 1 0 0 18 LCZ 0 0 48 LCZ 1 0 78 1 0 0 19 LCZ 1 0 49 LCZ 1 0 79 1 0 0 20 LCZ 0 0 50 LCZ 1 1 80 1 0 0 21 LCZ 0 0 51 1 0 0 81 1 0 0 22 LCZ 0 0 52 1 0 0 82 1 1 1 23 LCZ 1 1 53 1 0 0 83 2 0 0 24 1 0 0 54 1 0 0 84 2 0 0 25 1 0 0 55 1 0 0 85 LCZ 1 0 26 LCZ 0 0 56 1 0 0 86 1 0 0 27 LCZ 0 0 57 1 0 0 Totals 53 18 5 28 LCZ 0 0 58 1 0 0 29 LCZ 0 0 59 1 0 0 30 LCZ 0 0 60 1 0 0

2012-07-27 Page1of4

A16-3 North Coast Hopper Maintenance Dredging - 2012      USACE Contract: W9127N-12-C-0008

Daily Load Placement Summary Map for SWS Diposal-cell Ratios represent Daily Loads : Total Loads LCZ 1 Remain 48 0:1 0:067 2 Remain 0:066 0:0 0:147 86 31 0:1 0:0 65 0:185 1:146 0:164 0:0 0:0 84 30 45 1:1 18 0:0 63 0:083 0:0 0:044 0:062 1:1 0:029 82 0:043 0:0 0:0 61 0:0 8 17 0:028 0:0 81 0:0 42 0:0 0:1 16 0:0 60 0:080 27 0:041 0:0 0:059 0:0 15 0:026 79 0:0 7 0:040 2 0:0 0:058 0:0 14 0:025 78 0:0 0:0 6 SAMPLE0:139 0:0 0:0 57 0:0 13 0:024 77 0:0 5 0:038 0:0 0:056 0:0 0:0 1 12 1:123 76 0:0 4 0:037 0:0 0:011 55 0:0 0:022 75 0:0 3 0:036 0:0 0:010 54 0:0 0:021 0:0 74 0:0 9 35 0:0 0:0 53 0:073 20 0:134 0:052 0:0 0:119 72 0:033 0:0 51 0:171 0:132 1:1 50 0:070 0:1 49 0:069 0:168

2012-07-27 Page2of4

A16-4 North Coast Hopper Maintenance Dredging - 2012      USACE Contract: W9127N-12-C-0008

1-Day Trip Plot for SWS

LCZ 1 Remain 48 67 2 Remain Load-174 66 47 86 Load-175 31 65 85 Load-176 46 64 84 Load-178 30 45 18 63 83 Load-179 44 29 82 43 61 62 8 17 81 28 42 16 60 80 27 41 15 59 79 7 26 2 40 58 14 25 78 6 SAMPLE39 13 24 77 5 38 1 12 56 57 76 4 23 37 11 55 22 75 3 36 54 10 21 74 35 9 53 20 73 34 52 19 72 33 51 71 32 50 70 49 69 68

2012-07-27 Page3of4

A16-5 North Coast Hopper Maintenance Dredging - 2012      USACE Contract: W9127N-12-C-0008

7-Day Trip Plot for SWS

LCZ 1 Remain 48 67 2 Remain 66 47 86 31 65 85 46 64 84 30 45 18 63 83 44 29 82 43 61 62 8 17 81 28 42 16 60 80 27 41 15 59 79 7 26 2 40 58 14 25 78 6 SAMPLE39 13 24 77 5 38 1 12 56 57 76 4 23 37 11 55 22 75 3 36 54 10 21 74 35 9 53 20 73 34 52 19 72 33 51 71 32 50 70 49 69 68

2012-07-27 Page4of4

A16-6 North Coast Hopper Maintenance Dredging - 2012      USACE Contract: W9127N-12-C-0008

1-Day Trip Plot for DWS

Load-177

4

3 8

SAMPLE2 7

1 6

5

2012-07-27 Page1of2

A16-7 North Coast Hopper Maintenance Dredging - 2012      USACE Contract: W9127N-12-C-0008

7-Day Trip Plot for DWS

4

3 8

SAMPLE2 7

1 6

5

2012-07-27 Page2of2

A16-8 " General Decision Number: OR20210002 01/01/2021

Superseded General Decision Number: OR20200002

State: Oregon

Construction Types: Heavy Dredging

Counties: Oregon Statewide. STATEWIDE

SELF-PROPELLED HOPPER DREDGING

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

Modification Number Publication Date 0 01/01/2021

SUOR1991-002 09/01/1991

STATEWIDE

Rates Fringes

Self-Propelled Hopper Dredge, Drag Tender...... $ 8.78 4.23+a

FOOTNOTE: a. Nine paid holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Paul Hall's Birthday (August 20th), Veterans Day, Thanksgiving Day and Christmas Day. ------A16-1 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

======

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

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

------

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

Union Rate Identifiers

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

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

Survey Rate Identifiers

Classifications listed under the ""SU"" identifier indicate that A16-2 no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

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

Union Average Rate Identifiers

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

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

------

WAGE DETERMINATION APPEALS PROCESS

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

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

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

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

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. A16-3 1/20/2021 beta.SAM.gov | Search 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 "

A16-4 "General Decision Number: WA20210003 01/01/2021

Superseded General Decision Number: WA20200003

State: Washington

Construction Types: Heavy Dredging

Counties: Washington Statewide. STATEWIDE

SELF-PROPELLED HOPPER DREDGING

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

Modification Number Publication Date 0 01/01/2021

SUWA1993-015 09/01/1991

Rates Fringes

Self-Propelled Hopper Dredge, Drag Tender...... $ 8.78 4.23+a

FOOTNOTE: a. Nine paid holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Paul Hall's Birthday (August 20th), Veterans Day, Thanksgiving Day and Christmas Day. ------

WELDERS - Receive rate prescribed for craft performing A17-1 operation to which welding is incidental.

======

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

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

------

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

Union Rate Identifiers

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

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

Survey Rate Identifiers

Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average A17-2 rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

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

Union Average Rate Identifiers

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

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

------

WAGE DETERMINATION APPEALS PROCESS

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

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

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

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

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

A17-3 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 "

A17-4 "General Decision Number: CA20210006 01/01/2021

Superseded General Decision Number: CA20200006

State: California

Construction Type: Heavy Hopper Dredge Work

Counties: California Statewide.

HOPPER DREDGE CONSTRUCTION PROJECTS

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

Modification Number Publication Date 0 01/01/2021

SUCA1985-002 01/01/1985

Rates Fringes

Self-Propelled Hopper Dredge Drag tender...... $ 8.78 4.23

FOOTNOTE: Nine paid holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Paul Hall's Birthday (Aug. 20th), Veterans Day, Thanksgiving Day and Christmas Day.

------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. A18-1 ======

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

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

------

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

Union Rate Identifiers

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

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

Survey Rate Identifiers

Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that A18-2 classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

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

Union Average Rate Identifiers

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

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

------

WAGE DETERMINATION APPEALS PROCESS

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

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

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

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

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 A18-3 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 "

A18-4 OVERFLOW REPORT Date Load Start Pumps Stop Pumps Turning Pumping Total Cubic Yards Project Channel DMPS Site DMPS Cell Overflow Start Time Minutes after Midnight Delay Total Overflow Average Overflow Time

A19-1 OREGON - WASHINGTON - COLUMBIA RIVER – Dredging Operations Dredging operations are planned or in progress at the following locations: Dredge Assist Channels Start Date End Date Times Location Disposal Area LNM Name/Type Vessel Monitored Miller Sands Range, Columbia Terrapin Mon-Sun Thames 13 and 16 RM 24, North, 19 Aug 11 20 Aug 11 River, (RM 24+00+00 to Island 24 Hours River VHF-FM Outside Channel 25+00+00) (Hopper)

*US Army Corps of Engineer dredges request mariners transit at their slowest safe speed to minimize wake when in the vicinity of a dredge and proceed after passing arrangements have been made.

A20-1 ATTACHMENT A12

DEPARTMENT OF THE ARMY PORTLAND DISTRICT, CORPS OF ENGINEERS P.O. BOX 2946 PORTLAND, OREGON 97208-2946 REPLY TO ATTENTION OF

Contracting Division 21 December 2017

SUBJECT: Solicitation No. W9127N18B0001; West Coast Hopper Dredging 2018

NOTICE TO LARGE BUSINESS FIRMS

Please see FAR Clauses 52.219-8, “Utilization of Small Business Concerns (Nov 2016)” and 52.219-9, "Small Business Subcontracting Plan (Jan 2017).” Large business concerns submitting offers of $700,000 or more for supplies or services or $1,500,000 for construction are required to submit a subcontracting plan as part of their proposal. The plan must express goals in terms of percentages of total planned subcontracting dollars and must be comparable to the dollar commitments in the small business participation plan, if applicable.

DEFINITIONS: • Subcontract means any agreement (other than one involving an employer-employee relationship) entered into by a Government prime contractor or subcontractor calling for supplies and/or services required for performance of the contract, contract modification, or subcontract.

• 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 and size standards in FAR 19.102. 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.

• Floor is the term the U.S. Army Corps of Engineers uses to replace goal. It represents the minimum level for small business performance.

• Electronic Subcontracting Reporting System (eSRS) means the Government wide, electronic, web-based system for small business subcontracting program reporting. The eSRS is located at http://www.esrs.gov.

The following floors are considered reasonable and achievable during the performance of the contract resulting from this solicitation and are included for information purposes. Final floors will be negotiated prior to contract award, and subcontracting plan will then become a material part of the contract.

a. 25% of the total subcontracted dollar value will be placed with all small business concerns. For the purpose of this subcontracting plan, Small Disadvantaged Business (SDB), Women-owned Small Business (WOSB), HUBZone Small Business, Veteran-owned Small Business, and Service Disabled Veteran-owned Small Business concerns are subsets of small business concerns.

A21-1 b. 2% of the total subcontracted dollar value will be placed with small disadvantaged business concerns or Historically Black Colleges and Universities or Minority Institutions. To be considered a small disadvantaged business concern, business must be certified by the Small Business Administration in addition to meeting the definition under FAR Clause 52.219-8(c)(3).

c. 2% of the total subcontracted dollar value will be placed with small women-owned business concerns. Women-owned business concerns may meet the definition of a small disadvantaged business. If so, it will also be considered a subset of a small disadvantaged business concern.

d. 2% of the total subcontracted dollar value will be placed with HUBZone small business concerns. To be considered a HUBZone small business concern, business must be certified by the U.S. Small Business Administration in addition to meeting the definition under FAR Clause 52.219-8(c)(3).

e. 5% of the total subcontracted dollar value will be placed with Veteran-owned small business concerns.

f. 3% of the total subcontracted dollar value will be placed with Service Disabled Veteran- owned small business concerns.

Floors included in any proposed plan should be at least equal to the recommended floors. If lesser floors are proposed, include an explanation for how those floors and the overall plan represent best efforts to comply with the policy outlined in the contract clauses.

The proposed subcontracting plan must address how the offeror will maximize subcontracting opportunities within the small business communities of the project location. Demonstrated outreach efforts through conference attendance, use of SAM.gov, and corporate support of the Small Business Program Liaison Officer and Small Business Program must be addressed in the proposed subcontracting plan.

Subcontracting plans will be evaluated using Appendix DD to the Army Federal Acquisition Regulation Supplement (AFARS) 5119.705-4(d) to determine the offeror’s ability to carry out the terms and conditions set forth in the contract clauses. If discussions during this review raise doubts regarding intentions or ability to comply with contractual obligations, it could result in disqualification for award. Failure to receive a subcontracting plan rating of Acceptable could jeopardize the offeror’s selection for contract award.

A sample subcontracting plan format, which can be used as a guide, is attached. Use of this format is not mandatory and does not guarantee acceptance. It is recommended that subcontracting plans reflect, at minimum, what is described in the attached sample.

Should you have any questions or need assistance in developing a subcontracting plan please call Carol McIntyre at (503) 808-4602.

Sincerely,

Kimberly A. Kovar Contracting Officer Enclosure

A21-2 SMALL, SMALL DISADVANTAGED, WOMEN-OWNED, HUBZONE, VETERAN-OWNED SMALL BUSINESS, AND SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SUBCONTRACTING PLAN

DATE:

CONTRACTOR: ADDRESS: PHONE NO:

PROJECT TITLE: SOLICITATION NO:

1. In accordance with the contract clauses at 52.219-8 and 52.219-9, [Name of Contractor] submits the following Subcontracting Plan.

2. Corresponding dollar values for percentages cited in Paragraph 3 for the base period only: Duplicate this section and complete for every option year, if applicable.

a. Total contract amount is Not to Exceed $ .

b. Total dollars planned to be subcontracted (to all types of businesses): $ .

c. Total dollars planned to be subcontracted to small business (including ANCs and Indian Tribes) concerns (including 2d, 2e, 2f and 2g below): $ .

d. Total dollars planned to be subcontracted to small disadvantaged business (including ANCs and Indian tribes) concerns: $ .

e. Total dollars planned to be subcontracted to small woman-owned business concerns: $ .

f. Total dollars planned to be subcontracted to HUBZone small business: $ .

g. Total dollars planned to be subcontracted to service disabled veteran-owned small business concerns: $ .

h. Total dollars planned to be subcontracted to veteran-owned small business concerns: $ .

3. The following percentage floors (expressed in terms of a percentage of total planned subcontracting dollars) are applicable to the base period of the contract awarded under the solicitation cited above: Duplicate this section and complete for every option year, if applicable.

a. The total estimated percentage of all planned subcontracting to all types of business concerns under this contract is (2b divided by 2a) %.

b. Small Business Concerns (2c divided by 2b): % of total planned subcontracting dollars under this contract will go to subcontractors who are small business concerns including 3c. and 3d.

c. Small Disadvantaged Business Concerns (2d divided by 2b): % of total planned subcontracting dollars under this contract will go to subcontractors who are small disadvantaged individuals.

d. Small Woman-Owned Business Concerns (2e divided by 2b): % of total planned subcontracting dollars under this contract will go to subcontractors who are small woman-owned businesses.

e. Small HUBZone Business Concerns (2f divided by 2b): % of total planned subcontracting dollars under this contract will go to subcontractors who are HUBZone small business contractors. See FAR Clause 52.219- 8(c) or go to: http://www.sba.gov/hubzone/ for further information.

A21-3 f. Small Service Disabled Veteran-Owned Business Concerns (2g divided by 2b): % of total planned subcontracting dollars under this contract will go to subcontractors who are service disabled veteran-owned small businesses.

g. Small Veteran-owned Business Concerns (2h divided by 2b): % of total planned subcontracting dollars under this contract will go to subcontractors who are service disabled veteran-owned small businesses

4. The principal items or areas to be subcontracted under this contract are:

a. Of the items or areas listed in Paragraph 4, the following are planned to be subcontracted to Small Businesses (including ANCs and Indian Tribes): [List the name(s) and responsibility of firm(s)]

b. Of the items or areas listed in Paragraph 4a, the following are planned to be subcontracted to Small Disadvantaged Businesses: [List the name(s) and responsibility of firm(s)]

c. Of the items or areas listed in Paragraph 4a, the following are planned to be subcontracted to Small Women- Owned Businesses: [List the name(s) and responsibility of firm(s)]

d. Of the items or areas listed in Paragraph 4a, the following are planned to be subcontracted to HUBZone small business concerns: [List the name(s) and responsibility of firm(s)]

e. Of the items or areas listed in Paragraph 4a, the following are planned to be subcontracted to Small Service Disabled Veteran-Owned Businesses: [List the name(s) and responsibility of firm(s)]

5. Description of the method used to develop the subcontracting floors in Paragraph 3:

6. Description of the method used to identify potential sources:

7. Indirect costs were were not used in establishing subcontracting floors. [If indirect costs were used in establishing floors, furnish a description of the method used to determine the proportionate share of indirect costs to be incurred with (i) small business concerns (ii) HUBZone small business concerns (iii) small disadvantaged business concerns (iv) women-owned business concerns, (v) small veteran- owned business concerns, and (vi) service disabled veteran-owned business concerns.]

8. The following individual will administer (name of contractor) Subcontracting Program: (NOTE TO OFFERORS: The individual named here will be expected to perform and manage your plan and contract clause 52.219-9). Site Construction project managers may not be acceptable as your small business advocate who manages your Corporate Small Business Program).

Name: Title: Address: Phone #: Email:

A21-4 This individual’s specific duties with regard to the conduct of our firm’s Subcontracting Plan will include, but will not be limited to, the following:

a. Developing and maintaining bidders lists of small business, HUBZone small business, small disadvantaged business and women-owned small business concerns using sources such as the System for Award Management (SAM), US Department of Commerce, Local Minority Business Development Centers, Economic Development Centers, and National Center for American Indian Enterprise Development.

b. Assuring the inclusion of small business, small disadvantaged business, women-owned small business, HUBZone small business, veteran owned small business, and service disabled veteran-owned small business concerns in all solicitations for products or services which they are capable of providing; and ensuring that all solicitations are structured to permit the maximum possible participation by small business, small disadvantaged business, women-owned small business, HUBZone small business, veteran owned small business, and service disabled veteran-owned small business concerns.

c. Establishing and maintaining records of all solicitations and subcontract awards to ensure that the members of the firm who review bidders proposals document their reasons for selecting or not selecting a bid submitted by a small business, HUBZone small business, small disadvantaged business, women-owned small business, veteran-owned small business, or service disabled veteran-owned small business concern, and monitoring the firm’s progress towards achievement of its percentage floors.

d. Attendance at DOD sponsored training programs in order to develop guidance and training to firm personnel on the policy of the federal government to aid, assist, and counsel small business under this and other government contracts.

e. Conducting or arranging for all other activities necessary to further the intent and attainment of the floors in the Plan to include motivational training of the firm’s purchasing personnel, attendance at workshops, seminars and trade fairs conducted by or on behalf of small business, HUBZone small business, and/or small disadvantaged and/or women-owned small business, Veteran-owned small business, and/or service disabled veteran-owned small business concerns; and general cooperation with members of the small, small disadvantaged, small women-owned, veteran owned small business, and service disabled veteran-owned small business concerns or their representatives.

9. The following steps will be taken to ensure that small business, HUBZone small business, small disadvantaged business, women-owned small business, veteran-owned small business, and service disabled veteran-owned small business concerns receive notice of and have an equitable opportunity to compete for intended awards of subcontracts and/or purchase orders for the products and/or services describe in Paragraph 4 above:

a. Sources will be requested through SAM, business development organizations, minority and small business trade associations and at small, minority, women-owned, HUBZone, veteran-owned, and service disabled veteran-owned small business procurement conferences; sources will be contacted; and bidding materials will be provided to all responding parties expressing an interest.

b. Internally, motivational training will be conducted to guide and encourage purchasing personnel; source lists and guides to small business, HUBZone small business, small disadvantaged, women-owned small business, veteran-owned small business, and service disabled veteran-owned small business concerns will be maintained and utilized by purchasing personnel while soliciting subcontracts and purchase orders; activities will be monitored to ensure sufficient time is allowed for interested bidders to prepare their proposals and to evaluate continuing compliance with the Subcontracting Plan.

10. [Name of Contractor] agrees that Clause 52.219.8 entitled "Utilization of Small Business Concerns"(Oct 2000) will be included in all subcontracts that offer further subcontracting opportunities. All subcontractors, except small business concerns, who receive subcontracts in excess of $700,000 ($1,500,000 in the case of construction) will be required to adopt a plan that complies with Clause 52.219-9 entitled “Small Business Subcontracting Plan.” Such plans will be reviewed to assure that all minimum requirements of an acceptable subcontracting plan have been satisfied. The acceptability of percentaged floors shall be determined on a case-by-case basis depending on the supplies/services involved, the availability of potential small business, HUBZone small business, small disadvantaged, women-owned, veteran-owned, and service disabled veteran-owned, subcontractors, and prior experience. Once approved and implemented, plans will be monitored through the submission of periodic reports

A21-5 and, as time and availability of funds permit, periodic visits to subcontractors facilities to review applicable records and subcontracting program progress.

11. [Name of Contractor] agrees to submit such periodic reports and cooperate in any studies or surveys as may be required by the Contracting agency or Small Business Administration in order to determine the extent of compliance by the offeror with the subcontracting plan and with the clause entitled “Utilization of Small Business Concerns” contained in the contract.

12. [Name of Contractor] agrees to maintain at least the following types of records to document compliance with the Subcontracting Plan:

a. The names of all organizations, agencies, and associations contacted for small business, HUBZone small business, small disadvantaged, women-owned small business sources, and veteran-owned small business along with records of attendance at conferences, seminars and trade fairs where additional sources were developed.

b. Source lists, guides, and other data identifying small business, HUBZone small business, small disadvantaged, women-owned and veteran-owned small business subcontractors and vendors.

c. Records on all subcontract solicitations resulting in an award of more than $150,000 on a contract-by-contract basis, indicating (1) whether small business concerns were solicited, and if not, why not; (2) whether small disadvantaged business concerns were solicited, and if not, why not; (3) whether small women-owned business concerns were solicited, and if not, why not; (4) whether HUBZone small business were solicited, and if not, why not; (5) whether veteran-owned small business were solicited, and if not, why not; (6) whether service disabled veteran-owned small business were solicited, and if not, why not; and (7) reasons for the failure of solicited small business, small disadvantaged business, women-owned small business, HUBZone small business, veteran owned small business, and service disabled veteran-owned small business concerns to receive a subcontract award.

d. Records of all subcontract award data to include subcontractor’s name and address, to be kept on a contract- by-contract basis.

e. Records of outreach efforts.

f. Minutes of internal motivational and training meetings held for the guidance and encouragement of purchasing personnel, and records of all monitoring activities performed for compliance evaluation.

13. [Name of Contractor] assures they will make a good faith effort to acquire articles, equipment, supplies, services, or materials, or obtain the performance of construction work from the small business concerns that the offeror used in preparing the bid or proposal, in the same or greater scope, amount, and quality used in preparing and submitting the bid or proposal. Responding to a request for a quote does not constitute use in preparing a bid or proposal. An offeror used a small business concern in preparing the bid or proposal if:

i. The Contractor identifies the small business concern as a subcontractor in the bid or proposal or associated small business subcontracting plan, to furnish certain supplies or perform a portion of the contract; or

ii. The Contractor used the small business concern's pricing or cost information or technical expertise in preparing the bid or proposal, where there is written evidence of an intent or understanding that the small business concern will be awarded a subcontract for the related work if the contractor is awarded the contract

14. [Name of Contractor] assures they will provide the contracting officer with a written explanation if the contractor fails to acquire articles, equipment, supplies, services or materials or obtain the performance of construction work as described in FAR 19.704(a)(12). This written explanation will be submitted to the contracting officer within 30 days of contract completion.

15. [Name of Contractor] assures they will not prohibit a subcontractor from discussing with the contracting officer any material matter pertaining to payment to or utilization of a subcontractor.

A21-6

16. [Name of Contractor] assures they will pay its small business subcontractors on time and in accordance with the terms and conditions of the subcontract, and notify the contracting officer if the offeror pays a reduced or an untimely payment to a small business subcontractor (see 52.242-5).

17. [Name of Contractor] will submit an Individual Subcontracting Report (ISR) and/or a Summary Subcontract Report (SSR) using the Electronic Subcontracting System (eSRS) at http:www.esrs.gov. Report will be submitted semi-annually within 30 days of reporting period end date. Reporting period end dates are March 31st and September 30th.

18. [Name of Contractor] will submit a final ISR and/or SSR using eSRS within 30 days of contract completion.

19. In closing, [Name of Contractor] states that it will be the policy of [Name of Contractor] to afford every practicable opportunity for small business, small disadvantaged business, women-owned small business, HUBZone small business, veteran owned small business, and service disabled veteran-owned small business concerns to participate in contracts awarded to [Name of Contractor] by the Federal Government, to ensure that equitable opportunity is provided to small business, small disadvantaged business, women-owned small business, HUBZone small business, veteran owned small business, and service disabled veteran-owned small business concerns to compete for award of subcontracts and purchase orders, and to diligently pursue the achievement of our goals of participation by small business, HUBZone small business, small disadvantaged business, women- owned and veteran-owned small businesses in the dollars available for subcontract/purchase order awards under this contract.

[Name of Contractor]

______SIGNATURE DATE

______TITLE PHONE NUMBER

************************************************************************************** Approval: (to be completed by the Agency prior to award)

US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (SIGNATURE OF DEPUTY FOR SMALL BUSINESS)

Carol McIntyre (503) 808-4602 [email protected] US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT (SIGNATURE OF CONTRACTING OFFICER)

[Name] [Phone Number] [Email Address]

A21-7 Calculation of the Increment per Transit Mile for Material Placement Site (Other than 5 miles one-way)

Sample Bid Schedule Excerpt ITEM ESTIMATED ESTIMATED NUMBER DESCRIPTION QUANTITIES UNIT UNIT PRICE AMOUNT LCR Maintenance, RM 3+00 to RM 105+00, Bin Measure to Required 0005 Depth 200,000 CY $2.00 $400,000.00 LCR Maintenance, RM 3+00 to RM 105+00, 0006 Pre/Post Dredge Survey 650,000 CY $2.05 $1,332,500.00 CR Increment per Transit Mile for Material Placement Site (beyond 5 0010 miles one way) 1,100,000 CY*MI $0.10 $110,000.00

Sample BMRD Work Area (CY*MI) Tracking Excerpt Work Area Location = RM 66.9, Bin Measured Quantity = 65,787 CY Miles 1- LOAD # BIN MEASURE QTY (CY) Disposal Area way CY*MI 390 4,229 O-66.1-IW 0.8 -17,761.80 391 4,122 O-66.1-IW 0.8 -17,312.40 392 4,095 O-61.1-IW 5.8 3,276.00 393 4,095 O-61.1-IW 5.8 3,276.00 394 4,122 W-60.4-IW 6.5 6,183.00 395 4,041 W-60.4-IW 6.5 6,061.50 396 4,175 W-60.4-IW 6.5 6,262.50 397 4,041 W-60.4-IW 6.5 6,061.50 398 4,122 W-60.0-IW 6.9 7,831.80 399 4,122 W-60.0-IW 6.9 7,831.80 400 4,041 W-60.0-IW 6.9 7,677.90 401 4,095 O-59.8-IW 7.1 8,599.50 402 4,229 O-59.8-IW 7.1 8,880.90 403 4,041 O-59.8-IW 7.1 8,486.10 404 4,122 O-59.8-IW 7.1 8,656.20 405 4,095 O-59.8-IW 7.1 8,599.50 totals: 65,787 95 62,610.00

Visual Calculation for Load 390 ((66.9-66.1)-5)*4229 = -17,761.80 CY*MI Visual Calculation for Load 400 ((66.9-60.0)-5)*4041 = 7,677.90 CY*MI

A22 - 1 Sample Pre/Post Work Area (CY*MI) Tracking Excerpt Work Area Location = RM 38.3, Bin Measured Quantity = 65,500 CY, Pre/Post Survey Quantity = 50,775 CY, Haul to Survey Ratio = 1.29

CY*MI (After Miles 1- Haul to Survey LOAD # BIN MEASURE QTY (CY) Disposal Area way CY*MI Ratio Applied) 330 4,041 W-37.4-IW 0.9 -16,568.10 -12,843.49 331 4,095 W-37.4-IW 0.9 -16,789.50 -13,015.12 332 4,041 W-37.4-IW 0.9 -16,568.10 -12,843.49 333 4,095 O-36.4-IW 1.9 -12,694.50 -9,840.70 334 4,229 O-36.4-IW 1.9 -13,109.90 -10,162.71 335 4,122 O-36.4-IW 1.9 -12,778.20 -9,905.58 336 4,175 O-36.4-IW 1.9 -12,942.50 -10,032.95 337 3,988 W-29.6-IW 8.7 14,755.60 11,438.45 338 4,149 W-29.6-IW 8.7 15,351.30 11,900.23 339 4,041 W-29.6-IW 8.7 14,951.70 11,590.47 340 3,915 W-29.6-IW 8.7 14,485.50 11,229.07 341 4,122 W-29.6-IW 8.7 15,251.40 11,822.79 342 4,229 W-29.6-IW 8.7 15,647.30 12,129.69 343 4,068 W-29.6-IW 8.7 15,051.60 11,667.91 344 4,122 W-29.6-IW 8.7 15,251.40 11,822.79 345 4,068 W-29.6-IW 8.7 15,051.60 11,667.91 totals: 65,500 88.6 34,346.60 26,625.27

Visual Calculation for Load 330 (((38.3-37.4)-5)*4041) / 1.29 = -12,843.49 CY*MI Visual Calculation for Load 337 (((38.3-29.6)-5)*3988) / 1.29 = 11,438.45 CY*MI ay Estimate Excerpt ITEM BID QUANTITY UNIT PAY NUMBER DESCRIPTION AND UNIT PRICE CLIN TOTAL QUANTITY AMOUNT LCR Maintenance, RM 3+00 to RM 105+00, Bin Measure to Required 0005 Depth 200,000 CY $2.05 $400,000.00 50,775 $104,088.75 LCR Maintenance, RM 3+00 to RM 105+00, 0006 Pre/Post Dredge Survey 650,000 CY $2.00 $1,332,500.00 65,787 $131,574.00 CR Increment per Transit Mile for Material Placement Site (beyond 5 0010 miles one way) 1100,000 CY*MI $0.10 $110,000.00 89,235.27 $8,923.53

Total CY*MI Calculation 62,610.00 CY*MI + 26,625.27 CY*MI = 89,051.80 CY*MI

A22 - 2 Explanation Narrative: This narrative is intended to explain the process of determining the "cubic yard x mile" (CY*MI). In the calculations above the one-way centroid-to-centroid distance from a representative work area to the example placement site is found; then subtract 5 miles which is already included in the base CY price; then multiply by the bin measure CY for that load; do this for all loads at each work area. It is possible for the placement site centroid-to-centroid distance is less than the base 5 miles, and thus creates a negative numbering acting to reduce the total CY*MI quantity. Think of the increment as the cost to move 1 CY one additional or one less mile, depending on the placement site proximity to the work area.

Rounding: The one-way centroid-to-centroid distance should be rounded to a tenth of a mile. Other intermediate calculations including the haul to survey ratio should be rounded to the hundredth or two decimal places.

A22 - 3 ULLAGE SENSOR NUMBERING SCHEME

A23-1 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY REGION IX 75 Hawthorne Street San Francisco, CA 94105

March 2019 Update

EPA Ocean Disposal Special Conditions for 2019, USACE Use of the Humboldt Open Ocean Disposal Site (HOODS)

The following mandatory conditions for disposal operations at the HOODS are provided pursuant to EPA’s authority under sections 102 and 103 of the Marine Protection, Research, and Sanctuaries Act (MPRSA), and the ocean dumping regulations at 40 CFR Parts 220-228. Please note that these conditions and reporting requirements apply both to USACE using its owned and operated dredging equipment (e.g., the hopper dredge Essayons) as well as to any company contracted by USACE to perform dredging and ocean disposal with non-USACE owned and operated equipment (e.g., under USACE’s West Coast Hopper Contract). These conditions also apply to any and all dredging episodes by or for USACE throughout calendar year 2019.

Definitions: 1. “Permit” and “permittee” as used here mean USACE ocean dumping permits issued to others under Section 103 of the MPRSA, and to USACE itself and its contracts or other authorizations for USACE dredging projects (see MPRSA section 103(e) and 40 CFR Part 220.2). 2. “Towing vessel” is any self-propelled tug or other marine vessel used to transport (tow or push) the “disposal vessel” (see #3 following) for any portion of the transit to G-DODS. 3. “Disposal vessel” is any barge, scow, or self-propelled vessel (such as a hopper dredge) that carries dredged material during transit and from which the dredged material is discharged, typically by opening doors in the bottom of the hull or by splitting the hull. 4. “Transit” or “transport” to the disposal site begins as soon as dredged material loading into the disposal vessel is completed and a towing vessel begins moving the disposal vessel to the disposal site. 5. “Buffer cells” are the outermost cells of the overall disposal site, adjacent to the site boundaries. NO DISPOSAL is allowed in the buffer cells unless specified by EPA on a project-by-project basis. 6. “Closed cells” are specified (smaller) cells in the interior of the overall disposal site; disposal site that EPA has identified as having mounded to a degree that DISPOSAL IS NO LONGER ALLOWED. 7. “Allowable Disposal Cells” are specified (smaller) cells in the interior of the overall disposal site within which the disposal vessel must discharge all of the dredged material.

1

A24 - 1

EPA Conditions for use of the Humboldt Open Ocean Disposal Site (HOODS):

1. All disposal operations at the HOODS shall be conducted in accordance with the most recent update of the Site Management and Monitoring Plan (SMMP) (https://www.epa.gov/sites/production/files/2015-10/documents/r9_hoods_smmp_2006.pdf), as well as these specific conditions. (In the event of any contradictions, these conditions prevail.) 2. Dredged material shall not be leaked or spilled from disposal vessels during transit to the HOODS. Transportation of dredged material to the HOODS shall only be allowed when weather and sea state conditions will not interfere with safe transportation and will not create risk of spillage, leak or other loss of dredged material in transit to the HOODS. No disposal vessel trips shall be initiated when the National Weather Service has issued a gale warning for local waters during the time period necessary to complete dumping operations, or when wave heights are 16 feet or greater. 3. No more than one disposal vessel may be present within the HOODS at any time. 4. NO DISPOSAL in buffer cells or closed cells: Disposal in 2019 may only occur in certain interior cells of the HOODS (refer to attached schematic of the HOODS and Condition 5, below). No disposal shall occur in buffer cells A1, A2, A3, A4, A6, A6, B6, C6, D6, E6, F6, or F1. Similarly, no disposal shall occur in the outer half of buffer cells B1, C1, D1, E1, F2, F3, F4, and F5. Finally, no disposal shall occur in the southernmost quadrant of cell E2. 5. Allowable disposal cells: To minimize further mounding throughout the HOODS, disposal events for this project shall occur only over the northeast and northwest slopes of the existing mound where depths currently exceed 130 feet MLLW. Specifically, as shown on the attached schematic, all disposal events must occur within the inner (SE) half of cells B1, C1, D1, and E1; the outer (NE) half of cells E2, E3, E4, and E5; the westernmost quadrant of cell E2; and the inner (SW) half of cells F2, F3, F4, and F5. (Coordinates for the corners of these allowable disposal cells are provided in the attached table.) Dredged material from sequential trips shall not be disposed in the same cell; rather, to the maximum extent practicable consistent with safe vessel operation, disposal events shall progress to all allowable disposal cells before returning to a previously used cell. (Note, this does not mean disposal must happen in order from one cell to the next. Nor does it mean that single disposal events cannot cross a cell's boundary and discharge material in multiple authorized cells.) 6. The disposal vessel must have a disposal tracking system, and the system must be operational before any individual disposal trip to HOODS is initiated. Throughout transit to the disposal site, during disposal, and for at least 10 minutes after disposal is complete, the disposal tracking system must automatically indicate and record the position, speed and draft of the disposal vessel, and the load level within the bin. These data must be generated at a maximum 1-minute interval while en route to the HOODS, and at a maximum 15-second interval while within 1/4 mile of and inside the HOODS boundary. The tracking system must also indicate and record the time and location of the beginning and end of each disposal event (e.g., opening and closing of scow hull or hopper doors). 7. “E-mail alerts” regarding any degree of apparent dumping outside the HOODS boundary, and regarding any apparent substantial leakage/spillage or other loss of material en route to the HOODS must be sent within 24 hours of USACE becoming aware of the apparent issue, to Brian Ross ([email protected]) and Allan Ota ([email protected]) at EPA Region IX, the

2

A24 - 2 San Francisco District USACE project manager, and Mark Delaplaine at the California Coastal Commission ([email protected]). Substantial leakage/spillage or other loss shall be defined as an apparent loss of draft of one foot or more between the time that the disposal vessel begins transport to the HOODS and the time of actual disposal. 8. In addition to any alerts pursuant to Condition 7 above, data recorded from the disposal tracking system must be provided to EPA Region IX, the San Francisco District USACE, and the California Coastal Commission at a minimum on a weekly basis during disposal operations. For each disposal trip the records must include disposal trip number and date, estimated bin volume of material disposed, and a visual display of the beginning and ending locations of the disposal event relative to the HOODS boundaries and internal cells. The reports shall include a cover letter describing any problems complying with these Ocean Disposal Special Conditions, the cause(s) of the problems, any steps taken to rectify the problems, and whether the problems occurred on subsequent disposal trips. 9. A post-disposal bathymetric survey of the HOODS, extending at least 500 feet outside the site boundaries in all directions, shall be conducted within 60 days of completion of disposal operations, and provided to EPA Region IX within 30 days of completion.

ALSO SEE ATTACHED FIGURE AND COORDINATE TABLE SHOWING UPDATED 2018 OPEN CELLS, WHICH ARE THE SAME AS 2019 OPEN CELLS.

-end-

3

A24 - 3 2018 HOODS Off-Set Cells – Approved for Disposal

2 4 3 Blue Cells = OPEN for Disposal 9 7 Red # = coordinate ID 8 (see table)

1 5 10 Red Cells = CLOSED, NO 6 DISPOSAL

Yellow Cells = Buffer Area, NO DISPOSAL

A24 - 4 A24 - 5 PROJECT File Name Prefix Location River Mile San Francisco Main Ship Channel SF_01_SFM 0+00 to 262+13 Placement Site OBDS SF_OBDS Offshore Placement Site SF-8 SF_08_SF8 Offshore Humboldt Bay Bar and Entrance Channel SF_24_HBB 0+00 to 135+00 Humboldt Hoods Placement Site SF_24_HBO Offshore MCR Deep Water Site CL_00_DWS Offshore MCR Shallow Water Site CL_00_SWS Offshore MCR North Jetty CL_00_NJ1 Offshore Mouth of the Columbia River CL_00_MCR -03-00 to 03+00 Lower Desdemona CL_01_LDS 03+00 to 06+22 Upper Desdemona CL_02_UDS 06+22 to 10+00 Flavel Bar CL_03_FLV 10+00 to 13+30 Upper Sands CL_04_USN 13+30 to 17+28 Tongue Point Crossing CL_05_TNG 17+28 to 21+20 Miller Sands CL_06_MLN 21+20 to 25+15 Pillar Rock Ranges CL_07_PIL 25+15 to 28+40 Brookfield_Welch CL_08_BKW 28+40 to 32+30 Skamakowa Bar CL_09_SKM 32+30 to 36+31 Puget Island CL_10_PGT 36+31 to 40+40 Wauna Driscoll CL_11_WAN 40+40 to 44+30 Westport Bar CL_12_WST 44+30 to 48+15 Eureka Bar CL_13_EUR 48+15 to 51+45 Gull Island Bar CL_14_GUL 51+45 to 55+30 Stella_Fisher Bar CL_15_STL 55+30 to 59+20 Walker Island Bar CL_16_WLK 59+20 to 63+10 Slaughters Bar CL_17_SLG 63+10 to 67+06 Lower Dobelbower Bar CL_18_LDB 67+06 to 69+50 Upper Dobelbower Bar CL_19_UDB 69+50 to 72+40 Kalama Bar CL_20_KLM 72+40 to 76+25 Lower Martin Island Bar CL_21_LMT 76+25 to 80+20 Upper Martin Island Bar CL_22_UMT 80+20 to 83+42 St. Helens Bar CL_23_STH 83+42 to 87+15 Warrior Rock Bar CL_24_WAR 87+15 to 90+20 Henrici Bar CL_25_HEN 90+20 to 93+50 Willow Bar CL_26_WLW 93+50 to 97+40 Morgan Bar CL_27_MGN 97+40 to 101+20 Lower Vancouver Bar CL_28_VBR 101+20 to 104+30 Vancouver Turning Basin CL_29_VTB 104+30 to 106+24 Name Format: (File Name Prefix)_(Date:YYYYMMDD)_(Source of Survey: GOV/KTR/Etc.)_(Any other information here: Predredge/Post Dredge/Etc.) Name Format Example: CL_00_MCR_20140922_GOV_Predredge

A25-1 Reporting Plan for Sick, Injured, Dead, or Entangled Species NWP Dredging Program

General

Should a sick, injured, dead or entangled specimen of a federally managed species be encountered during work under this contract (regardless of fault), initial notification must be made to external agencies as outlined below (by species) and to the GQAR, followed by written notification in the daily CQC report (Section 01 45 00.00 82 QUALITY CONTROL (DREDGING)).

Marine Mammals and Sea Turtles

Report all sick, injured, dead or entangled marine mammals and sea turtles if they are encountered in the process of performing work under this contract. All marine mammals are protected under the Marine Mammal Protection Act and it is illegal for unauthorized persons to harass, handle, or feed them. The following guidelines are provided by NOAA Fisheries Service West Coast Region and can be found on the following web page http://www.westcoast.fisheries.noaa.gov/protected_species/marine_mammals/report_strandings. html.

NOAA Fisheries Service West Coast Region coordinates marine mammal and sea turtle stranding network activities out of the NOAA Western Regional Campus based in Seattle, WA and out of Long Beach, CA. This Stranding Network is composed of cooperating scientific investigators and institutions, volunteer networks and individuals in all three states. Although response areas are defined geographically, the stranding network members coordinate extensively within the region and on occasion with our Canadian counterparts. Each stranding event is handled on a case-by-case basis and is dependent on local capability, available resources, personnel, and logistics.

When to report:  Report any live marine mammal on the beach or entangled in the water.  Report any live pinniped on the beach for more than 24 hours.  Report obviously sick or injured/entangled marine mammals or sea turtles.  ALL dead marine mammals and sea turtles.

How to Report:  To report a dead, injured or stranded marine mammal or sea turtle, please call: 1-866-767-6114  For law enforcement, harassments, and other violations, please call: 1-800-853-1964  For entangled marine mammals, please call: 1-877-SOS-WHALE or 1-877-767-9425 or hail the U.S. Coast Guard on VHF Ch. 16  To report derelict gear (which could entangle marine mammals and/or sea turtles), please call: 1-855-542-3935

A26-1

Information to report:  Species or description of animal  Location (region/landmarks and/or specific like GPS coordinates)  Date and time last seen  Approximate size of the animal (length and weight)… take photo with phone if possible  Condition of animal (alive, dead, wounded, entangled, bleeding, etc.)  Human interactions (evidence of ship strike, entangled, shooting, etc.)  Tags or branding on animal  Name and contact number for the person reporting the incident

Important health information: Zoonotic diseases are diseases that can be transmitted from animals to humans. There are known zoonotic diseases that come from marine mammals and have been transmitted to people working with them. So please remember the following:

 Please stay >100 yards/meters away.  Keep dogs away at all times.  Do not disturb, move, touch, or feed a marine mammal, pinniped, or sea turtle.

Endangered or Threatened Species - U.S. Fish and Wildlife Service

Notify the Service within three working days upon locating a dead, injured or sick endangered or threatened species specimen. Initial notification must be made to the nearest U.S. Fish and Wildlife Service (USFWS) Law Enforcement Office. Notification must include the date, time, precise location of the injured animal or carcass, and any other pertinent information. The finder has the responsibility to ensure that evidence associated with the specimen is not unnecessarily disturbed.  Contact the USFWS Law Enforcement Office at (503) 682-6131,  or the USFWS Oregon Fish and Wildlife Office at (503) 231-6179.

Endangered or Threatened Species – NOAA Fisheries Service

If a sick, injured or dead specimen of a threatened or endangered species is found, the finder must notify the Vancouver Field Office of NOAA Fisheries Law Enforcement at (360) 418-4246. The finder also has the responsibility to carry out instructions provided by law enforcement to ensure that evidence intrinsic to the specimen is not disturbed unnecessarily.

Fish Kills

If the dredging/disposal operation or other project operations cause a water quality problem that results in distressed or dying fish, the operator shall immediately:  Cease operations.  Take appropriate corrective measures to prevent further environmental damage.

A26-2  Collect fish specimens and water samples; and, within the first hour of such conditions, make every effort to have the water samples analyzed for dissolved oxygen and total sulfides. Department of Ecology (DOE) and/or Department of Environmental Quality (DEQ) may require such sampling and analyses before allowing the work to resume.  The contractor must notify DEQ (OR)/DOE (WA), ODFW, NMFS, and USFWS within 24 hours of the incident.  Inform agencies of the nature of the problem, any actions taken to correct the problem, and any proposed changes in operations to prevent further problems.  Agency phone numbers to report fish kills: o DEQ – (503) 229-5263 o DOE – (360) 407-6000 o ODFW - (503) 947-6000 o NMFS - 503-230-5400 o USFWS - 503-231-6179

A26-3 Inadvertent Discovery Plan for the West Coast Hopper Dredging Program

It is the policy of the Corps to work effectively with Native American Tribes, landowners, resource agencies, historic preservation organizations, stakeholders, applicants and the public to comply with the National Historic Preservation Act (NHPA) and other applicable laws and regulations, Executive Orders, Presidential Memoranda, and policy guidance documents and to efficiently process permit applications so that development projects can proceed for the good of the Nation’s economic health and national security. Respectful and meaningful coordination and consultations between the Corps, Native American Tribes, the Advisory Council on Historic Preservation (ACHP), the Oregon State Historic Preservation Office (SHPO), Washington State Department of Archaeology & Historic Preservation (DAHP), the California State Historic Preservation Officer (CASHPO) and the Native American Heritage Commission (NAHC) are conducted as we strive to balance economic needs with historic preservation concerns.

This Inadvertent Discovery Plan (IDP) provides guidance to the project proponent on how to manage an inadvertent discovery of cultural, archeological and human remains if they are encountered during the project implementation.

Contractor Responsibility:

1. Suspend Work and Notification: Contractor to Contracting Officer’s Representative (COR) and Government Quality Assurance Representative (GQAR)

Cultural Resources and Human Burials / Remains: In the event evidence of human burials, human remains, cultural items, suspected cultural items, or historic properties, as identified by the NHPA, are discovered and/or may be affected during the course of the work authorized, the Contractor shall Immediately Cease All Ground Disturbing Activities and notify the COR and GQAR.

Failure to stop work immediately and until such time as the Corps has coordinated with all appropriate state and federal agencies and tribes and complied with the provisions of the Native American Graves Protection and Repatriation Act (NAGPRA), 25 USC 3001, the NHPA and other pertinent regulations, could result in violation of state and federal laws. Violators are subject to civil and criminal penalties. The Portland District NAGPRA Policy (dated 6/26/2003) will be followed.

Government Responsibility:

2. Notification: COR to NWP Environmental Branch (PM-E) & Project Manager (PM)

 For California work, the COR shall notify SPN Environmental Planning staff: Ruzel Ednalino, Archaeologist [(415) 503-6661], Kathleen Ungvarsky, Archaeologist (415) 503- 6842 and Sarafina Maraschino, SPN Tribal Liaison (415) 503-6756 as soon as possible following discovery but no later than 24 hours. A follow up message will be left with Tessa Beach, Section Chief, at (415) 503-6713. The data provided shall clearly specify the information relating to the cultural resource discovery including the Project name, location of the unanticipated discovery, and a contact name and number. If applicable, the archaeological monitor’s contact information will be provided for follow-up purposes.  For Oregon work, the COR shall notify the NWP PM-E: Tara Gauthier [(503) 808-4754], Sally Bird-Gauvin [(503) 808- 4778], or Daniel Mulligan [(503) 808-4768], District Archeologists, as soon as possible following discovery but in no case later than 24 hours. A A27-1 follow up message will be left with David Griffith, Section Chief, at (503) 808-4773. The data provided shall clearly specify the information relating to the cultural resource discovery; provide the Project name and location and a contact name and number. If applicable, the archaeological monitor’s contact information will be provided for follow-up purposes.

 COR will follow up with an email and phone call to the appropriate NWP and/or SPN PM.

3. Notification: PM-E to External Agencies

The District Archeologist or person(s) designated to manage the inadvertent discovery shall immediately notify the following agencies:

All States  Advisory Council on Historic Preservation: Mr. John Fowler, Executive Director, office phone (202) 516-0200; email: [email protected] Mr. Christopher Daniel, USACE Program Analyst, office phone (202) 517-0223, email: [email protected]

California

 California State Historic Preservation Office: Ms. Julianne Polanco, California State Historic Preservation Officer, office phone (916) 445-7000; email: [email protected] Ms. Elizabeth Hodges, Assistant State Archaeologist, office phone (916) 445-7017; email: [email protected]  Native American Heritage Commission, office phone (916) 373-3710; email: [email protected]

In the event that human remains are discovered, the following organizations below will be contacted by the SPN District Archaeologist or designated person(s) for proper identification and appropriate protocol to follow:  County Coroner, to be determined based on the county where the human remains were uncovered  Native American Heritage Commission (NAHC) if the coroner has decided the remains have been determined to be Native American  The Most-Likely Descendant (MLD) that the NAHC has determined to have ancestral affiliation to the human remains  California State Police, if the coroner has determined the remains have no Native American affiliation

Oregon

 Oregon State Historic Preservation Office: Dr. Dennis Griffin, State Archaeologist, office phone (503) 986-0674, cell (503) 881- 5038; email [email protected]. John Pouley, Assistant State Archaeologist, office phone (503) 986-0675; cell: (503) 480-9164; email: [email protected] A27-2  Oregon State Police [if human remains are found]: Sergeant Chris Allori, office phone (503) 731- 4717 cell (503) 708-6461.

Washington

 Washington Department of Archaeology and Historic Preservation, Dr. Rob Whitlam, office phone (360) 586-3080.  Washington State Police [if human remains are found], Office of Government and Media Relations office phone (360) 596-4010.

Tribes will be notified based on Tribal area of interest and location of finding. District Archeologist will make contact.

4. Coordination by PM-E to determine path forward

The PM-E District Archeologist or person(s) designated will initiate the Federal and state coordination required to determine if the remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. The SHPO, Tribe(s), and the ACHP shall be notified within 48 hours of the discovery pursuant to 36 § CFR 800.13(b)(3) on “Post-Review Discoveries”. In addition, PM-E will coordinate a Site Avoidance Plan (SAP) and/or a Scope of Work (SOW) with the SHPO, the Tribe(s) and the NWP COR and PM to avoid or excavate the archaeological/burial site. The Contracting Officer, Administrative Contracting Officer, and/or COR will coordinate with and direct the Contractor as needed.

A27-3 Particle Size Distribution Report 6 in. 6 in. 3 in. 2 in. 1-1/2 in. 1 in. 3/4 in. 1/2 in. 3/8 #4 #10 #20 #30 #40 #60 #100 #140 #200 100

90

80

70

60

50

40 PERCENT FINER

30

20

10

0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm % COBBLES % GRAVEL % SAND % SILT % CLAY 0.0 0.0 93.8 5.6 0.6

SIEVE PERCENT SPEC.* PASS? Soil Description SIZE FINER PERCENT (X=NO) Gray Poorly Graded SAND w/ Silt #10 100.0 #30 99.6 #40 99.3 #50 98.0 Atterberg Limits #100 30.6 PL= LL= PI= #200 6.2 0.0527 mm. 3.7 Coefficients 0.0376 mm. 2.3 0.0238 mm. 2.3 D85= 0.267 D60= 0.211 D50= 0.190 0.0137 mm. 2.1 D30= 0.149 D15= 0.111 D10= 0.0938 0.0097 mm. 1.8 Cu= 2.25 Cc= 1.12 0.0069 mm. 1.3 0.0049 mm. 1.0 Classification 0.0034 mm. 0.8 USCS= SP-SM AASHTO= 0.0024 mm. 0.7 0.0014 mm. 0.4 Remarks

* (no specification provided) Sample No.: Source of Sample: SFMS-2018-1 Date: 3/1/18 Location: Elev./Depth:

Client: Diaz-Yourman Project: San Francisco Main Channel - 5809.03 COOPER TESTING LABORATORY

Project No: 647-004 Figure A28 - 1 Particle Size Distribution Report 6 in. 6 in. 3 in. 2 in. 1-1/2 in. 1 in. 3/4 in. 1/2 in. 3/8 #4 #10 #20 #30 #40 #60 #100 #140 #200 100

90

80

70

60

50

40 PERCENT FINER

30

20

10

0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm % COBBLES % GRAVEL % SAND % SILT % CLAY 0.0 0.0 91.5 8.0 0.5

SIEVE PERCENT SPEC.* PASS? Soil Description SIZE FINER PERCENT (X=NO) Gray Poorly Graded SAND w/ Silt #4 100.0 #10 100.0 #30 100.0 #40 99.9 Atterberg Limits #50 98.6 PL= LL= PI= #100 47.6 #200 8.5 Coefficients 0.0527 mm. 4.2 0.0376 mm. 2.3 D85= 0.249 D60= 0.178 D50= 0.155 0.0238 mm. 2.1 D30= 0.117 D15= 0.0895 D10= 0.0789 0.0137 mm. 2.1 Cu= 2.25 Cc= 0.97 0.0097 mm. 2.1 0.0068 mm. 2.1 Classification 0.0048 mm. 1.9 USCS= SP-SM AASHTO= 0.0033 mm. 0.7 0.0024 mm. 0.6 Remarks 0.0014 mm. 0.4

* (no specification provided) Sample No.: Source of Sample: SFMS-2018-2 Date: 3/2/18 Location: Elev./Depth:

Client: Diaz-Yourman Project: San Francisco Main Channel - 5809.03 COOPER TESTING LABORATORY

Project No: 647-004 Figure A28 - 2 Particle Size Distribution Report 6 in. 6 in. 3 in. 2 in. 1-1/2 in. 1 in. 3/4 in. 1/2 in. 3/8 #4 #10 #20 #30 #40 #60 #100 #140 #200 100

90

80

70

60

50

40 PERCENT FINER

30

20

10

0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm % COBBLES % GRAVEL % SAND % SILT % CLAY 0.0 0.0 94.8 4.8 0.4

SIEVE PERCENT SPEC.* PASS? Soil Description SIZE FINER PERCENT (X=NO) Gray Poorly Graded SAND w/ Silt #4 100.0 #10 100.0 #30 100.0 #40 99.9 Atterberg Limits #50 99.4 PL= LL= PI= #100 32.7 #200 5.2 Coefficients 0.0533 mm. 2.0 0.0378 mm. 1.7 D85= 0.263 D60= 0.206 D50= 0.186 0.0238 mm. 1.8 D30= 0.144 D15= 0.108 D10= 0.0934 0.0137 mm. 1.8 Cu= 2.21 Cc= 1.08 0.0097 mm. 1.8 0.0068 mm. 1.9 Classification 0.0048 mm. 1.6 USCS= SP-SM AASHTO= 0.0033 mm. 1.0 0.0024 mm. 0.6 Remarks 0.0014 mm. 0.1

* (no specification provided) Sample No.: Source of Sample: SFMS-2018-3 Date: 3/2/18 Location: Elev./Depth:

Client: Diaz-Yourman Project: San Francisco Main Channel - 5809.03 COOPER TESTING LABORATORY

Project No: 647-004 Figure A28 - 3 Particle Size Distribution Report 6 in. 6 in. 3 in. 2 in. 1-1/2 in. 1 in. 3/4 in. 1/2 in. 3/8 #4 #10 #20 #30 #40 #60 #100 #140 #200 100

90

80

70

60

50

40 PERCENT FINER

30

20

10

0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm % COBBLES % GRAVEL % SAND % SILT % CLAY 0.0 0.0 96.6 3.1 0.3

SIEVE PERCENT SPEC.* PASS? Soil Description SIZE FINER PERCENT (X=NO) Gray Poorly Graded SAND #10 100.0 #30 100.0 #40 99.9 #50 99.3 Atterberg Limits #100 25.4 PL= LL= PI= #200 3.4 0.0535 mm. 0.9 Coefficients 0.0378 mm. 0.9 0.0239 mm. 0.9 D85= 0.267 D60= 0.217 D50= 0.198 0.0138 mm. 0.9 D30= 0.160 D15= 0.125 D10= 0.109 0.0098 mm. 0.9 Cu= 1.99 Cc= 1.08 0.0069 mm. 0.7 0.0049 mm. 0.5 Classification 0.0034 mm. 0.3 USCS= SP AASHTO= 0.0024 mm. 0.4 0.0014 mm. 0.1 Remarks

* (no specification provided) Sample No.: Source of Sample: SFMS-2018-4 Date: 3/1/18 Location: Elev./Depth:

Client: Diaz-Yourman Project: San Francisco Main Channel - 5809.03 COOPER TESTING LABORATORY

Project No: 647-004 Figure A28 - 4 Particle Size Distribution Report 6 in. 6 in. 3 in. 2 in. 1-1/2 in. 1 in. 3/4 in. 1/2 in. 3/8 #4 #10 #20 #30 #40 #60 #100 #140 #200 100

90

80

70

60

50

40 PERCENT FINER

30

20

10

0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm % COBBLES % GRAVEL % SAND % SILT % CLAY 0.0 0.0 92.2 6.6 1.2

SIEVE PERCENT SPEC.* PASS? Soil Description SIZE FINER PERCENT (X=NO) Gray Poorly Graded SAND w/ Silt #10 100.0 #30 100.0 #40 99.9 #50 99.5 Atterberg Limits #100 29.3 PL= LL= PI= #200 7.8 0.0526 mm. 4.0 Coefficients 0.0373 mm. 3.2 0.0236 mm. 3.2 D85= 0.265 D60= 0.212 D50= 0.192 0.0137 mm. 3.0 D30= 0.152 D15= 0.110 D10= 0.0877 0.0097 mm. 2.7 Cu= 2.42 Cc= 1.23 0.0069 mm. 2.0 0.0048 mm. 2.0 Classification 0.0033 mm. 1.8 USCS= SP-SM AASHTO= 0.0024 mm. 1.4 0.0014 mm. 0.9 Remarks

* (no specification provided) Sample No.: Source of Sample: SFMS-2018-5 Date: 3/1/18 Location: Elev./Depth:

Client: Diaz-Yourman Project: San Francisco Main Channel - 5809.03 COOPER TESTING LABORATORY

Project No: 647-004 Figure A28 - 5 Particle Size Distribution Report 6 in. 6 in. 3 in. 2 in. 1-1/2 in. 1 in. 3/4 in. 1/2 in. 3/8 #4 #10 #20 #30 #40 #60 #100 #140 #200 100

90

80

70

60

50

40 PERCENT FINER

30

20

10

0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm % COBBLES % GRAVEL % SAND % SILT % CLAY 0.0 0.0 97.7 2.0 0.3

SIEVE PERCENT SPEC.* PASS? Soil Description SIZE FINER PERCENT (X=NO) Gray Poorly Graded SAND #10 100.0 #30 100.0 #40 100.0 #50 99.7 Atterberg Limits #100 15.6 PL= LL= PI= #200 2.3 0.0535 mm. 1.0 Coefficients 0.0379 mm. 0.7 0.0239 mm. 0.7 D85= 0.271 D60= 0.227 D50= 0.211 0.0138 mm. 0.7 D30= 0.177 D15= 0.147 D10= 0.121 0.0098 mm. 0.7 Cu= 1.88 Cc= 1.14 0.0069 mm. 0.7 0.0049 mm. 0.7 Classification 0.0034 mm. 0.5 USCS= SP AASHTO= 0.0024 mm. 0.4 0.0014 mm. 0.1 Remarks

* (no specification provided) Sample No.: Source of Sample: SFMS-2018-6 Date: 3/1/18 Location: Elev./Depth:

Client: Diaz-Yourman Project: San Francisco Main Channel - 5809.03 COOPER TESTING LABORATORY

Project No: 647-004 Figure A28 - 6

Figure 2. January 2018 Bathymetric Data and Target Sampling Locations, San Francisco Main Ship Channel.

3

A28 - 7