Download as pdf or txt
Download as pdf or txt
You are on page 1of 159

DESIGN BUILD WAREHOUSE MATOC TASK ORDER

MONTEVIDEO, URUGUAY MB10EH21



SOUTH AMERICAN MATOC TASK ORDER

CADD CODE: MB10EH21


SPECIFICATIONS
FOR

DESIGN BUILD
FOR

WAREHOUSE
IMAE
MONTEVIDEO, URUGUAY






GOOD ENGINEERING RESULTS IN A BETTER ENVIRONMENT

U.S. ARMY ENGINEER DISTRICT, MOBILE
109 St. Joseph St
Mobile, Alabama 36602



DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21










THIS PAGE INTENTIONALLY LEFT BLANK
FOR DUPLEX PRINTING












DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


TABLE OF CONTENTS

BIDDING REQUIREMENTS

BIDDING SCHEDULES
CERTIFICATION OF APPLICABILITY OF DEFENSE BASE ACT INSURANCE
EXPLANATION OF BID ITEMS

SPECIFICATIONS

DIVISION 00

00 31 10 METRIC MEASUREMENTS

DIVISION 01 - GENERAL REQUIREMENTS

01 00 00 ADDITIONAL SPECIAL CONTRACT REQUIREMENTS
01 10 10 DESIGN REQUIREMENTS
01 10 12 DESIGN AFTER AWARD
01 32 01 PROJECT SCHEDULE
01 33 00 SUBMITTAL PROCEDURES
SUBMITTAL REGISTER
01 35 29 SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS
01 42 00 SOURCES FOR REFERENCE PUBLICATIONS
01 45 02 QUALITY CONTROL SYSTEM (QCS)
01 45 04 CONTRACTOR QUALITY CONTROL
SAM FORM 696
01 62 35 RECYCLED / RECOVERED MATERIALS
01 78 23 OPERATION AND MAINTENANCE DATA

APPENDIX

DRAWINGS




-- End of Project Table of Contents









DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21











THIS PAGE INTENTIONALLY LEFT BLANK
FOR DUPLEX PRINTING













DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


BIDDERS NAME:________________________________________________________________

BIDDING SCHEDULE

______________________________________________________________________________
Item Estimated Unit Estimated
N Description Quantity Unit Price Amount_______

Base Bid

1. Site Work 1 JOB XXX _____________

2. Disaster Relief Warehouse 1 JOB XXX _____________

3. Medium Tension Line
and Transformer 1 JOB XXX _____________

4. Perimeter Fence 1 JOB XXX _____________

5. Parking Lot 1 JOB XXX _____________

6. Design 1 JOB XXX _____________

7. Social Laws 1 JOB XXX _____________


Total Base Bid _____________


Bid Option

Bid Option N 1

8. Covered Parking 1 JOB XXX _____________

9. Social Laws 1 JOB XXX _____________


Total Bid Option N 1 _____________



Total Base Bid and Bid Option 1 _____________














DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


NOTES FOR BIDDING SCHEDULE

NOTE NO. 1. Bidders must insert a price on all numbered items of each Bidding Schedule.
Failure to do so will disqualify the bid.


NOTE NO. 2. CHECKLIST FOR THE BIDDING SCHEDULE:

a. Is it completely filled out? Y__ NA__

b. It may not be altered either as to quantities or as to items offered. Y__ NA__

c. There can be no language of limitation either as to quantities or as to items offered. Y__ NA__

d. If you corrected your numbers, have you initialed these corrections? Y__ NA__

e. If the bidding schedule has been changed by Amendment, is the bidding schedule that you are
submitting from the most recent amendment ? Y__ NA__

f. Do prices for each bid item include all costs, mark-ups and taxes (if any taxes are imposed)?
Y__ NA__

g. Is the cost of obtaining your bid and performance guarantee included in the total bid price
specified on the bid schedule? Y__ NA__

h. In preparing your bid, remember the Corps does not make advanced payments on its
contracts? Y__ NA__



END OF BID SCHEDULE
















DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


CERTIFICATION OF APPLICABILITY
OF
DEFENSE BASE ACT INSURANCE

The United States Department of Labor (DOL) requires that all U.S. government contractors and
subcontractors at every level must obtain Defense Base Act (DBA) insurance unless one of two exceptions
applies.

A. The place of performance of the contract is covered by a U.S. DOL country waiver. This waiver has
been granted to all countries in Latin America. However this waiver is not applicable to certain
employees. To determine if your company must obtain DBA insurance please answer the following
questions True or False.

1. ___ The personnel to be assigned to this project are not citizens of the United States.

2. ___ The personnel to be assigned to this project are not permanent residents of the United States.

3. ___ The personnel to be assigned to this project were not hired in the United States.

If statements 1-3 are ALL true complete your certification by signing below. You do not have to purchase
DBA insurance. Please note that your subcontractors at all levels must purchase DBA insurance if any of
the above questions are not true for them.

If any of the above statements about your employees is false, you must purchase DBA insurance. The
insurance must be procured through a DBA self-insurance program approved by the U.S. Department of
Labor.

B. If you already have a DBA self-insurance program please check the statement below and sign the
certification.


___ I have a DBA self-insurance program approved by the U.S. Department of Labor.




Signature: __________________________________


Contractor: ___________________________________


Date: ____________________________







DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


EXPLANATION OF BID ITEMS

GENERAL: This section comprises an explanation of the bid items identified in
the bid schedule for each item of work. The bid schedules and the criteria
documents shall be worked together to identify the various items of work to
which each bid item will apply. The Contractor shall bid the work under the
applicable bid item for the specific areas identified in the bid schedule. All
work specified herein shall be accomplished in accordance with the
requirements of the technical provisions of the specifications and the
criteria documents. Payment described for the various bid items will be full
compensation for all labor, materials, and equipment required to complete the
work. Compensation for any item of work described in the contract but not
listed in the bid schedule shall be included in the payment for the item of
work to which it is made subsidiary.

BASE BID

Bid Item No. 1: Site Work.

Payment under Bid Item No. 1 includes all costs for labor, materials,
equipment, etc., and all other items necessary and incidental to Disaster
Relief Warehouse site work, to include clearing, grubbing, and grading the
site, the installation of all exterior utilities in accordance with the
contract documents as described herein.

Bid Item No. 2: Disaster Relief Warehouse.

Payment under Bid Item No. 2 includes all costs for labor, materials,
equipment, etc., and all other items necessary and incidental to construct the
Disaster Relief Warehouse building in accordance with the contract documents
as decribed herein. Item includes all utility connections, interior and
exterior finishes, structures, electrical, plumbing, water, sanitary sewer,
etc, as described in the specifications and indicated on the criteria
drawings.

Bid Item No. 3: Electric Transformer.

Payment under Bid Item No. 3 includes all costs for labor, materials,
equipment, etc., and all other items necessary and incidental to bringing the
medium tension line to the site and Electric Transformer (15 kva) in general
accordance with the criteria drawings and specifications. Item includes all
utility connections, structures, electrical, auxiliaries, power distribution,
interconnection with the main power grid, etc, as described in the
specifications and indicated on the criteria drawings.


Bid Item No. 4: Perimeter Fence.

Payment under Bid Item No. 4 includes all costs for labor, materials,
equipment, etc., and all other items necessary and incidental to the
construction of the Perimeter Fencing in general accordance with the criteria
drawings and specifications. Item includes chain link fencing, gates, posts,
fasteners, concrete footing, tension wires, and any other associated site
improvements not specifically named but identified on the criteria drawings or
specifications.

Bid Item No. 5: Parking Lot.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


Payment under Bid Item No. 5 includes all costs for labor, materials,
equipment, etc., and all other items necessary and incidental to the
construction of the Parking lot in general accordance with the criteria
drawings and project specifications. Item includes Base Coarse material, and
any other associated site improvements not specifically named but identified
on the criteria drawings or specifications.


Bid Item No. 6: Design

Payment under Bid Item No. 6 includes all costs for labor, materials,
equipment, etc., and all other items necessary and incidental to the total
design of the Base Bid Items and Bid Options for this project. Item includes
travel, submittals, printing, meetings, etc, as required to cover the full
design phase of the project.

Bid Item No. 7: Social Laws

Payment under Bid Item No. 7 includes all costs for IVA Tax and Local Social
Laws.

Bid Option N 1


Bid Item No. 8: Covered Parking.

Payment under Bid Item No. 8 includes all costs for labor, materials,
equipment, etc., and all other items necessary and incidental to the
construction of the Covered Parking in accordance with the contract documents
as described herein. Item includes all utility connections, interior and
exterior finishes, structures, etc, as described in the specifications and
indicated on the criteria drawings.

Bid Item No. 9: Social Laws

Payment under Bid Item No. 9 includes all costs for IVA Tax and Local Social
Laws.




















DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


SECTION 00 31 10

METRIC MEASUREMENTS
04/06

1.1 REFERENCES

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

ASTM INTERNATIONAL (ASTM)

ASTM E 621(1994; R 1999e1) Use of Metric (SI) Units in Building Design and
Construction (Committee E-6 Supplement to E380)

IEEE/ASTM SI 10(2002) American National Standard for Use of the International
System of Units (SI): The Modern Metric System

1.2 GENERAL

This project includes metric units of measurements. The metric units used are
the International System of Units (SI) developed and maintained by the General
Conference on Weights and Measures (CGPM); the name International System of
Units and the international abbreviation SI were adopted by the 11th CGPM in
1960. A number of circumstances require that both metric SI units and English
inch-pound (I-P) units be included in a section of the specifications. When
both metric and I-P measurements are included, the section may contain
measurements for products that are manufactured to I-P dimensions and then
expressed in mathematically converted metric value (soft metric) or, it may
contain measurements for products that are manufactured to an industry
recognized rounded metric (hard metric) dimensions but are allowed to be
substituted by I-P products to comply with the law. Dual measurements are
also included to indicate industry and/or Government standards, test values or
other controlling factors, such as the code requirements where I-P values are
needed for clarity or to trace back to the referenced standards, test values
or codes.

1.3 USE OF MEASUREMENTS IN SPECIFICATIONS

Measurements in specifications shall be either in SI or I-P units as
indicated, except for soft metric measurements or as otherwise authorized.
When only SI or I-P measurements are specified for a product, the product
shall be procured in the specified units (SI or I-P) unless otherwise
authorized by the Contracting Officer. The Contractor shall be responsible
for all associated labor and materials when authorized to substitute one
system of units for another and for the final assembly and performance of the
specified work and/or products.

1.3.1 Hard Metric

A hard metric measurement is indicated by an SI value with no expressed
correlation to an I-P value. Hard metric measurements are often used for
field data such as distance from one point to another or distance above the
floor. Products are considered to be hard metric when they are manufactured
to metric dimensions or have an industry recognized metric designation.

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

1.3.2 Soft Metric

a. A soft metric measurement is indicated by an SI value which is a
mathematical conversion of the I-P value shown in parentheses (e.g. 38.1 mm
(1-1/2 inches)). Soft metric measurements are used for measurements
pertaining to products, test values, and other situations where the I-P units
are the standard for manufacture, verification, or other controlling factor.
The I-P value shall govern while the metric measurement is provided for
information.

b. A soft metric measurement is also indicated for products that are
manufactured in industry designated metric dimensions but are required by law
to allow substitute I-P products. These measurements are indicated by a
manufacturing hard metric product dimension followed by the substitute I-P
equivalent value in parentheses (e.g., 190 x 190 x 390 mm (7-5/8 x 7-5/8 x 15-
5/8 inches)).

1.3.3 Neutral

A neutral measurement is indicated by an identifier which has no expressed
relation to either an SI or an I-P value (e.g., American Wire Gage (AWG) which
indicates thickness but in itself is neither SI nor I-P).

1.4 COORDINATION

Discrepancies, such as mismatches or product unavailability, arising from use
of both metric and non-metric measurements and discrepancies between the
measurements in the specifications and the measurements in the drawings shall
be brought to the attention of the Contracting Officer for resolution.

1.5 RELATIONSHIP TO SUBMITTALS

Submittals for Government approval or for information only shall cover the SI
or I-P products actually being furnished for the project. The Contractor
shall submit the required drawings and calculations in the same units used in
the contract documents describing the product or requirement unless otherwise
instructed or approved. The Contractor shall use IEEE/ASTM SI 10 and ASTM E
621 as the basis for establishing metric measurements required to be used in
submittals.



















DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


SECTION 01 00 00

ADDITIONAL SPECIAL CONTRACT REQUIREMENTS
URUGUAY


PART 1 GENERAL

1.2 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK

1) Commence design under this portion of the contract within 8 calendar days
after the date the Contractor receives the notice to proceed.

2) The entire design and construction shall be completed and ready for use not
later than 390 calendar days after the receipt of the notice to proceed.
These times stated for completion shall include final cleanup of the premises.
Provisions stipulated for conducting tests on heating and air conditioning
systems and planting and maintenance of grass are excluded from the completion
time.

3) The time required for the Government to review the design submittals,
attend review conferences, and the Contractor to incorporate review comments
as specified in specification Section 01 10 12 entitled Design After Award,
paragraph: "Design Schedule", will be included in the calendar days, indicated
above.

1.2 Site Visit

For the site visit, the point of contact is Mr. Jorge Valesco; phone number
011-591-2-2168053.

1.2 SUBMITTALS

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

SD-01 Preconstruction Submittals

Work Start; G,CD.

Proposed Changes; G,CD.

Hazard Analysis Plan; G,SO.

Area Use Plan; G,CD.

Electronic Mail System Plan; G,CD

SD-02 Shop Drawings

Protective Fence; G,CD

SD-07 Certificates

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Request for Interruption of Utility Services; G,CD

Request for Road Closures; G,CD

Request for Frequencies; G,CD.

Cellular Telephone Numbers

Request Use of Cranes; G,CD.

Asbestos and Lead Based Paint Certification Letter; G,CD


1.3 LIQUIDATED DAMAGES

(a) If the Contractor fails to complete the design and construction within the
Contract Completion time specified in the paragraph, COMMENCEMENT,
PROSECUTION, AND COMPLETION OF WORK, or any extensions, the Contractor shall
pay to the Government as liquidated damages per day of delay as set forth in
the RFP Letter to be issued by the Contracting Officer's Representative.

(b) If the Government terminated the Contractor's right to proceed, the
resulting damage will consist of liquidated damages until such reasonable time
as may be required for final completion of the work together with any
increased costs occasioned the Government in completing the work.

(c) If the Government does not terminate the Contractor's right to
proceed, the resulting damage will consist of liquidated damages until the
work is completed or accepted.

1.7 ON-SITE UTILITIES

a. Water: There are no sources of water on site that the Contractor may
utilize for his operations.

b. Electricity: The electricity shall be metered and purchased from the
local utility company. Transmission lines are available in limited locations
with limited capacities. The contractor shall be responsible for coordinating
with local utility company as to availability, capacities, costs, metering,
installation of new lines, and providing of transformers. The local utility
company shall approve all temporary utility-line connection locations,
construction, metering and billing procedures. The Contractor shall pay all
deposits, fees and utility usage bills. All new lines installed for
construction only purposes shall be removed after completion.

1.9 BADGING OF CONTRACTOR PERSONNEL

The Contractor shall provide the Contracting Officer's Representative with
the Cedula numbers for all personnel at least five days in advance of the
personnel arriving on site. The Contracting Officer reserves the right to
reject any person and to require the immediate removal of any or all
personnel. The Contractor shall provide all personnel with identification
badges which shall be kept on their persons while performing work on this
project.

1.12 CONTRACT DRAWINGS, MAPS AND SPECIFICATIONS

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

a) The Contractor will be furnished one CD-ROM containing a reproducible copy
of the task order, including plans and specifications. The work shall conform
to the specifications and the contract drawings listed in the technical
provisions.

b) Omissions from the drawings or specifications, the mis-description of
details of work which are manifestly necessary to carry out the intent of the
drawings and specifications which are customarily performed shall not relieve
the Contractor from performing such omitted or mis-described details of the
work but they shall be performed as if fully and correctly set forth and
described in the drawings and specifications.

c) The Contractor shall check all drawings furnished him immediately upon
their receipt and shall promptly notify the Contracting Officer's
Representative of any discrepancies. Figures marked on drawings shall in
general be followed in preference to scale measurements. Large scale drawings
shall in general govern small scale drawings. The Contractor shall compare
all drawings and verify the figures before laying out the work and will be
responsible for any errors which might have been avoided thereby.

d)The list of drawings and maps provided in the Index Sheet of the Plans for
this solicitation are hereby incorporated by reference into these
specifications. Any schedules included in the drawings are for the purpose of
defining requirements other than quantities.


1.13 PHYSICAL DATA

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, surveys and design
documents prepared for the project. Site conditions may vary from those
depicted on the contract drawings.

b. Weather Conditions. Weather conditions to be anticipated are of the
normal tropical nature. A rainy season, consisting of intermittent downpours,
occurs during the months of December through May.

c. Transportation Facilities. The Contractor shall investigate the
condition and availability of transportation facilities. The Contractor shall
maintain access to the site during construction and shall repair any bridge or
road damage resulting from its operations.

1.15 SECURITY

a. The following special security provision shall apply to all Contractor
personnel, associate contractors, and subcontractors working in the applicable
areas. The Contractor can expect reasonable delays in complying with these
requirements. The Contracting Officer reserves the right to refuse badges and
entrance onto the Base to any persons and vehicles.

b. Country I.D. numbers are required to be displayed on the badges.

c. Personnel who are terminated prior to the expiration date of their badges
shall turn in the badge to the Prime Contractor.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


d. When required by the Contracting Officer's representative, the Contractor
shall obtain and submit fingerprints of all persons employed or to be employed
on the project. The Contractor shall maintain a current list of all personnel
who were authorized badges for this project. The list shall contain the
expiration date and the date of the badge turn in if terminated. The list
shall be submitted to the Contracting Officer's representative upon request.

1.16 QUARTERS

No Contractor quarters or housing are available in the host country from the
United States Government.

1.17 CONTRACTOR FURNISHED VEHICLE
The contractor shall provide for use of the Contracting Officer or his
representative, one vehicle and a driver during the life of the contract.
The contractor shall provide a four door vehicle not more than two years old.
Contractor shall verify vehicle is fully insured during the life of the
contract.
The vehicle and the driver shall be available three days per month on a non-
continuous basis.


1.19 ADDITION TO COMPLIANCE WITH LAWS, RULES AND CUSTOMS

In the event of hostilities or the threat of hostilities for which the
Government assumes the risk of loss, damage, destruction and/or increase in
cost under Section 00800 Paragraph: War Risks of the base contract. The
Government of URUGUAY will determine the security requirements for the
contract. Prior to the commencement of work, the Contractor will assure that
he is informed of the security requirements and coordination required for the
project.
Contractor security will be coordinated with the appropriate agencies in the
Government of URUGUAY. Exact security arrangements will depend on the need of
the Contractor, the security risk at the time, and the security resources
available in the Government of URUGUAY.

Job Site Security: Security of personnel, equipment and materials is to be
coordinated with the Government of URUGUAY. The point of contact (SPOC) will
be identified at the Preconstruction Conference.

If the Government of URUGUAY determines that the Contractor requires security
of equipment and materials during transport to the job site, the Contractor
must coordinate directly with the Government of URUGUAY point of contact
(SPOC) prior to transportation occurring. The SPOC will be identified at the
Preconstruction Conference. Within 10 days after the Preconstruction
Conference, the Contractor must submit his proposed transportation schedule to
the SPOC for approval. Based on the approved transportation schedule, the
Contractor will make a formal request for security to the SPOC at least 10
days prior to the shipping occurring. Changes to the initial transport
schedule are permitted but must submitted at least 10 days prior to the change
occurring. Nothing in this clause relieves the Contractor of his
responsibilities under Paragraph: War Risks.

1.20 CONTRACTOR PREPARED AS-BUILT DRAWINGS

a. In accordance with SPECIAL CONTRACT REQUIREMENT paragraph: CONTRACT
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

DRAWINGS, MAPS AND SPECIFICATIONS, the Government will furnish the Contractor
on CD ROM one electronic set of solicitation drawing files and any amendments
for use in preparation of as-built drawings by the Contractor. Copies of the
drawings will be the responsibility of the Contractor. The as-built drawings
shall be a record of the construction as installed and completed by the
Contractor. They shall include all the information shown on the contract set
of drawings and serve as a record of all deviations, modifications, or changes
from those drawings, however minor, which were incorporated in the work, all
additional work not appearing on the contract drawings, and all changes which
are made after final inspection of the contract work. In the event the
Contractor accomplishes additional work which changes the as-built conditions
of the facility after submission of the as-built drawings, the Contractor
shall furnish revised and/or additional drawings as required to depict asbuilt
conditions. The requirements for these additional drawings will be the same as
for the as-built drawings included in the original submittal.

b. Red line as-built drawings: The Contractor shall have on his staff,
personnel to mark up a set of paper copy construction drawings to show the
asbuilt conditions. These as-built marked copies shall be kept current and
available on the job site at all times. All changes from the contract plans
which are made to the work or additional information which might be uncovered
in the course of construction shall be accurately and neatly recorded, as the
events occur, by means of details and notes. The Contractor shall call
attention to entries by redlining areas affected. The red line as-built
drawings will be jointly inspected for accuracy and completeness by the
Contracting Officer's representative and a responsible representative of the
Contractor prior to submittal of each request for payment. The Contracting
Officer's approval of the current status of the as-built drawings shall be a
prerequisite to the Contracting Officer's approval of request for progress
payment and request for final payment under the contract. The drawings shall
show the following information, but not be limited thereto:

(1). The location and description of any utility lines or other
installations of any kind or description known to exist within the
construction area. The location includes dimensions to permanent features.

(2). The location and dimensions of any changes within the
building or structures.

(3). Correct grade or alignment of roads, structures or utilities
if any changes were made from contract plans.

(4). Changes in details of design or additional information
obtained from working drawings specified to be prepared and/or furnished by
the Contractor including but not limited to fabrication, erection,
installation plans and placing details, pipe sizes, insulation material,
dimensions of equipment foundations, etc.

(5). All changes or modifications which result from the final
inspection.

(6). Options: Where contract drawings or specifications allow
options, only the option selected for construction shall be shown on the
asbuilt drawings.

(7). Extensions of Design: Shop Drawings such as structural
fabrication and erection drawings, fire alarm systems, and sprinkler systems
that will require extensive redrafting effort in order to create a electronic
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

set will not be required to be incorporated into the electronic set. They will
be included as an Appendix to the paper copy set.

c. Submittal of as-built drawings for review and approval: The Contractor
shall participate in monthly review meetings with the Contracting Officer to
show the progress made the preceding month and make all required changes. At
time of final construction inspection, the Contractor shall submit one copy of
the red lined as-built drawings to the Contracting Officer for his review and
approval. The as-built drawings shall be certified as to their correctness by
the signature of an authorized representative of the Contractor. Upon
Government approval of the Contractor's redlined copy of the as-built
drawings, the Contractor shall prepare and provide two electronic sets of
asbuilt drawings by incorporating the red line marked up notations on the
construction drawings into the electronic set of solicitation drawings and
amendments. In addition to the electronic sets of as-built drawings which
shall be submitted on a CD-ROM, the Contractor shall also submit a full size
set of as-built paper drawings. Submittals are to be to the Contracting
Officer not later than ten (10) calendar days after project completion date.

d. Final Drawing Format.

(1). The solicitation drawing files and any amendments thereto will be
furnished to the Contractor in electronic format. The solicitation drawing
files have been prepared in MicroStation and/or AutoCad format. The drawing
file indicates the format which the drawing was developed. The Contractor
shall utilize the latest version of AutoCad to revise/redraft each
solicitation drawing and/or amendment drawing to reflect all changes made
during construction as indicated by the red line marked up notations on the
construction drawings. Revisions/redrafting shall match the font styles,
sizes, and formats; line weights/thickness and styles/types; and all other
drafting elements used on the solicitation drawing/amendments. All elements
must be incorporated into each as-built drawing file; the use of reference
files shall not be permitted.

(2). All revisions made to the solicitation drawings and/or amendment
drawings to reflect changes made during construction shall be flagged and
shall have the revision block completed as follows. The entry in the
description column of the revision block shall read "AS-BUILT". The date of
the revision and one approving initial from a responsible person within the
Contractor's Firm shall also be included in the revision block. Above the
drawing title block the drawing will be labeled in bold letters "AS-BUILT".
The flagged changes and revision block format shall be in accordance with the
examples shown in the Mobile District Design Manual located on the Internet at
http://www.sam.usace.army.mil/sam/en/guides/DesMan/desman.htm. The Contractor
shall also furnish a revised index of drawings to match the actual design
drawings. The drawing title blocks shall be in a uniform format to match the
requirements as specified in the Design Manual.

(3). The two electronic sets of as-built drawing files shall be
submitted in AutoCad format.

(4). The hard copy reproducible set of as-built drawings shall be
submitted unbound on paper. The drawings shall be the full size.

e. Payment: No separate payment will be made for the as-built drawings
required under this contract, and all costs in connection there-with will be
considered a subsidiary obligation of the Contract.

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

1.23 COORDINATION CONFERENCES

A Weekly Coordination Conference shall be conducted by the Contractor
throughout the life of this contract. Coordination conferences will be held
to discuss contract administration, Contractor quality control, phasing,
scheduling, and other aspects relating to this construction. The customer,
the using agencies, the Corps of Engineers and the Contractor will be
represented at each of these meetings. The Contractor shall furnish a briefing
package containing detailed current briefing information. The Contractor will
build and maintain briefing charts on the wall of the Conference Room at the
Office of the Contracting Officer. These charts will be of sufficient number
and detail to clearly show current status, historical data, projected status
on all items of work.

1.25 CONTRACTOR'S AREA USE PLAN

The Contractor shall submit an Area Use Plan to the Contracting Officer's
Representative, for approval, within thirty (30) days after receipt of Notice
to Proceed. The Area Use Plan shall show the following:
a) Location of Contractor, sheds and trailers.
b) Location of all Contractor storage areas.
c) Location of Contractor staging areas.
d) Temporary utility tie-ins.
e) Location of Contractor security fencing.
f) Location of project sign.
g) Required telephone service and locations.

1.26 CONSTRUCTION MATERIALS

All construction materials shall remain in the designated staging area until
ready for use. Storage of materials in areas other that the designated area
will not be allowed.

1.27 INTERRUPTION OF UTILITY SERVICES

Planned interruptions of utility services (electrical power, water, natural
gas, etc.) shall be detailed and coordinated by the Contractor. Requests for
interruptions which will involve base facilities other than in this contract
shall be submitted in writing by the Contractor to the Contracting Officer's
Representative at least 10 (ten) working days before the planned outage. If
the outage affects only the facility in this contract, the request shall be
submitted at least 3 (three) working days before the planned outage.
Contractor shall not interrupt service(s) until approval has been granted.
Requests shall include facility/facilities affected, date of scheduled outage,
and duration. Requests for interruption of service(s) will not be approved
until all equipment and materials required for that particular phase of work
are on the job site. Interruptions will be granted Monday through Friday for
the following times: 7:15 A.M. until 11:00 A.M. and 12:30 P.M. until 4:00 P.M.
If weekend (Saturday and Sunday) outages are required or are preferred, they
shall be coordinated as specified above.

1.28 ROAD CLOSURES

Planned road closures shall be detailed and coordinated by the Contractor.
Requests for road closures shall be submitted in writing by the Contractor to
the Contracting Officer's Representative at least 10 (ten) working days before
the planned closure. When it becomes necessary to close roads for
construction, the contractor shall immediately put in place the necessary
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

signs and barricades required. All traffic control devices (signs,
barricades, pavement markings, traffic signals, intersection control beacons,
delineators, etc.) shall conform to the FHWA Manual on Uniform Traffic
Control Devices and the FHWA publication Standard Highway Signs, most current
edition. These include but are not limited to begin/end construction signs,
standard traffic control signs including clearly marked detours and barricades
with yellow flashing caution lights. Hand painted plywood signs (or other
materials) are not allowed or acceptable. Upon completion of road work, all
signs and barricades shall be immediately removed and all normal traffic
control devices and signs returned to their original condition. Signs and
barricades shall not be left along sides of roadways.

1.29 RADIO TRANSMISSIONS

To avoid conflict with transmission frequencies currently in use at the base,
the Contractor shall submit a written request for use of each radio device to
be used at the job site. The request shall contain: (1) a list of all radios
to be used with serial number, (2) frequencies to be used, (3) power output,
and (4) a copy of the FCC license for each device. The Contracting Officer's
Representative reserves the right to order the Contractor not to use radios in
times of sensitive base operations. The Contractor shall provide to the
Contracting Officer's Representative a point of contact to be notified when
all radio transmissions must cease due to sensitive base operations and when
radio operations can resume. Radios shall not be used until the Contractor
receives written approval from the Contracting Officer's Representative.

1.30 CELLULAR TELEPHONES

The Contractor may use cellular phone for communication with his personnel.
This will not relieve the contractor from the requirement to provide and use
radios for communications with the control tower and the Contracting Officer's
Representative. The telephone number(s) and Points of Contact shall be
furnished to the Contracting Officer's Representative.

1.31 REQUIREMENTS FOR TEMPORARY CRANES

All cranes used by the Contractor for construction purposes will require
written acceptance for their use by the Contracting Officer's Representative.
All requests shall be made seven (7) days in advance of the crane's arrival on
the job site and shall include such information as total operating height,
mode of transportation and delivery to the project site, period of use and
methods of conforming to all safety and airfield operations procedures. Cranes
operating at night shall require a red blinking light at the highest point on
the crane boom which conforms to Federal Aviation Administration (FAA)
requirements. When not in operation, crane booms shall be in the lowered
position.

1.32 SAFETY MARKINGS ON CRANE BOOMS

All cranes shall have a red strobe light and two flags attached to the end of
the boom. The flags shall be 46 cm square and international orange in color.
The strobe does not need to be flashing during daylight hours or when the boom
is lowered to the ground at night. The strobe shall be flashing when operating
during weather in which visibility is reduced or when operating at night. The
strobe shall remain flashing if the boom remains elevated at night.

1.21 HAZARD ANALYSIS

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

A Hazard Analysis Plan, as described in Section 1, Article 01.A.05 of the
Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, current
edition, is required for this contract.

1.22 SANITATION

The Contractor shall provide sanitation for workers in
accordance with the latest edition of EM 385-1-1.

1.23 SAFETY AND HEALTH REQUIREMENTS

The current edition of the Corps of Engineers Safety and Health Manual, EM
385-1-1 shall apply in full to this contract. Also refer to Section 01 35 29
SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS.

1.24 CELEBRATE SAFETY

The Contractor is invited to participate in the Corps of
Engineer's CELEBRATE SAFETY initiative. The initiative is not mandatory and
will be explained at the Preconstruction Conference.

1.36 COLLECTION OF TRASH AND DEBRIS

The Contractor shall provide means for the daily collection of all trash and
debris generated by his operations. Collected materials shall be removed from
the project site at least weekly or more frequently as required.

1.37 CONTRACTOR'S OFFICE STAGING AREA

The Contractor shall be designated a staging area for his temporary
establishment of offices, storage facilities, and maintenance areas. Office
spaces provided by the contractor shall be kept in neat, clean conditions at
all times. All staging areas shall be fenced. The Contractor shall provide all
necessary utility connections. All office areas shall be provided with
sanitary facilities.

1.38 CONTRACTOR'S USE OF PUBLIC FACILITIES

The Contractor shall demonstrate to the Contracting Officer's Representative
that he has satisfactorily identified himself with all local government
authorities, including but not limited to the Public Works Departments, in his
area of operations. He shall provide a scope of his activities, his company
name, address, telephone numbers , and local and home office points of
contact.

1.39 ELECTRONIC MAIL SYSTEM

The Contractor shall provide and maintain for the life of this contract an
electronic mail system which shall interface, connect to and be compatible
with the existing electronic mail system in the Corps of Engineers Resident
Office. The Contractors electronic mail system shall transfer and receive
correspondence between the Resident Office without loss or modification of
formatting codes or special characters.

The Resident Office is currently utilizing Lotus Notes for Windows and is
Internet accessible. The Corps Internet E-mail gateway accepts binary files
in unencoded format, with a limit of 10Mb per E-mail message. Internet
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

messages may be sent to any Mobile District Corps of Engineers Employee using
the form <First Name>.<Middle Initial>.<Last Name>@sam02.usace.army.mil
without the brackets surrounding the names. The contractor's electronic mail
system shall have the capability of sending and receiving text, graphic, and
drawing files developed on the following software:

1) Microsoft Word, Version 2000 or newer
2) WordPerfect, Version 12.0
3) AutoCad, Version 2002
4) Adobe Acrobat, Version 6.0

The Contractor shall bear the responsibility to ensure total hardware and
software compatibility with the Government's system when transferring and
receiving information.

All Requests For Information (RFIs) including field sketched drawings shall be
scanned, saved into a ".pdf" format using Adobe Acrobat 3.0 software, and
transmitted to the Corps electronically via email. Within 10 days after
receipt of NTP, the Contractor shall submit for approval an electronic mail
system plan which details the hardware, software, communication paths,
processes and procedures for establishing and maintaining the Contractor's
electronic mail system.

1.29 ASBESTOS MATERIALS AND LEAD BASED PAINTS

The Contractor shall not use materials containing Asbestos or Lead Based
Paints in the construction of this facility.

Upon completion of the construction, the Contractor shall submit two copies of
a Certified Letter to the Contracting Officer's Representative (COR) stating
that no lead based paints or materials containing asbestos were used in the
construction of the new facilities. One copy of the letter will be filed with
project documents in the Resident Engineer's Office. The COR will deliver the
remaining copy to the Base Environmental Office.

PART 2 PRODUCTS (NOT APPLICABLE)

PART 3 EXECUTION (NOT APPLICABLE)




















DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21



SECTION 01010



1. PROJECT DESCRIPTION

1.1. BACKGROUND

1.1.1. The Montevideo HAP Disaster Relief Warehouse will offer
immediate response to natural disasters, and to minimize their
impacts in an efficient manner. To properly function, the Warehouse
must provide an effective working environment for the organization.
The building includes a Warehouse, office, bathrooms, all of this to
be implemented in Montevideo, Uruguay. The Design/Build project will
follow the criteria contained in this document, the building codes
and any additional specifications that are available on the web
sites:

1.2. LOCATION

1.1.1. The project is located in Montevideo, Uruguay. Montevideo is
situated in the south of the country, at the northern mouth of the
very wide River Plate (Ro de la Plata) estuary. The geographic
coordinates are 34,5S, 56W. Uruguay has a temperate climate
characterized by warm summers and mild winters. Rainfall is fairly
evenly distributed throughout the year with an average annual
precipitation of 1,090 mm (36 inches). The coolest month is June and
the warmest is January. The prevailing winds are a northerly hot
wind that blows in summer and a cold southerly wind that blows in
winter. Average temperatures in Montevideo range from 6 to 14
degrees Celsius (43 to 57 degrees Fahrenheit) in July to 17 to 28
degrees Celsius (63 to 82 degrees Fahrenheit) in January. The
population is about 1,300,000 people.

1.2. SITE

1.2.1. The site is located inside of (IMAE) (Instituto Militar de
Armas y Especialidades del Ejercito), The geographic coordinates of
site are 34 48` 53.5``S, 56 5` 43.5``W. The front side of the
land is on Maldonado Street. The land for the warehouse has an area
of approximately 3136 m
2
.

1.3. PURPOSE

1.3.1. The purpose of this specification section is to describe the
requirements for appearance, function, and equipment, materials, and
types of construction in sufficient detail to enable engineering and
design to be completed by the Contractor. In this specification
section, each engineering and design discipline describes design
intent and outlines the parameters to which the Contractor shall
design.

1.3.2. Section 01010 - DESIGN REQUIREMENTS defines the design and
performance criteria. The applicable Uruguayan building codes and
standards shall be used as the minimum criteria to develop the
construction documents for areas of work not specifically defined.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


1.3.3. Section 01012 - DESIGN AFTER AWARD defines the format and
submittal requirements in which the design and the construction
documents shall be prepared by the Contractor.



1.4. GENERAL FACILITY CRITERIA

1.4.1. The warehouse will be the answer to the immediate attention
for the population in cases of disaster. A professional image is
required and should be reflected in the facilitys functional
arrangement and the overall quality of the facilitys appearance.

1.4.2. The Contractor shall design and construct the warehouse at
IMAE resulting in a complete and useable facility. In order to work
within budget constraints, the Contractor shall not design or
construct any facilities outside of the 5 foot building line.
Procurement of furniture shall not be included in this contract.

1.4.3. The warehouse is a one structure approximately 453 s.m. It
shall be steel and reinforced concrete construction as defined in
the latest edition of the International Building Code. No asbestos
containing materials shall be used in this project.

1.4.4. Certain areas of the warehouse and additional facilities
shall meet functional requirements. The facility shall be provided
with water systems and electrical systems as required by local
building codes.

1.4.5. All materials to be used in the construction shall comply
with the following requirements (at a minimum):
Certified quality;
Local availability of materials in commercial grades;
and
Local technical regulations shall be followed.


2. GENERAL DESIGN CRITERIA



2.1. QUALITY OF WORK

2.1.1. Construction documents shall be sufficient to afford a clear
understanding of the construction work required. The work shall be
organized in a manner that will assure thorough coordination between
the various details on the drawings, and between the drawings and
the specifications. The Contractor shall cross-check all work until
all conflicts have been reconciled. The US Army Corps of Engineers,
Mobile District Design Manual, current edition, and Corps of
Engineers Guide Specifications (UFGS) are available on the internet
at: http://www.sam.usace.army.mil/en/en.htm shall be used as the
basis for format and preparation of construction documents.

2.1.2. Construction Documents. The Contractor shall prepare
complete construction documents for all work designed as required by
the RFP. The construction documents to be prepared include, but are
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

not limited to construction drawings, specifications, submittals,
and design analyses as required in Section 01012, Design After
Award. The Contractor's Designers of Record shall develop
construction document technical specifications for all areas of
work.

2.1.3. Responsibility. The Contractor shall be responsible for the
professional quality, code compliance, technical accuracy and
coordination of all designs, drawings, specifications and other
documents or publications upon which the design and construction are
based.


2.2. COORDINATION BETWEEN THE VARIOUS DISCIPLINES

2.2.1. The Contractor shall be responsible for the coordination
between design, engineering and construction disciplines in order to
fulfil the requirements of this contract and to provide for a
complete, integrated and functional design.

2.3. ENVIRONMENTAL

2.3.1. There is no building demolition in this project, therefore
the Government anticipates that the Contractor will NOT be required
to remove or dispose of hazardous materials or waste such as
asbestos and lead paint during the site preparation phase of this
project.

2.3.2. The Contractor shall identify, as a part of the submittals
required by this contract, the specific disposal site or sites for
any waste materials generated by the Contractors operations.

2.4. OPERATIONS AND MAINTENANCE

2.4.1. O&M information shall be provided on the following equipment
if incorporated in the work: communication and ADP systems,
security and intrusion alarm, material handling, photovoltaic,
paging, HVAC and any other special systems not otherwise specified.

2.5. CONFLICTS IN CRITERIA

2.5.1. Various codes or code requirements are cited throughout this
RFP. Where there is a conflict between the RFP and building codes,
the most stringent shall apply. When codes are in conflict, the
most stringent shall apply. The code listing is not intended to be
a complete list. All work shall be designed and constructed to meet
all state and federal codes, standards and laws. Refer to the
technical specifications for other standards and references not
listed in this specification section. Where the various elements of
technical criteria provided in this RFP (drawings and technical
specifications) are in conflict, the following priority shall be
used to establish precedence:

1. Section 01010 Design Requirements
2. Technical Specifications
3. Criteria Drawings


DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

2.6. CODES, STANDARDS, REGULATIONS AND RECOMMENDED PRACTICES

2.6.1. Unless otherwise specified or noted hereinafter, the
construction of all utility work, including site improvements shall
conform to Uruguayan and International codes as follows:

ASTM
NEC
IBC
NEMA
UL
ANSI
ACI American Concrete Institute
ANSI American National Standards Institute
ASTM American Society for Testing and Materials Standards
International Building Code, International Code Council
International Plumbing Code
International Building Code
International Fire Code
International Mechanical Code


2.6.2. All work shall be designed and constructed in accordance
with the criteria contained herein using industry standard materials
and efficient practices. The Contractor shall use materials and
equipment accepted within the construction industry. The building
design and the materials selected shall be high quality, durable and
easily maintained.

3. SPECIFIC ENGINEERING AND DESIGN CRITERIA

3.1. SITE WORK

3.1.1. GENERAL

3.1.1.1. The warehouse shall be located from a contiguous way to the
existent building according to the location proposed as shown
on the Concept Site Plan included in the RFP.

3.1.1.2. All spare material of waste shall be removed from the
confines of the Site and disposed of in a legal and regulated
manner off Government property. The Contractor shall be
responsible for all disposal permits and regulations.

3.1.1.3. The site has public utilities such as: electricity, water
distribution system, sanitary sewer system, storm drainage
system. The contractor shall be responsible for determining
the exact and nearest location of utility connections, and
obtaining any required permits.

3.1.2. GRADING AND DRAINAGE

3.1.2.1. The Contractor shall confine all work to within the project
boundaries indicated on the attached drawings. Under no
circumstances may the Contractor perform any work off the
property limits unless authorized. To the maximum extent
possible, the project site shall have a balanced cut and fill.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

All structures and pipes shall incorporate protective measures
to prevent child access. All inlet and manhole structures
shall not contain a sump so as to prevent pounded water at the
bottom of the structures. If any conditions encountered are
not acceptable to the government, these sections will be
repaired to the governments satisfaction prior to acceptance.

3.1.2.2. Storm drainage shall be designed for a 10-year flood and
shall meet minimum local requirements. All runoff onto the
site from adjacent properties shall be included in the storm
drainage calculations.

3.1.2.3. Provide positive drainage away from buildings. Drywells are
not desired and shall be permitted only on an exception basis.
Surface drainage shall flow away from each building The minimum
slope for a grassed area shall be 1% and the minimum slope for
a paved area shall be 0.50%.

3.1.3. WATER DISTRIBUTION SYSTEM

3.1.3.1. The Contractor shall connect to existing water
distribution system at the site boundaries, and design and
build additional water distribution lines (as required) for the
new facility. The new water lines shall be designed and
constructed in accordance with the criteria contained herein.

3.1.3.2. The design of the water distribution lines shall provide
adequate quantity at sufficient pressure for commercial use.
The Contractor shall determine minimum pressures required in
accordance with applicable plumbing and fire protection
criteria. The water service lines, distribution lines, and
appurtenances shall be designed and installed in accordance
with the International Plumbing Code and manufacturers
recommended procedures. In addition, the designer shall comply
with local regulations that apply. Building supply lines shall
be sized to meet peak demands with no more than 10-psi pressure
loss between the mains and the building.

3.1.4. WASTEWATER

3.1.4.1. The wastewater collection and conveyance system shall be
designed in accordance with local Uruguayan regulations that
apply. The Contractor shall design and build a new sanitary
sewer service or collection system, if required, that will be
connected to the existing gravity sewer system at the boundary
of the new warehouse. The new sewer lines shall be laid on
adequate slopes in order to obtain the proper cleansing
velocities. If gravity flow is unobtainable, a grinder pump or
raw water pump lift station with force main system shall be
required to tie the new facility to the existing gravity sewer
system. The minimum size sewer laterals shall be 6 inch and
the minimum slope of the 6-inch line is 0.6%. Provide a
minimum of one lateral per building. Provide a cleanout at the
entrance of the lateral to the building. The minimum size
sewer main shall be 6 inch and the minimum slope of an 6-inch
line is 0.4%. All sewer lines should be P.V.C. pipe unless
otherwise approved.

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


3.1.4.2. The wastewater conveyance system shall comply with all the
above requirements and shall be compatible with the wastewater
to be conveyed. The materials specified shall withstand the
effects of the wastewater and not deteriorate as a result of
pollutants in the wastewater.

3.1.4.3. Manholes shall be provided at junctions of gravity sewers
and at each change in pipe direction, size or slope. Manholes
may be brick, concrete block or cast-in-place concrete.
Manholes shall be in areas that are readily accessible for
operation and maintenance purposes.


3.1.5. PERMITS

3.1.5.1. The Contractor shall determine permit requirements as part
of the design process and shall submit draft permit
applications as part of the submittal process.

3.1.5.2. The Contractor shall obtain all permits for the project.
The approved permit application must be provided to the
Contracting Officers Representative prior to starting
construction on any of these activities.

3.2. GEOTECHNICAL

3.2.1. GENERAL
3.2.1.1. The contractor shall be responsible for determination of
actual soil conditions present at the site, and design to suit
those conditions. It shall be the contractor's responsibility
to investigate the subsurface soil conditions, and ground water
table beneath final structure locations, and complete the
design for the facility using contractor-developed data. The
contractor shall be responsible for obtaining all required
drilling permits.

3.2.2. BORINGS

3.2.2.1. The contractor shall provide a minimum of one (1) boring per
400 square meters of building footprint or fraction thereof,
one (1) boring per 100 linear meters of paved road, and one (1)
boring per 2,300 square meters of parking. The contractor
shall provide a minimum of one boring at each building site.
All borings shall be continuously sampled by a splitspoon
sampler in accordance with ASTM D-1586, with samples visually
classified at 0.5 meter intervals in accordance with the
Unified Soil Classification System (ASTM D 2487). The depth to
water (if encountered) shall be recorded. Under buildings,
borings shall extend to the depth of 7 meters or refusal, and
under roads and/or parking areas, to a depth of 2 meters.

3.2.2.2. The contractor shall obtain soil samples for testing as
required for the computation of bearing capacities, settlement
calculations, lateral earth pressure calculations, temporary
and permanent dewatering designs, etc. A dated drilling log
shall be provided for each boring drilled. All borings shall
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

be continuously sampled by a split spoon sampler and standard
penetration blow counts recorded. The approximate elevations
and locations of borings drilled shall be provided on each
boring log.

3.2.3. REPORT

3.2.3.1. The contractor shall provide his own geotechnical report
complete with recommendations specific to the geotechnical
design requirements at the site. The report shall include
drilling logs, the results of soils test data, and a plan
showing the location of each boring as drilled. The contractor
shall use the data from his own investigation to provide
bearing capacity analyses, settlement calculations, lateral
earth pressure calculations, temporary and permanent dewatering
designs, and deep foundation design such as piling and/or
caissons, as applicable. A copy of the report shall be
provided to the Corps of Engineers for review approximately at
mid-point of design.

3.3. TOPOGRAPHIC SURVEY

3.3.1. GENERAL

3.3.1.1. The contractor shall be responsible for verifying elevations
and determining any additional required topographical data.

3.4. ARCHITECTURAL DESIGN CRITERIA

3.4.1. GENERAL

3.4.1.1. Architectural Design Criteria will provide a cost effective
design which give consideration to initial cost, maintenance
cost, local materials, safety and quality of life. Building
design will be based on the floor plans, elevations, sections
and generally of the dimensions shown on the criteria drawings.
However, in no case shall the building dimensions be
substantially smaller than what is indicated on the criteria
drawings. Finished floor elevations for the buildings shall be
established by the Contractor to provide positive drainage and
to conform to road elevations/site grading/site drainage shown
on the criteria drawings on the site grading plans. The
Contractor shall be allowed some flexibility in the design and
construction of the buildings in this project; however, in
general terms, the project shall be accomplished within the
following parameters:

3.4.1.2. Specific spaces shall include base bid: administrative
office, and bathroom, warehouse, chain link fence, power
transformation. (bid option # 1: Storage)

3.4.2. CODES, STANDARDS, REGULATIONS AND RECOMMENDED PRACTICES

3.4.2.1. Structural design (construction and materials) shall comply
with the International Building Code, most recent edition and
local Uruguayan Code requirements. In case of a conflict
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

between the requirements, the most stringent requirements will
govern.

3.4.3. FOUNDATIONS

3.4.3.1. Permanent foundations shall be provided. Footings shall be
reinforced concrete.
3.4.3.2. SLABS ON GRADE: Reinforced Concrete.

3.4.4. COLUMNS
3.4.4.1. Shall be with structural shapes metallic

3.4.5. ROOF

3.4.5.1. Roof shall be steel or aluminum galvanized 26 gage or
thicker panels. Provide minimum 10 year manufacturers
warranty. Minimum slopes for roofs shall be 25%. Flashings
made of nonferrous metal shall be provided at all valleys and
projections through the roof, and provide drip edges at all
eaves. Roof water shall be diverted away from entrances.
Splash blocks shall be provided under downspouts not connected
to storm drainage system. Heavy duty vinyl or metal gutter and
downspouts for each unit shall be provided at all roof eaves
where the water wills runoff directly onto the ground. Roof
framing shall be structural steel with steel joists or cold-
formed steel trusses. Profiles drawer will be used and coastal
of structural steel of quality it to-37-24-is with limit of
fluency of 2400 kg/cm2; normal welding AWS, electrode AND-6011
and fasteners of anchorage of quality SAE 1010

3.4.6. EXTERIOR WALLS AND FINISHES

3.4.6.1. Exterior walls shall be galvanized 26 gage corrugated sheets
over type C profiles. Wood framing shall not be used. Pre-
engineered metal building shall not be used.

3.4.7. INTERIOR WALLS AND FINISHES

3.4.7.1. The warehouse will have 4 m of height from the floor to the
lower cover level, the bathroom and the office they will have a
height from 2.7 of the floor to the ceiling, the walls of the
bathroom and the office they will be made of ceramic brick,
both spaces will be covered by an lightened deck slab of armed
concrete at the level of 2.7 m. Life Safety analysis shall
indicate which partitions must extend to the structural deck
above. Interior partitions shall be as indicated in the
conceptual floor plan (attached). Provide fire rating
construction per local life safety and fire codes. Floor slabs
and interior partitions surrounding mechanical rooms shall have
isolation joints to restrict the passage of vibration to
adjacent public use spaces.

3.4.8. DOORS

3.4.8.1. All exterior doors and frames shall be metal, painted
galvanized hollow metal matching the adjacent wall color.
Exterior doors shall be insulated. All exterior and interior
hollow metal frames shall be welded type construction. Frames
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

shall be galvanized. Knock-down frames shall not be used.
Frames shall be field painted. To the maximum extent possible,
frames shall wrap around partitions. Frames at masonry walls
shall be grout filled. Interior doors shall be minimum 4.4 cm
thick wood (paint or natural grade) solid core, flush type.
Provide interior thresholds of nonferrous metal, stone, or
hardwood where flooring materials or floor levels change. Door
hardware shall be provided for all doors. Hardware components
shall be commercial grade. Wall mounted door bumpers shall
be provided and installed and adequately blocked to protect
adjacent walls. All locks shall have key removable type of
cores with construction keying capability. Four keys shall be
provided for each lock. A key cabinet shall be provided where
designated by the user. The entire facility shall be "Master
Keyed" with six sets of master keys furnished to the
Contracting Officers Representative.

3.4.9. WINDOWS

3.4.9.1. Single hung aluminum windows matching entry doors shall be
used. All exterior windows shall have solid surface sills with
a minimum thickness of 1.9 cm and rounded edge. Windows shall
be of standard stock dimension and design. Weather stripping
shall be factory applied. Factory standard locks shall be
included. Screens windows shall be the window manufacturers
standard design for use with the windows being provided.



3.4.10. CHAIN LINK FENCING

3.4.10.1. Chain link fence shall be installed in the perimeter
of the place as it is shown in the schematic drawings in a
longitude of 230 m approximately. Chain link fencing shall be
2.5 m in height and constructed of 9 Ga. Galv. chain link
fabric and concertina wire or three stands barbed wire.
3.4.10.2. Line posts shall be a minimum of 64mm (2.5) diameter
Galvanized pipe with sufficient length for a minimum of 0.9 m
depth concrete footing and spaced no more than 3 m. on center.
Corner and end posts shall be a minimum of 76mm (3) Galvanized
pipe with sufficient length for a minimum of 0.9 m depth
concrete footing. Local pre-fab concrete posts and local
material/design to be approved by The Contracting Officers
Representative.
3.4.10.3. Accessories as required by manufacturers
recommendation and/or common industrial practice.



3.4.11. MISCELLANEOUS

3.4.11.1. The Contractor shall provide 2 each type ABC wall-
mounted fire extinguishers and battery smoke detectors in
easily accessible locations.


3.5. STRUCTURAL DESIGN CRITERIA

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

3.5.1. GENERAL

3.5.1.1. The Contractor shall be responsible for the structural
design or verification of all structural components of the
project. Complete structural system for the structural
components of the project shall include concrete foundations,
columns, floors, and walls, and masonry walls.

3.5.1.2. The Structural Engineer shall be responsible for the design
of all structural components of the project. Complete
structural drawings for these facilities shall include
foundations, walls, roof framing (if any), and vertical and
lateral load resisting systems. In addition, the Structural
Engineer is responsible for the design of all lesser related
structures such as utility vaults, pits, screen walls,
retaining walls, pipe supports, etc., which may be shown on
other disciplines drawings.

3.5.2. CODES, STANDARDS, REGULATIONS AND RECOMMENDED PRACTICES

3.5.2.1. Structural design (construction and materials) shall comply
with the International Building Code, most recent edition and
local Uruguayan Code requirements. In case of a conflict
between the requirements, the most stringent requirements will
govern.

3.5.2.2. Assembly shall be true and plumb and within specified
construction tolerances for all alignments represented on the
drawings.

3.5.3. DESIGN LOADS

3.5.3.1. Design dead, live and wind loads and load combinations shall
be in accordance with IBC and all applicable local codes unless
specified otherwise herein. Seismic loads shall be in
accordance with the guidance given in the International
Building Code. Seismic Site Classification shall be determined
by the contractor. A safety factor of 1.5 shall be provided
against uplift, sliding, overturning, or flotation.

3.5.4. CONCRETE

3.5.4.1. Concrete shall have a minimum compressive strength at 28
days (fc) of 3,000 psi, a maximum water-cement ratio of 0.5,
and shall contain 5 to 7 percent entrained air. Fiber
reinforced concrete and structural plain concrete shall not be
used. Exterior concrete shall have a broom-finished concrete
floor surface or other non-slip finish, and shall slope away
from the building. All slabs-on-grade shall be a minimum of 10
cm thick Concrete floor slabs to remain exposed to view shall
be treated with a hardener/sealer. The flatness of the floors
shall be carefully controlled. Slabs-on-grade shall be placed
in a checkerboard or lane fashion

3.5.4.2. Reinforcing bars shall conform to ASTM A615, Grade 60.
Welded wire fabric shall conform to ASTM A185 and be furnished
in flat sheets. The minimum concrete cover shall be in
accordance with ACI 318. Steel embedded in concrete for such
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

purposes as exterior railing, handrails, fences, and anchor
bolts all shall be galvanized steel. All damaged galvanized
areas shall be repaired prior to embedment. All piping
penetrating the foundations shall be sleeved.

3.5.5. STRUCTURAL STEEL

3.5.5.1. Cold-formed steel shall be designed in accordance with the
American Iron and Steel Institute, Specifications for the
Design of Cold-Formed Steel Structural Members, latest
edition. All cold-formed steel framing shall be formed from
steel that conforms to the requirements of ASTM A-653, Grade 33
or higher, having a minimum yield strength of 33 ksi. Minimum
uncoated steel thickness shall be 0.0346 inches (20 gage). All
cold-formed steel framing, connectors, etc. shall receive a G60
galvanized coating. Studs, both interior and exterior, shall
be a maximum of 16-inches on center.
3.5.5.2. Cold-formed galvanized steel trusses and purlins shall be
pre-engineered and pre-fabricated in the manufacturers plant.
Trusses constructed on site shall not be accepted. Cold-formed
steel trusses shall be constructed from system components
specifically manufactured for trusses. Trusses designed and
fabricated from standard light gauge framing members shall not
be accepted. Manufacturers standard steel truss members,
bracing bridging, blocking, reinforcements, fasteners and
accessories for each type of steel farming required, as
recommended by the manufacturer for the application indicated
and as needed to provide a complete light gauge cold formed
steel truss system shall be provided.

3.5.6. BRICK

3.5.6.1. Brick shall conform to Type FBS, ASTM C216, and Standard
Specification for Facing Brick. Brick shall be tested for
efflorescence and shall be delivered factory-blended to provide
a uniform appearance and color range in the completed wall.
Installation of brickwork shall comply with local codes and
locally accepted standards and practices.


3.5.7. STUCCO

3.5.7.1. Portland cement stucco shall have integral color. Stucco
total surface area shall be divided into panels with control
joints spaced no more than 3 m apart. Contractor shall follow
manufacturers installation instructions explicitly and shall
certify accurate and correct installation of all stucco type
materials.

3.5.8. METAL ROOFING AND EXTERIOR WALLS

3.5.8.1. Metal roof deck and exterior walls material shall be
galvanized steel and have a minimum thickness of 26 gages.
Required section modulus and moment of inertia shall be shown
on drawings. If large areas of galvanized roof deck will be
exposed to view and is scheduled to be field painted, specify
that the underneath side of the roof deck shall be factory
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

cleaned and primed with a paint suitable for the application of
the finish coats of paint.


3.6. PLUMBING DESIGN CRITERIA

3.6.1. GENERAL

3.6.1.1. Plumbing system shall be designed and installed in
accordance with the latest edition International Plumbing Code
(IPC). Inspection and testing of the plumbing system shall be
performed as prescribed in the Plumbing Code.

3.6.2. CODES, STANDARDS, REGULATIONS AND RECOMMENDED PRACTICES

3.6.2.1. Unless otherwise specified or noted hereinafter, all
building construction (Base Bid and all Bid Option(s) awarded)
shall conform to Uruguayan Construction Code, or if local codes
are not available, to the following codes, standards,
regulations and recommended practices. Latest edition at time
of request for proposals shall govern.

ACI American Concrete Institute
ANSI American National Standards Institute
ASTM American Society for Testing and Materials
Standards
AWWA American Water Works Association
International Building Code, International Code
Council
International Plumbing Code
International Building Code
International Fire Code
International Mechanical Code

3.6.3. WATER DISTRIBUTION

3.6.3.1. All water piping shall be sized in accordance with methods
outlined in the IPC, to limit water velocity in the pipe to 2.5
m/sec unless a lower velocity is recommended by the plumbing
fixture manufacturer(s). Allowable pipe materials copper
tubing and Chlorinated Polyvinyl Chloride (CPVC) Plastic Pipe.
No water piping runs in exterior walls shall be allowed.

3.6.4. SANITARY SEWER

3.6.4.1. Soil, waste, vent, and drain, piping may be cast iron,
copper, steel, or plastic suitable for installation in a
commercial waste, soil, vent, and drain system. Each fixture
and piece of equipment, except water closets, requiring
connection to the drainage system, shall be provided with a
trap. Provide deep seal trapped drain for cooling coil
condensate drain. Soil, waste, and drain piping installed
below floor slabs shall be service weight hub and spigot cast
iron or plastic pipe. Building waste main lines shall be no
less than 4-inch diameter. All soil, waste, and drain piping
shall be sized in accordance with the methods outlined in the
National Standard Plumbing Code. An isometric diagram of the
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

sanitary sewer system shall be included in the design
submittal.

3.6.4.2. Cleanouts shall be provided at each change in direction of
sanitary sewer lines, at the intervals specified in the
National Standard Plumbing Code, and at the building service
entrance. All cleanouts shall be permanently accessible.
Ground cleanouts shall be installed in a 12-inch by 12-inch
concrete pad, flush with grade.

3.6.4.3. Floor drains shall consist of a galvanized body, integral
seepage pan, and adjustable perforated or slotted chromium-
plated bronze, nickel-bronze, or nickel-brass strainer,
consisting of grate and threaded collar. Floor drains shall be
cast iron except where metallic waterproofing membrane is
installed. Drains shall be of double drainage pattern for
embedding in the floor construction. The seepage pan shall
have weep holes or channels for drainage to the drainpipe. The
strainer shall be adjustable to floor thickness. A clamping
device for attaching flashing or waterproofing membrane to the
seepage pan without damaging the flashing or waterproofing
membrane shall be provided when required. Drains shall be
provided with threaded connection. Between the drain outlet
and waste pipe, a neoprene rubber gasket conforming to ASTM C
564 may be installed, provided that the drain is specifically
designed for the rubber gasket compression type joint. Floor
drains shall conform to ASME 112.21.1M. ALL FLOOR DRAINS SHALL
HAVE TRAP PRIMERS.



3.6.5. FIXTURES

3.6.5.1. Fixtures shall be provided complete with fittings, and
chromium or nickel-plated brass (polished bright) trim. All
shutoff valves shall be metal construction. Plastic valves are
not acceptable. All fixtures, fittings, and trim in a project
shall be from the same manufacturer and shall have the same
finish. All fixtures shall be water conservation type, in
accordance with the IPC.

3.6.5.2. All vitreous china plumbing fixtures shall conform to ANSI
A112.19.2M, Vitreous China Plumbing Fixtures. Stainless steel
fixtures shall be in accordance with ANSI A112.19.3M, Stainless
Steel Plumbing Fixtures (residential design).

3.6.5.3. Toilets shall be standard residential elongated bowl, low
tank, floor mounted. Gasket shall be wax type. Seat shall be
white plastic, elongated, open front. The maximum water use
shall be 1.6 gallons per flush.


3.6.5.4. Faucet - Faucets shall be single lever, stainless steel
type. Faucets shall have all brass and copper waterways and
ceramic valving. The flow shall be limited to 9.5 liters per
minute at a flowing pressure of 50 psi.


DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


3.7. ELECTRICAL DESIGN CRITERIA

3.7.1. GENERAL

3.7.1.1. The warehouse shall be provided with electrical power
service with adequate capacity, voltage profile and protection.
The Contractor shall provide and install electric power
transformer (15 KVA). A complete and functional electrical
system shall be provided and installed for the warehouse. All
materials, equipment, fixtures, and other appurtenances shall
comply with the applicable Underwriters' Laboratories, Inc.,
standards or applicable standards of a similar independent
testing organization. The electrical distribution system shall
consist of power panel boards with adequate capacity, voltage
profile, protection and power/branch circuits as required for
facility utilization.

3.7.2. CODES, STANDARDS, REGULATIONS AND RECOMMENDED PRACTICES

3.7.2.1. Unless otherwise specified, dictated by local government
standards and conditions, or noted hereinafter, the design,
construction and installation of all electrical system
equipment, materials, components and devices should conform to
Uruguayan Construction Code, or if local codes are not
available, to the following codes, regulations, standards and
recommended practices. Latest edition at time of request for
proposals should govern.

ANSI American National Standards Institute Standards
ASTM American Society of Testing and Materials
EIA Electronic Industries Association
IEEE Institute of Electrical and Electronic Engineers
IES Illuminating Engineering Society Lighting Handbook
IPCEA Insulated Power Cable Engineers Association
ISA Instrument Society of America
NEC National Electrical Code
NEMA National Electrical Manufacturers Association
NESC National Electrical Safety Code
NFPA National Fire Protection Association Codes and
Standards
TIA Telecommunications Industries Association
UL Underwriters Laboratories
UBC Uniform Building Code


3.7.3. PANELS

3.7.3.1. Surface mounted panels and equipment should only be
installed in safety spaces. All panels installed in normally
occupied spaces should be flush mounted. All branch circuits
should include a separate equipment ground wire regardless of
the type of conduit used.

3.7.4. WIRING

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

3.7.4.1. Wiring shall be copper conductors only. Aluminum conductors
shall not be used. All wiring shall be provided and installed
in conduit or electrical metallic tubing as allowed by the
National Electrical Code. Wiring system shall consist of
insulated single conductors provided and installed in raceways
as follows: Galvanized rigid steel conduit or IMC in concrete,
masonry and areas subject to moisture; electric metallic tubing
(EMT) in concealed areas and exposed where not subject to
physical damage and plastic conduit (Type 80 PVC) in the ground
and below concrete slabs. Wiring shall be concealed within the
walls in all areas except equipment areas. Conduit shall be
labeled with source and destination. Empty conduit shall have
nylon pull rope installed in it with 10 additional feet of pull
rope coiled at each end. A ground conductor shall be provided
and installed with all feeders and with all branch circuit
wiring to receptacle and equipment. Conductors shall be a
minimum size of 12 AWG. UL instruction shall be applied when
applying the tables of National Electrical Code.

3.7.5. RECEPTACLES

3.7.5.1. Each space shall be provided with power receptacles as
required for proper facility function. Provide a minimum of one
general-purpose NEMA 5-20R, duplex receptacle per wall in each
room of the facility per NFPA 60, as required by dedicated
equipment, and as a minimum as indicated below. No more than
six of these receptacles shall be on a single circuit. In
rooms where walls exceed 3 meters in length, provide an
additional duplex outlet for each 3 meters of wall or fraction
thereof. Receptacle spacing shall not exceed 3 meters.

3.7.6. LIGHTING.

3.7.6.1. Lighting levels for all areas shall use Illuminating
Engineers Society (I.E.S.) recommended levels as maximum
average maintained levels of illumination. Lighting
calculations for each area shall utilize data from the actual
fixture to be used. Calculations and layout of fixtures in
open office areas shall consider shadowing effects. The
engineer designing the lighting system shall maintain
uniformity ratios equal to or better than that recommended by
the I.E.S. standards. All offices shall be provided with their
own light switches, and shall also be provided with emergency
lighting. Wall mounted emergency lighting shall not be used

3.7.6.2. Fluorescent lighting systems should be utilized throughout
unless noted otherwise with the following energy saving
considerations unless noted otherwise:
Electronic Ballast
Highly Reflective Surfaces

3.7.7. GROUNDING

3.7.7.1. Separate grounding electrode systems shall be provided for
power, lightning protection, signal, etc. All grounding
electrode systems shall have a maximum resistance to ground of
10 ohms and shall be interconnected at a single point. The
designer should conduct measurements in a number of areas to
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

determine the number and length of ground rods to provide the
required ground resistance at the facility.
The electrical panel shall be grounded.









BUILDING VENTILATION

The Contractor shall provide and install 6 exhaust fan type Aeolian.
Supplemental ventilation shall be provided by ceiling fans in the office
space. Fans shall have pull-chain switches and shall be connected to
conveniently located wall receptacle/switch.
The Contractor shall provide adequate attic and crawl space ventilation.
The Contractor shall design roof ridge, cornices, soffit and gable ends
for adequate heat exhaust/condensation prevention. Insect screens shall
be installed at all soffit/eave panels and attic vent locations. Total
net vent are required at eaves shall be 1/300 of building area. An
additional 1/600 of building area shall be provided by ridge vents. All
vents shall be interconnected.

STRUCTURAL FOUNDATIONS

Floor slab on grade shall be reinforced concrete. 15 cm thick.
All slabs-on-grade shall be constructed over 6 mil visqueen or plastic
vapor barrier, 100mm (4) thick gravel package capillary water barrier.
Vapor barrier shall be continuous and have sufficient overlap at joints
to prevent penetration of moisture.
Columns shall be metallic.

SIDEWALK

Concrete sidewalks shall be constructed of non-reinforced concrete with
a minimum compressive strength at 28 days of 20Mpa (3000psi). Sidewalks
shall have a minimum of 1 meter by 10 cm thick and shall be placed on a
prepared aggregate subgrade around all buildings and interconnect with
the adjacent buildings and/or roads/formation areas.
Contraction joints shall be provided at intervals not to exceed 1.5
times sidewalk width. Expansion joints shall be provided at all
structures and at intervals no to exceed 15 meters of sidewalk length.

CHAIN LINK FENCING

Chain link fence shall be installed in the perimeter of the place as it
is shown in the schematic drawings in a longitude of 140 m
approximately. Chain link fencing shall be 2 m in height and constructed
of 9 Ga. Galv. chain link fabric and concertina wire or three stands
barbed wire.
Line posts shall be a minimum of 64mm (2.5) diameter Galvanized pipe
with sufficient length for a minimum of 0.9 m depth concrete footing and
spaced no more than 3 m. on center. Corner and end posts shall be a
minimum of 76mm (3) Galvanized pipe with sufficient length for a
minimum of 0.9 m depth concrete footing. Local pre-fab concrete posts
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

and local material/design to be approved by The Contracting Officers
Representative.
Accessories as required by manufacturers recommendation and/or common
industrial practice.






BUILDING SYSTEM

Site Work:

REMOVAL: Disturbed areas interior and exterior shall be renovated to original
conditions.
REMOVAL OF UNSTABLE MATERIAL: If unstable material is encountered in the site
excavation, such material shall be removed to the corresponding depth and
replaced with select granular material until the proper grade is reached.
BACKFILLING AND COMPACTION: Backfill shall be placed in layers not exceeding 8
inches loose thickness for compaction by machine compactors. Each layer shall
be compacted to at least 95 percent maximum density of modify proctor.
BACKFILL: Backfill shall be placed accord the levels shown at schematic
drawing.
PARKING: The parking and operation area shall be installed a graded aggregate
base course.(Coarse aggregate and fine aggregate).
TESTING: Mix design for 3000 PSI concrete is required.
Proctors (Modified T180) are required for existing grade and to base course
material.
Existing grade shall have a minimum of 95% of maximum density obtained in
laboratory.
Base Course compaction shall have 100% of maximum density obtained in
laboratory.
Density tests shall be performed at every 20 square meters.

DISASTER RELIEF WAREHOUSE

FOUNDATION: Slab ribbed floor reinforced concrete.
COLUMNS: Metalic profiles type C.
MASONRY WALLS: Six hole Ceramic Brick wall at the office and bathroom.
EXTERIOR WALLS: Steel galvanized 26 gage sheet corrugated over metallic
support (trusses and purlins), profiles type C.
FINISH INTERIOR WALLS:(Office) All masonry walls shall be plastered with
Portland cement. Plaster area not to exceed 13.3 meter square without
expansion joint. Paint shall be washable (epoxy base paint and/or fungus
resistance base material).
FINISH INTERIOR WALLS (BATHROOM): The interior wall shall be coated with
ceramic wall tile. Coated height shall be 1.2 m from the floor.
EXTERIOR WALLS: All metallic walls shall be galvanized.
ROOF: galvanized sheet No 26, over metal structure support (trusses and
purlins). Roof eave with one meter overhang at each side is required
translucid panels for natural lighting, 30 square meters of translucid panels
as a minimum)
TRUSSES AND PURLINS: Exposed metal structure (C profiles type).
TRUSSES AND PURLINS: Exposed metal structure protected with base oil paint.
TRUSSES: Metal trusses and purlins are aloud to be used prior to certification
structural design.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

FLOOR: Reinforced concrete slab and fine finished surface, painted with epoxi
base paint.
CEILING FOR OFFICE AND BATHROOM: Reinforced concrete lightened slab. Ceiling
height at each space shall be 2.7 meters, from the floor.
PAINT: All Paint shall be washable (High gloss, epoxy base paint and/or fungus
resistance base material).
INTERIOR DOORS: Solid painted wood (door and frame) or Metal door.
EXTERIOR DOORS: Sliding metal door.
WINDOWS: Aluminium frame windows with 4mm glass. Windows openings at least 50%
of the window area, to be protected with insect screen and metal bars. Windows
toward exterior shall be protected with roof eave (alero).
HARDWARE: All hardware shall be heavy duty. The finish shall be submitted to
the Contracting Officers Representative for approval.
INTERIOR FLOOR (WAREHOUSE): The interior shall be reinforced concrete slab,
painted with epoxi base paint.
INTERIOR FLOOR OFFICE AND BATHROOM: High traffic ceramic floor tile shall have
tile surfacing or other suitable material.
WATERPROOFING: All slabs-on-grade shall be constructed over 6 mil visqueen or
plastic vapour barrier, 100mm (4) thick gravel package capillary water
barrier. Vapor barrier shall be continuous and have sufficient overlap at
joints to prevent penetration of moisture for buildings.
SIDEWALKS: Shall be constructed of reinforced concrete with minimum dimensions
of one meter wide.
ROOF GUTTERS DOWNSPOUTS AND STORM DRAINAGE PIPE: All building shall be
provided with standard eave-mounted rain gutters and reinforced PVC for
vertical downspouts, storm drainage concrete water collectors with metal
grades connected with 6 inches PVC pipe. Outlet to existing exterior ditch is
required.
TRUSSES AND PURLINS: Exposed metal structure (C profiles type)
CEILING FANS: Electrical with speed controls, hanged from the roof structure
(15 units)
EXHAUST FANS: Eolic type exhaust (six units)
ELECTRICAL SERVICE: Warehouse facility shall be connected with electrical
energy from nearest capable transformer.
TRUSSES: Metal trusses and purlins are aloud to be used prior to certification
structural design. An electrical panel shall be provided and installed for
each facility included in this contract.Circuits (breakers) at electrical
panels shall be labeled. A 2 weather head shall be installed.
All circuits shall be 220 V.
All receptacles shall be 3 phase, duplex type receptacles with ground
connection and rated 250 V, 15 Amp.
All switches shall be grounded.
All wire conductors shall be No12 AWG colored, unless otherwise specified.
The exact final location of the panel will be determined by the Government
Representative on site.
All conductors shall be protected with electrical PVC conduit.
Provide and install Electrical Panels.
Exposed conduit shall be EMC or equal.

WATER SUPPLY AND DISTRIBUTION SYSTEM

The water distribution system shall be service the bathroom of the warehouse.
The water supply shall be connected from nearest available service line.
The Contractor shall provide water service to the warehouse in accordance with
criteria drawings and as specified herein.

PLUMBING

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Plumbing shall be provided for cold water service only. Water service shall
include a bathroom of warehouse.
Plumbing fixtures shall be of vitreous china type or approved by the
Contracting Officers Representative.

SANITARY SEWER SYSTEM

Design and construct the water sewage system, Sanitary Sewer Connection,
Collection and Disposal System. All sewage effluent from the facility shall be
routed to the sanitary sewer system. All sanitary laterals shall be
appropriately sized and sloped and shall have the appropriate number of clean-
outs placed at the proper locations for proper system maintenance.
All sewage effluent shall be connected to manholes from nearest available
service line.

MISCELLANEOUS:
Install door stop hook for each door on the floor
Insect screen used on windows shall be metal dark color type. Frames for
insect screen shall be made of aluminum material.
All electrical conduits, water and sewage PVC pipes and fitting shall be heavy
duty type.
Bathroom lavatories shall be vitreous china (Deca standard type). Water closet
shall be same material floor mounted.
Locks, locksets, latchets and deadlocks shall be, to the maximum extent
possible, of a single manufacturer and first quality. They shall be approved
by Government Representative prior installation.
Windows shall be aluminum type with glasses and mosquito screens with glass
opening panels.
All materials shall be first quality.
All materials shall be approved, by the USACE representative, prior to
installation.

CONCRETE: Concrete for Structural Members/Slabs: 21 Mpa= 210Kg/cm2 @ 28
days, minimum.
STEEL: Reinforcing Steel Bars or Mat: Grade 50 (50000 psi) yield,
minimum.
DESIGN PARAMETERS: Design live loads: Roof = 50 Kg/m2 (minimum)
Copyright , The American Institute of Architects (AIA).


COVERED PARKING:

COLUMNS: Type C. Metallic profiles.
ROOF: galvanized sheet No 26, over metal structure support (trusses and
purlins).
TRUSSES AND PURLINS: Exposed metal structure (type C profiles).
TRUSSES AND PURLINS: Exposed metal structure protected with base oil paint.
TRUSSES: Metal trusses and purlins are aloud to be used prior to certification
structural design.
FOUNDATION: Reinforced Concrete for Structural Members 21 Mpa= 210Kg/cm2 @ 28
days, minimum.
STEEL: Reinforcing Steel Bars or Mat: Grade 50 (50000 psi) yield, minimum.
DESIGN PARAMETERS: Design live loads: Roof = 50 Kg/m2 (minimum) Copyright ,
The American Institute of Architects (AIA).

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


SECTION 01012
DESIGN AFTER AWARD
PART 1 - GENERAL
1.1 DESIGN RESPONSIBILITY
The Contractor shall furnish and be responsible for a complete set of design
documents as called for in Section 01010, Design Requirements, and as called
for hereinafter.
PART 2 - DESIGN SUBMITTAL
The Contractor shall submit its design in different phases and different
stages to the Government for review. The number and requirements of each
design submittal are listed below. The number and contents of the design
submittals shall be reflected in the Contractors progress charts. All review
comments for each submittal shall have been annotated and incorporated into
the design before approval is granted.
2.1 Technical Specifications: Utilize Unified Guide Specifications (UFGS)
standard specifications in the SpecsIntact format. Utilize complete
project specifications to cover the full scope of work. Delete
references to materials that are not allowed or intended to be provided.
Government standards will not be referenced in the specifications;
instead, provide any specific requirement of the standard in the
specification as applicable.
2.2 Permitting: The Contractor is responsible for identifying and obtaining
all required permits prior to the start of construction.
2.3 Language: All submittals shall be in English. The calculations shall
be segmented into the various major project elements, as listed below.
All pages shall be numbered and diagrams provided as appropriate to
allow a checker to follow the flow of the calculations. Special
features of the design that rely on a particular reference shall have
that reference so noted. All material properties used in the design
shall be listed at the beginning of the calculations. All calculations
shall be in either English or S.I. units. Computer programs used in the
design shall be fully described and a complete printout of input data,
as well as full output data furnished as part of calculations.
PART 3 - GOVERNMENT APPROVED SUBMITTALS
The approval of submittals by the Contracting Officers Representative (COR)
shall not be construed as a complete check, but will indicate only that the
design is in substantial conformance with the contract requirements. Approval
will not relieve the Contractor of the responsibility or liability for any
error that may exist, as the Contractor is responsible for the design and
construction of all work.
PART 4 - DESIGN SCHEDULE
Immediately following award of contract, the Contractor and all major sub-
contractors shall attend a mandatory one-day project kick-off meeting, to
discuss all questions and review issues related to the project. The meeting
location and time will be determined by the COR. Within 21 days after Notice
to Proceed, the Contractor shall submit, for approval, a complete design
schedule with all submittals and review times indicated by calendar dates.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

The schedule shall be updated monthly with copies furnished to the COR, Mobile
District Project Manager. No progress payments will be made without an
approved schedule. Any additional changes that the Contractor may wish to
make to number or composition of design submittals shall be made 30 days prior
to the expected submittal date. The Contractor shall allow 21 days for the
Government review period if submittal dates are met. If a scheduled design
submittal date is not met without notifying the Contracting Officer in writing
one (1) week in advance, 28 days shall be allowed for the Government review
period. If a submittal date is not going to be met, the Contractor shall
notify the contracting officer, in writing, one (1) week prior to the
scheduled submittal date. Failure to do so will increase the Government
review time by seven (7) days. See Paragraph: "SUBMITTAL REVIEW".
PART 5 - PROGRESS CHARTS
The Contractor shall prepare and submit a progress chart to the COR. The
progress chart shall show, as a percentage of the total design price, the
various items included in the contract and the order in which the Contractor
proposes to carry on the work. The dates on which the Contractor will start
the features of the work and the contemplated dates for completing the same
shall also be indicated. Significant milestones such as review submittals
shall be shown. The Contractor shall assign sufficient technical, supervisory
and administrative personnel to insure the prosecution of the work in
accordance with the progress schedule. The Contractor shall correct the
progress schedule at the end of each month and shall deliver three copies to
the COR. In as much as monthly partial payments to the Contractor are based
to a large extent on the progress schedule, the monthly corrections should be
realistically made to the best ability of the Contractor.
PART 6 - STAGES AND CONTENTS OF DESIGN SUBMITTALS (Information provided below
is intended to supplement the COE Mobile District Design Manual requirements)
6.1 50% DESIGN STAGE SUBMITTAL
The review of this submittal is primarily to ensure that the contract
documents and design analysis are proceeding in a timely manner and that the
design criteria are being correctly interpreted. The submittal shall consist
of the following:
A. Sitework:
1. Provide drawings, narrative and supporting documentation
incorporating work as shown for an interim submittal in the Mobile
District Design Manual. Identify all required permits.
2. Provide marked-up specifications supporting work in this category.
3. The Contractor shall have identified any areas of the project
scope which may need clarification based upon field investigation
and shall submit such request in writing along with supporting
data or justification.
4. Additionally, the Contractor shall submit in writing any changes
requested to project scope based upon field investigation. The
required Site Investigation Report shall be submitted for review
at this stage.
5. It shall be the sole responsibility of the Contractor to insure
that all project requirements are clearly understood at this stage
of the project.
6. The Contractor shall be responsible for any geotechnical
investigation required to be able to construct all the facilities
under this contract.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


B. Water Supply and Sanitary Sewerage:

1. Unless directed otherwise in Section 01010 Design Requirements,
the Contractor shall follow the applicable guidance and directions
contained in the Mobile District Design Manual relative to the
presentation of data and the submittal documents. See Chapter 8,
entitled Water, Wastewater, and Environmental Protection
(http://www.sam.usace.army.mil/en/guides/DesMan/desman.htm)

2. The submittal shall contain the design narrative and design
calculations for the water and sanitary sewer systems relating to
this project. Include an analysis showing the required size of
all components of the water supply and sanitary sewerage system.
The narrative shall discuss anticipated permit requirements for
water and sanitary sewer features. Identify any deviation in the
design from what was originally proposed and provide reasons and
justifications for the deviation.

3. The Contractor shall perform a fire protection design analysis in
accordance with UFC 3-600-01. The Contractor shall provide the
services of a qualified fire protection engineer who shall be an
integral part of the design team and shall be involved in all
aspects of the design as it relates to fire protection, in
accordance with UFC 3-600-01.
4. Provide marked-up specifications supporting work in this category.

5. The Drawings shall show, in plan, the anticipated water
distribution and sanitary sewerage collection systems and layout.
The drawings shall include standard details.

C. Architectural Design:
1. Provide drawings, narrative, and supporting documentation
incorporating work as shown for an interim submittal in the Mobile
District Design Manual.
2. Provide marked-up specifications supporting work in this category.
3. Provide detail drawings (Building Sections, Elevations, etc.)
details of Windows, Doors, Rails, Walls, Partitions, Shelving and
Cabinets, and Door Thresholds.
4. Provide building code analysis and a fire protection analysis in
accordance with UFC 3-600-01.
D. Structural:
1. Provide drawings, narrative, design analysis to include
calculations and supporting documentation incorporating work as
shown for an interim submittal in the Mobile District Design
Manual.
2. Design analysis shall include calculations demonstrating that the
floor system is acceptable in accordance with the "AISC Steel
Design Guide Series #11: Floor Vibrations Due to Human
Activity."
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

3. Provide marked-up specifications supporting work in this
category.
E. Plumbing:

1. List all references used in the design including Government design
documents and industry standards.

2. Provide justifications and brief descriptions of the types of
plumbing fixtures, piping materials and equipment proposed for
use.

3. Provide pipe layouts and risers for each plumbing system listed
above. Include equipment and fixture schedules with description,
capacities, locations, connection sizes, and other information as
required.

4. The design analysis, submitted for review shall consist of the
following:

a. Catalog cuts of equipment such as backflow preventers
and plumbing fixtures.

5. Indicate locations and general arrangement of plumbing fixtures
and major equipment.

6. Include equipment and fixture schedules with descriptions,
capacities, locations, connection sizes and other information as
required.

7. Include technical specifications of materials and methods.

F. Interior Electrical System:

1. Narrative: In narrative, address the following to allow
verification that the design complies with the requirements of the
project. The design analysis shall include all calculations
required to support design decisions and estimates at this stage
of design. The analysis shall include specific criteria
furnished, conference minutes, and cost analyses of all systems
considered.

a. Indicate electrical characteristics (voltage, phases, and
number of wires) for the electrical system.

b. Provide a description of lighting systems(s) to be used for
all areas, referencing calculations. Also, include
tabulation showing the following:

c. State the type of wiring system to be used, such as
insulated conductors installed in rigid or intermediate
metal conduit, insulated conductors installed in electrical
metallic tubing, etc. and location of proposed use.

d. Describe the type of grounding system planned.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


e. Describe the basic characteristics of panel boards and other
major pieces of electrical equipment being provided. Short
circuit and voltage drop calculations at all equipment with
protective devices included shall be provided. Indicate
equipment interrupting ratings and short circuits withstand
ratings based on these calculations.

f. Provide a statement that no duct or liquid piping shall pass
over and/or through any electrical space and/or room as
defined by the National Electrical Code.

g. Completed short circuit calculations and a coordination
analysis for the entire electrical system shall be provided.
All equipment shall be identified by manufacturer's name and
catalog number.

h. Complete voltage drop calculations shall be provided. The
voltage drop calculations shall use the same single line
diagram as the short circuit calculations and shall show
drops at the same locations as short circuit currents are
shown.

i. All details shall be completed at this stage. Congested
areas where there can be interferences with various systems
shall be thoroughly detailed by expanded scale drawings.

2. Drawings: In drawings, provide the following to allow
verification that the design complies with the requirements of the
project. The Contractor is fully responsible for the design. It
shall be thoroughly checked for errors and conflicts (both within
and between disciplines).

a. The power riser or one-line diagram shall be essentially
complete except for finalization of conduit and wire sizes.

b. Panel boards and all other utilization equipment shall be
located on the floor plans. Schedules for applicable
equipment shall be provided. The schedules shall include
all pertinent information to fully describe the equipment.
Elevations for free standing equipment shall be provided but
need not be entirely finalized. Details of the layouts for
electrical room and closets shall be shown.

c. Branch circuits, lighting fixtures, receptacles, and
switches, shall be shown with number of conductors
indicated.

d. A completed fixture schedule shall be included on the
drawings.
G. Exterior Electrical Distribution System.

1. 50% design including as a minimum the following:

2. In a narrative, briefly describe the electrical distribution
system for this project. State any deficiencies to be corrected
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

in the existing system and provide a description of all new work
being performed.

3. State the electrical characteristics of the power supply from the
service point to the main service equipment.

4. Indicate the type, number, voltage rating and connections, and KVA
rating of all transformers provided.

5. State the type of conductor to be used and provide a justification
for its use.

6. Include a statement describing the criteria used for the exterior
design such as primary and secondary voltage drop. Describe the
physical characteristics of the power lines. Provide the short
circuit current available at the site and state the source of this
value.

7. Include a description of all exterior security lighting included
in the design. Identify the fixture types, poles and design
lighting levels. Provide point-to-point calculations showing that
all design levels have been achieved.

8. Describe energy conservation measures and/or techniques that are
being incorporated into the design.

9. Provide exterior electrical design drawings showing the proposed
layout of the exterior electrical system and major components,
thereof.

6.2 100% UNREVIEWED SUBMITTAL (All Submittals Shall Comply With Mobile
District Design Manual)
The purpose of this submittal is to insure that the design is in accordance
with directions provided the Contractor during the design process. The
Contractor shall submit the following documents for Final Review:
Design Analysis, developed to 100%.
100% Complete Drawings.
Typed Specifications.
Annotated 50% Review Comments
The Contract Drawings submitted for Final Review shall include the drawings
previously submitted which have been revised and completed as necessary. The
Contractor is expected to have completed all of his coordination checks and
have the drawings in a design complete condition. The drawings shall be
complete at this time including the incorporation of any design review
comments generated by the Preliminary design review. The drawings shall
contain all the details necessary to assure a clear understanding of the work
throughout construction. Shop drawings will not be considered as design
drawings. All designs shall be shown on design drawings prior to submittal of
shop drawings.
The Design Analysis submitted for 100% UFD Review shall be in its final form.
The Design Analysis shall include all backup material previously submitted and
revised as necessary. All design calculations shall be included. The Design
Analysis shall contain all explanatory material giving the design rationale
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

for any design decisions that would not be obvious to an engineer reviewing
the Final Drawings and Specifications.
The Draft Specifications on all items of work submitted for Final Review shall
consist of typed specification sections.
A. Sitework:
1. Provide drawings, specifications, narrative, annotated
comments, and supporting documentation revised to comply
with comments resulting from 50% submittal. Include copies
of all required permit applications.
B. Water Supply:
1. The 100% un-review submittal shall be a refinement and
completion of the preliminary submittal. The Contractor
shall incorporate all earlier accepted comments into the
design package.
2. Drawings shall be completed and ready for implementation by
construction forces.
3. The submittal shall include all construction details and
standard drawings.
4. Specifications shall be edited and complete.
C. Architectural:
Provide drawings, specifications, narrative, annotated comments,
and supporting documentation revised to comply with comments
resulting from 50% submittal.
D. Structural:
Provide drawings, specifications, narrative, annotated comments,
and supporting documentation revised to comply with comments
resulting from 50% submittal.


E. Plumbing:
Provide drawings, specifications, narrative, annotated comments,
and supporting documentation revised to comply with comments
resulting from 50% submittal.

F. Interior Electrical System:
Provide drawings, specifications, narrative, annotated comments,
and supporting documentation revised to comply with comments
resulting from 50% submittal.

G. Exterior Electrical Distribution System.
Provide drawings, specifications, narrative, annotated comments,
and supporting documentation revised to comply with comments
resulting from 50% submittal.

6.3 FINAL SUBMITTAL
A. Completed drawings, specifications and supporting documentation
for all disciplines per COE Design Manual with all comments
incorporated.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

PART 7 - QUANTITY OF SUBMITTAL ITEMS
The documents that the Contractor shall submit to the Government for each
submittal are listed. At the Final submittal, the Contractor shall also
submit one full size set of blackline paper plot drawings and one original
hard copy set of the specifications to the COE Mobile District Office Project
Manager. At the final submittal, the Contractor shall also submit 2 CDs each
with a complete set of drawings and specifications.
PART 8 - MAILING OF SUBMITTALS
All submittals to the Government during design and construction shall be
mailed using overnight mailing service. The addresses to which each copy
shall be mailed are listed below. In addition to those listed below, the
Contractor shall provide one of each item listed to the COR. Each submittal
shall have a transmittal letter accompanying it that indicates the date,
design percentage, type of submittal, list of items submitted, transmittal
number and point of contact with telephone number.
8.1 ADDRESSES AND SUBMITTAL DISTRIBUTION
A. CESAM-EN-HH
U.S. Army, Corps of Engineers
Mobile District
109 St. Joseph Street
Mobile, AL 36602
B. CESAM-PM-LA
U.S. Army, Corps of Engineers
Mobile District
Attn: Dennis Fails
109 St. Joseph Street
Mobile, AL 36602

C. CESAM-CD-LB
U.S. Army, Corps of Engineers
Mobile District
Attn: Jorge Velasco
US Embassy, La Paz
Av Arce 2780
La Paz Bolivia



8.2 DESIGN SUBMITTAL REQUIREMENTS
The following table lists the number of copies of design submittal
requirements for this project:
# Items
50% Submittal
# Items
100% Unreviewed
Submittal
# Items
Final Submittal
CESAM-EN-HH
(COE
Mobile)
2 Design
Analysis
2 Drawings
2 Specifications

2 Design Analysis
2 Drawings
2 Specifications
2 Annotated
Comments
1 Design Analysis
1 Drawings
1 Specifications
1 Annotated Comments
1 Permit Documents
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

1 Lessons Learned
1 Drawing Set, Full Size
2 CD-ROM containing plans
and specs (PDF format)
CESAM-CD-LB
(COE
Mobile)
1 Design
Analysis
1 Drawings
1 Specifications
1 Permit
Applications

1 Design Analysis
1 Drawings
1 Specifications
1 Annotated
Comments
1 Permit Documents

1 Design Analysis
1 Drawings
1 Specifications
1 Annotated Comments
1 Permit Documents
1 Lessons Learned
Drawing Set, Full Size
1 CD ROM containing plans
and specs (PDF format)

PART 9 SUBMITTAL REVIEWS
MS Word will be the software used for preparing and annotating comments. The
reviewers will e-mail the comments to the Project Manager who will in turn e-
mail the review comments to the COR who will then e-mail the comments to the
Contractor.
The review will be for conformance with the technical requirements of the
solicitation. The Government will take twenty-one (21) days to review and
comment on each design submittal including the 100% unreviewed submittal. If
the Contractor disagrees technically with any comment or comments and does not
intend to comply with the comment, he shall clearly outline, with ample
justification, the reasons for noncompliance within five (5) days after
receipt of these comments in order that the comment can be resolved. The
disposition of all comments shall be furnished in writing with the next
scheduled submittal. The Contractor is cautioned in that if he believes the
action required by any comment exceeds the requirements of this contract, that
he should take no action and notify the COR in writing immediately.
Review conferences will be held for each design submittal by tele-conference.
The Contractor shall have the personnel that developed the design submittal
available for each conference call. A/E Team Members will also available by
phone. These tele-conferences will take place the week after the twenty-one
(21) day review period. The Contractor shall be responsible for writing and
distributing Minutes on each submittal review conference within 7 calendar
days of the tele-conference. Distribution shall be to the offices shown under
paragraph 8, Mailing of Submittals.
If a design submittal is over one (1) day late (in accordance with the latest
design schedule) and the Contractor has not given the COR a one (1) week
notice that the submittal will be late, the Government review period will be
28 days instead of 21 days. The review conference will be held the week after
the 28-day review period.
PART 10 - PROGRESS BRIEFINGS
The Contractor shall receive official review comments from the COR only;
comments forwarded from other sources shall not be accepted by the Contractor.
The Contractor shall prepare and brief project progress at the approximate 35%
construction stage. The briefing will be held at the project site or another
location to be determined.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

PART 11 - PAYMENT DURING DESIGN
Payments, as authorized by the Authorized Representative Contracting Officer
(COR), will be made monthly for the amount and value of the work and services
performed by the Contractor. This estimate will be verified by the
Contracting Officer utilizing the progress charts or the CONTRACTOR-PREPARED
NETWORK ANALYSIS SYSTEM submitted by the Contractor and independent analyses
of progress. See Contract Clause entitled PAYMENTS UNDER FIXED-PRICE
CONSTRUCTION CONTRACTS for additional information.
PART 12 - DESIGN ANALYSIS
12.1 MEDIA AND FORMAT
The design analysis shall be presented on 21.6 cm by 27.9 cm (8-1/2 inch by 11
inch) paper except that larger sheets may be used when required for graphs or
other special calculation forms. All sheets shall be in reproducible form.
The material may be typewritten, hand lettered, handwritten, or a combination
thereof, provided it is legible. Side margins shall be 2.54 cm (1 inch)
minimum to permit side binding and head to head printing. Bottom margins
shall be 3.175 cm (1-1/4 inches), with page numbers 2.54 cm (1 inch) from the
bottom.
Design documents shall include a listing of registered professionals and the
portion of the project for which they are responsible. Registered Professional
shall be interpreted to include only those individuals licensed to practice
within a particular discipline in either the United States or Colombia. List
shall also include names of persons responsible for checking documents and
their qualifications. As a minimum, registered designers and qualified
checkers shall be identified for the following disciplines: Architectural,
Mechanical, Electrical and Structural.
12.2 DESIGN CALCULATIONS
Design calculations are a part of the design analysis. When they are
voluminous, they shall be bound separately from the narrative part of the
design analysis. The design calculations shall be presented in a clean and
legible form incorporating a title page and index for each volume. A table of
contents, which shall be an index of the indices, shall be furnished when
there is more than one volume. The source of loading conditions,
supplementary sketches, graphs, formulae, and references shall be identified.
Assumptions ad conclusions shall be explained. Calculation sheets shall carry
the names or initials of the computer and the checker and the dates of
calculations and checking. No portion of the calculations shall be computed
and checked by the same person.
12.3 AUTOMATIC DATA PROCESSING SYSTEMS (ADPS)
When ADPS are used to perform design calculations, the design analysis shall
include descriptions of the computer programs used and copies of the ADPS
input data and output summaries. When the computer output is large, it may be
divided into volumes at logical division points. Each set of computer
printouts shall be preceded by an index and by a description of the
computation performed. If several sets of computations are submitted, they
shall be accompanied by a general table of contents in addition to the
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

individual indices. Preparation of the descriptions which must accompany each
set of ADPS printouts shall include the following:
A. Explain the design method, including assumptions, theories, and
formulae.
B. Include applicable diagrams, adequately identified.
D. State exactly the computation performed by the computer.
E. Provide all necessary explanations of the computer printout
format, symbols, and abbreviations.
F. Use adequate and consistent notation.
G. Provide sufficient information to permit manual checks of the
results.
PART 13 - DRAWINGS
All drawings shall be Computer-Aided Design and Drafting (CADD) in AutoCAD
2000 or later format. The Contractor shall prepare the drawings in such a
manner that the Corps of Engineers could construct the facility without any
additional assistance from the Contractor. Drawings shall be complete.
Unnecessary work such as duplicate views, notes and lettering, and repetition
of details shall not be permitted. Standard details not applicable to the
project shall not be shown, and unnecessary wasted space shall be minimized.
Details of standard products or items which are adequately covered by
specifications shall not be included on the drawings. Drawings shall be
detailed such that conformance with the RFP can be checked and to the extent
that shop drawings can be checked. Shop drawings shall not be used as design
drawings. The Contractor shall use standard Corps of Engineers title blocks
and borders on all drawings at all submittal stages. Standard drawing sheet
formats and title blocks, and file and drawing CADD file names will be
furnished to the Contractor by the Government. The Contractor shall
incorporate the drawing, file, and contract numbers on individual drawing
sheets at the earliest submittal.
50% and 100% un-review Submittals. Drawing submittals shall be half size 279
mm x 432 mm (11x17) black lines or plots.
Final Submittal. Drawing submittal shall be half size (11" x 17") black lines
or plots. The full size plot shall be furnished on 559 mm x 864 mm (22x34)
sheets. Refer to Section 8 for complete submittal requirements.
The building drawings shall consist of 1:100 minimum floor plans and
elevations. Building wall sections shall be drawn at a minimum of 1:20. The
site and exterior utility drawings shall use a minimum scale of 1:500 unless
otherwise indicated. Additionally, the overall site plan for this project
shall be on one drawing sheet. Minimum type size on half size drawings is 1.5
mm.
PART 14 - SPECIFICATIONS
The Contractor shall submit marked-up specifications at the 50% submittal and
final typed specifications at the 100% un-review and final submittals. The
specifications shall be Corps of Engineers Guide Specifications. These
specifications are available on the Internet at:
http://www.sam.usace.army.mil/sam/en/en.htm
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

The specification shall be detailed enough such that another product meeting
the specification could be substituted and it would not adversely impact the
project. All marked-out or redlined text shall be deleted and all inserted
text shall be typed at the 100% un-review and final submittals.
PART 15 - SUBMITTAL REGISTER
The Contractor shall develop submittal requirements required during
construction as part of the design phase of the contract. This shall be done
by the Contractors Designer of Record by producing a Contractor Submittal
Register at each submittal during design. A submittal register shall be
prepared for each section of the specifications for the submittal requirements
of that section. The Contractors Designer of Record shall be responsible for
listing all required submittals necessary to insure the project requirements
are complied with. The Register shall identify submittal items such as shop
drawings, manufacturer's literature, certificates of compliance, material
samples, guarantees, test results, etc. that the Contractor shall submit for
review and/or approval action during the life of the construction contract.
See Section: 01330 SUBMITTAL PROCEDURES (DESIGN BUILD) for submittal and
submittal register definitions and procedures.
PART 17 - LESSONS LEARNED
Mobile District has incorporated a system of compliance with lessons learned
from previous building projects. The Contractor shall incorporate these
lessons learned as part of this work. The lessons learned are available on
the Internet at: http://www.sam.usace.army.mil/sam/en/en.htm
These lessons learned cover all engineering disciplines. The Contractor shall
submit the lessons learned summary sheet, signed and dated, at the 100% and
final submittals indicating awareness of, and compliance with, recommended
actions contained in the individual lessons learned.
PART 18 - AS-BUILTS
The Contractor shall submit as-built drawings accurately reflecting the built
condition for all site, utilities and building components. The site utilities
shall be certified by a licensed Surveyor. The Architect and Engineer of
Record shall certify all as-built drawings related to their disciplines.
-END OF SECTION-







DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 32 01

PROJECT SCHEDULE
04/06

PART 1 GENERAL

1.1 REFERENCES

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

U.S. ARMY CORPS OF ENGINEERS (USACE)

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

1.2 QUALIFICATIONS

The Contractor shall designate an authorized representative who shall be
responsible for the preparation of all required project schedule reports.

PART 2 PRODUCTS (Not Applicable)

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS

Pursuant to the Contract Clause, SCHEDULE FOR CONSTRUCTION CONTRACTS, a
Project Schedule as described below shall be prepared. The scheduling of
design and construction shall be the responsibility of the Contractor.
Contractor management personnel shall actively participate in its development.
Designers, SubContractors and suppliers working on the project shall also
contribute in developing and maintaining an accurate Project Schedule. The
approved Project Schedule shall be used to measure the progress of the work,
to aid in evaluating time extensions, and to provide the basis of all progress
payments.

3.2 BASIS FOR PAYMENT

The schedule shall be the basis for measuring Contractor progress. Lack of an
approved schedule or scheduling personnel will result in an inability of the
Contracting Officer to evaluate Contractor's progress for the purposes of
payment. Failure of the Contractor to provide all information, as specified
below, shall result in the disapproval of the entire Project Schedule
submission and the inability of the Contracting Officer to evaluate Contractor
progress for payment purposes. In the case where Project Schedule revisions
have been directed by the Contracting Officer and those revisions have not
been included in the Project Schedule, the Contracting Officer may hold
retainage up to the maximum allowed by contract, each payment period, until
revisions to the Project Schedule have been made.

3.3 PROJECT SCHEDULE

The computer software system utilized by the Contractor to produce the Project
Schedule shall be capable of providing all requirements of this specification.
Failure of the Contractor to meet the requirements of this specification shall
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

result in the disapproval of the schedule. Manual methods used to produce any
required information shall require approval by the Contracting Officer.

3.3.1 Use of the Critical Path Method

The Critical Path Method (CPM) of network calculation shall be used to
generate the Project Schedule. The Contractor shall provide the Project
Schedule in the Precedence Diagram Method (PDM).

3.3.2 Level of Detail Required

The Project Schedule shall include an appropriate level of detail. Failure to
develop or update the Project Schedule or provide data to the Contracting
Officer at the appropriate level of detail, as specified by the Contracting
Officer, shall result in the disapproval of the schedule. The Contracting
Officer will use, but is not limited to, the following conditions to determine
the appropriate level of detail to be used in the Project Schedule:

3.3.2.1 Activity Durations

Contractor submissions shall follow the direction of the Contracting Officer
regarding reasonable activity durations. Reasonable durations are those that
allow the progress of activities to be accurately determined between payment
periods (usually less than 2 percent of all non-procurement activities'
Original Durations are greater than 20 days).

3.3.2.2 Design and Permit Activities

Design and permitting activities, including necessary conferences and follow-
up actions and design package submission dates, shall be integrated into the
schedule.

3.3.2.3 Procurement Activities

Tasks related to the procurement of long lead materials or equipment shall be
included as separate activities in the project schedule. Long lead materials
and equipment are those materials that have a procurement cycle of over 90
days. Examples of procurement process activities include, but are not limited
to: submittals, approvals, procurement, fabrication, and delivery.

3.3.2.4 Critical Activities

The following activities shall be listed as separate line activities on the
Contractor's project schedule:

a. Submission and approval of mechanical/electrical layout drawings.

b. Submission and approval of O & M manuals.

c. Submission and approval of as-built drawings.

d. Submission and approval of 1354 data and installed equipment lists.

e. Submission and approval of testing and air balance (TAB).

f. Submission of TAB specialist design review report.

g. Submission and approval of fire protection specialist.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


h. Submission and approval of testing and balancing of HVAC plus
commissioning plans and data.

i. Air and water balance dates.

j. HVAC commissioning dates.

k. Controls testing plan.

l. Controls testing.

m. Performance Verification testing.

n. Other systems testing, if required.

o. Prefinal inspection.

p. Correction of punchlist from prefinal inspection.

q. Final inspection.

3.3.2.5 Government Activities

Government and other agency activities that could impact progress shall be
shown. These activities include, but are not limited to: approvals, design
reviews, environmental permit approvals by State regulators, inspections,
utility tie-in, Government Furnished Equipment (GFE) and Notice to Proceed
(NTP) for phasing requirements.

3.3.2.6 Responsibility

All activities shall be identified in the project schedule by the party
responsible to perform the work. Responsibility includes, but is not limited
to, the subcontracting firm, Contractor work force, or government agency
performing a given task. Activities shall not belong to more than one
responsible party. The responsible party for each activity shall be
identified by the Responsibility Code.

3.3.2.7 Work Areas

All activities shall be identified in the project schedule by the work area in
which the activity occurs. Activities shall not be allowed to cover more than
one work area. The work area of each activity shall be identified by the Work
Area Code.

3.3.2.8 Modification or Claim Number

Any activity that is added or changed by contract modification or used to
justify claimed time shall be identified by a mod or claim code that changed
the activity. Activities shall not belong to more than one modification or
claim item. The modification or claim number of each activity shall be
identified by the Mod or Claim Number. Whenever possible, changes shall be
added to the schedule by adding new activities. Existing activities shall not
normally be changed to reflect modifications.

3.3.2.9 Bid Item

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

All activities shall be identified in the project schedule by the Bid Item to
which the activity belongs. An activity shall not contain work in more than
one bid item. The bid item for each appropriate activity shall be identified
by the Bid Item Code.

3.3.2.10 Phase of Work

All activities shall be identified in the project schedule by the phases of
work in which the activity occurs. Activities shall not contain work in more
than one phase of work. The project phase of each activity shall be by the
unique Phase of Work Code.

3.3.2.11 Category of Work

All Activities shall be identified in the project schedule according to the
category of work which best describes the activity. Category of work refers,
but is not limited, to the procurement chain of activities including such
items as designs, design package submissions design reviews, review
conferences, permits, submittals, approvals, procurement, fabrication,
delivery, installation, start-up, and testing. The category of work for each
activity shall be identified by the Category of Work Code.

3.3.2.12 Feature of Work

All activities shall be identified in the project schedule according to the
feature of work to which the activity belongs. Feature of work refers, but is
not limited to, a work breakdown structure for the project. The feature of
work for each activity shall be identified by the Feature of Work Code.

3.3.3 Scheduled Project Completion

The schedule interval shall extend from NTP to the contract completion date.

3.3.3.1 Project Start Date

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

3.3.3.2 Constraint of Last Activity

Completion of the last activity in the schedule shall be constrained by the
contract completion date. Calculation on project updates shall be such that
if the early finish of the last activity falls after the contract completion
date, then the float calculation shall reflect a negative float on the
critical path. The Contractor shall include as the last activity in the
project schedule an activity called "End Project". The "End Project" activity
shall have an "LF" constraint date equal to the completion date for the
project, and a zero day duration.

3.3.3.3 Early Project Completion

In the event the project schedule shows completion of the project prior to the
contract completion date, the Contractor shall identify those activities that
have been accelerated and/or those activities that are scheduled in parallel
to support the Contractor's "early" completion. Contractor shall specifically
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

address each of the activities noted in the narrative report at every project
schedule update period to assist the Contracting Officer in evaluating the
Contractor's ability to actually complete prior to the contract period.

3.3.4 Interim Completion Dates

Contractually specified interim completion dates shall also be constrained to
show negative float if the early finish date of the last activity in that
phase falls after the interim completion date.

3.3.4.1 Start Phase

The Contractor shall include as the first activity for a project phase an
activity called "Start Phase X" where "X" refers to the phase of work. The
"Start Phase X" activity shall have an "ES" constraint date equal to the date
on which the NTP was acknowledged, and a zero day duration.

3.3.4.2 End Phase

The Contractor shall include as the last activity in a project phase an
activity called "End Phase X" where "X" refers to the phase of work. The "End
Phase X" activity shall have an "LF" constraint date equal to the completion
date for the project, and a zero day duration.

3.3.4.3 Phase X

The Contractor shall include a hammock type activity for each project phase
called "Phase X" where "X" refers to the phase of work. The "Phase X"
activity shall be logically tied to the earliest and latest activities in the
phase.

3.3.5 Default Progress Data Disallowed

Actual Start and Finish dates shall not be automatically updated by default
mechanisms that may be included in CPM scheduling software systems. Actual
Start and Finish dates on the CPM schedule shall match those dates provided
from Contractor Quality Control Reports. Failure of the Contractor to
document the Actual Start and Finish dates on the Daily Quality Control report
for every in-progress or completed activity, and failure to ensure that the
data contained on the Daily Quality Control reports is the sole basis for
schedule updating shall result in the disapproval of the Contractor's schedule
and the inability of the Contracting Officer to evaluate Contractor progress
for payment purposes. Updating of the percent complete and the remaining
duration of any activity shall be independent functions. Program features
which calculate one of these parameters from the other shall be disabled.

3.3.6 Out-of-Sequence Progress

Activities that have posted progress without all preceding logic being
satisfied (Out-of-Sequence Progress) will be allowed only on a case-by-case
approval of the Contracting Officer. The Contractor shall propose logic
corrections to eliminate all out of sequence progress or justify not changing
the sequencing for approval prior to submitting an updated project schedule.

3.3.7 Negative Lags

Lag durations contained in the project schedule shall not have a negative
value.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


3.4 PROJECT SCHEDULE SUBMISSIONS

The Contractor shall provide the submissions as described below. The data
disk, reports, and network diagrams required for each submission are contained
in paragraph SUBMISSION REQUIREMENTS.

3.4.1 Preliminary Project Schedule Submission

The Preliminary Project Schedule, defining the Contractor's planned operations
for the first 60 calendar days shall be submitted for approval within 20
calendar days after the NTP is acknowledged. The approved preliminary
schedule shall be used for payment purposes not to exceed 60 calendar days
after NTP.

3.4.2 Initial Project Schedule Submission

The Initial Project Schedule shall be submitted for approval within 40
calendar days after NTP. The schedule shall provide a reasonable sequence of
activities which represent work through the entire project and shall be at a
reasonable level of detail.

3.4.3 Periodic Schedule Updates

Based on the result of progress meetings, specified in "Periodic Progress
Meetings," the Contractor shall submit periodic schedule updates. These
submissions shall enable the Contracting Officer to assess Contractor's
progress. If the Contractor fails or refuses to furnish the information and
project schedule data, which in the judgement of the Contracting Officer or
authorized representative is necessary for verifying the Contractor's
progress, the Contractor shall be deemed not to have provided an estimate upon
which progress payment may be made.

3.4.4 Standard Activity Coding Dictionary

The Contractor shall use the activity coding structure defined in the Standard
Data Exchange Format (SDEF) in ER 1-1-11, Appendix A. This exact structure is
mandatory, even if some fields are not used.

3.5 SUBMISSION REQUIREMENTS

The following items shall be submitted by the Contractor for the preliminary
submission, initial submission, and every periodic project schedule update
throughout the life of the project:

3.5.1 Data Disks

Two data disks containing the project schedule shall be provided. Data on the
disks shall adhere to the SDEF format specified in ER 1-1-11, Appendix A.

3.5.1.1 File Medium

Required data shall be submitted on 3.5 disks, formatted to hold 1.44 MB of
data, under the MS-DOS Version 5. or 6.x, unless otherwise approved by the
Contracting Officer.

3.5.1.2 Disk Label

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

A permanent exterior label shall be affixed to each disk submitted. The label
shall indicate the type of schedule (Preliminary, Initial, Update, or Change),
full contract number, project name, project location, data date, name and
telephone number of person responsible for the schedule, and the MS-DOS
version used to format the disk.

3.5.1.3 File Name

Each file submitted shall have a name related to either the schedule data
date, project name, or contract number. The Contractor shall develop a naming
convention that will ensure that the names of the files submitted are unique.
The Contractor shall submit the file naming convention to the Contracting
Officer for approval.

3.5.2 Narrative Report

A Narrative Report shall be provided with the preliminary, initial, and each
update of the project schedule. This report shall be provided as the basis of
the Contractor's progress payment request. The Narrative Report shall
include: a description of activities along the 2 most critical paths, a
description of current and anticipated problem areas or delaying factors and
their impact, and an explanation of corrective actions taken or required to be
taken. The narrative report is expected to relay to the Government, the
Contractor's thorough analysis of the schedule output and its plans to
compensate for any problems, either current or potential, which are revealed
through that analysis.

3.5.3 Approved Changes Verification

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

3.5.4 Schedule Reports

The format for each activity for the schedule reports listed below shall
contain: Activity Numbers, Activity Description, Original Duration, Remaining
Duration, Early Start Date, Early Finish Date, Late Start Date, Late Finish
Date, Total Float. Actual Start and Actual Finish Dates shall be printed for
those activities in progress or completed.

3.5.4.1 Activity Report

A list of all activities sorted according to activity number.

3.5.4.2 Logic Report

A list of Preceding and Succeeding activities for every activity in ascending
order by activity number. Preceeding and succeeding activities shall include
all information listed above in paragraph Schedule Reports. A blank line
shall be left between each activity grouping.

3.5.4.3 Total Float Report

A list of all incomplete activities sorted in ascending order of total float.
Activities which have the same amount of total float shall be listed in
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

ascending order of Early Start Dates. Completed activities shall not be shown
on this report.

3.5.4.4 Earnings Report

A compilation of the Contractor's Total Earnings on the project from the NTP
until the most recent Monthly Progress Meeting. This report shall reflect the
Earnings of specific activities based on the agreements made in the field and
approved between the Contractor and Contracting Officer at the most recent
Monthly Progress Meeting. Provided that the Contractor has provided a
complete schedule update, this report shall serve as the basis of determining
Contractor Payment. Activities shall be grouped by bid item and sorted by
activity numbers. This report shall: sum all activities in a bid item and
provide a bid item percent; and complete and sum all bid items to provide a
total project percent complete. The printed report shall contain, for each
activity: the Activity Number, Activity Description, Original Budgeted
Amount, Total Quantity, Quantity to Date, Percent Complete (based on cost),
and Earnings to Date.

3.5.5 Network Diagram

The network diagram shall be required on the initial schedule submission and
on monthly schedule update submissions. The network diagram shall depict and
display the order and interdependence of activities and the sequence in which
the work is to be accomplished. The Contracting Officer will use, but is not
limited to, the following conditions to review compliance with this paragraph:

3.5.5.1 Continuous Flow

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

3.5.5.2 Project Milestone Dates

Dates shall be shown on the diagram for start of project, any contract
required interim completion dates, and contract completion dates.

3.5.5.3 Critical Path

The critical path shall be clearly shown.

3.5.5.4 Banding

Activities shall be grouped to assist in the understanding of the activity
sequence. Typically, this flow will group activities by category of work,
work area and/or responsibility.

3.5.5.5 S-Curves

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

3.6 PERIODIC PROGRESS MEETINGS

Progress meetings to discuss payment shall include a monthly onsite meeting or
other regular intervals mutually agreed to at the preconstruction conference.
During this meeting the Contractor shall describe, on an activity by activity
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

basis, all proposed revisions and adjustments to the project schedule required
to reflect the current status of the project. The Contracting Officer will
approve activity progress, proposed revisions, and adjustments as appropriate.

3.6.1 Meeting Attendance

The Contractor's Project Manager and Scheduler shall attend the regular
progress meeting.

3.6.2 Update Submission Following Progress Meeting

A complete update of the project schedule containing all approved progress,
revisions, and adjustments, based on the regular progress meeting, shall be
submitted not later than 4 working days after the monthly progress meeting.

3.6.3 Progress Meeting Contents

Update information, including Actual Start Dates, Actual Finish Dates,
Remaining Durations, and Cost-to-Date shall be subject to the approval of the
Contracting Officer. As a minimum, the Contractor shall address the following
items on an activity by activity basis during each progress meeting.

3.6.3.1 Start and Finish Dates

The Actual Start and Actual Finish dates for each activity currently in-
progress or completed .

3.6.3.2 Time Completion

The estimated Remaining Duration for each activity in-progress. Time-based
progress calculations shall be based on Remaining Duration for each activity.

3.6.3.3 Cost Completion

The earnings for each activity started. Payment will be based on earnings for
each in-progress or completed activity. Payment for individual activities
will not be made for work that contains quality defects. A portion of the
overall project amount may be retained based on delays of activities.

3.6.3.4 Logic Changes

All logic changes pertaining to NTP on change orders, change orders to be
incorporated into the schedule, Contractor proposed changes in work sequence,
corrections to schedule logic for out-of-sequence progress, lag durations, and
other changes that have been made pursuant to contract provisions shall be
specifically identified and discussed.

3.6.3.5 Other Changes

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

3.7 REQUESTS FOR TIME EXTENSIONS

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

In the event the Contractor requests an extension of the contract completion
date, or any interim milestone date, the Contractor shall furnish the
following for a determination as to whether or not the Contractor is entitled
to an extension of time under the provisions of the contract: justification,
project schedule data, and supporting evidence as the Contracting Officer may
deem necessary. Submission of proof of delay, based on revised activity
logic, duration, and costs (updated to the specific date that the delay
occurred) is obligatory to any approvals.

3.7.1 Justification of Delay

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

3.7.2 Submission Requirements

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

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

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

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

d. A sub-network of the affected area.

Activities impacted in each justification for change shall be identified by a
unique activity code contained in the required data file.

3.7.3 Additional Submission Requirements

For any requested time extension of over 2 weeks, the Contracting Officer may
request an interim update with revised activities for a specific change
request. The Contractor shall provide this disk within 4 days of the
Contracting Officer's request.

3.8 DIRECTED CHANGES

If the NTP is issued for changes prior to settlement of price and/or time, the
Contractor shall submit proposed schedule revisions to the Contracting Officer
within 2 weeks of the NTP being issued. The proposed revisions to the
schedule will be approved by the Contracting Officer prior to inclusion of
those changes within the project schedule. If the Contractor fails to submit
the proposed revisions, the Contracting Officer may furnish the Contractor
with suggested revisions to the project schedule. The Contractor shall
include these revisions in the project schedule until revisions are submitted,
and final changes and impacts have been negotiated. If the Contractor has any
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

objections to the revisions furnished by the Contracting Officer, the
Contractor shall advise the Contracting Officer within 2 weeks of receipt of
the revisions. Regardless of the objections, the Contractor shall continue to
update the schedule with the Contracting Officer's revisions until a mutual
agreement in the revisions is reached. If the Contractor fails to submit
alternative revisions within 2 weeks of receipt of the Contracting Officer's
proposed revisions, the Contractor will be deemed to have concurred with the
Contracting Officer's proposed revisions. The proposed revisions will then be
the basis for an equitable adjustment for performance of the work.

3.9 OWNERSHIP OF FLOAT

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











































DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 33 00

SUBMITTAL PROCEDURES
04/06

PART 1 GENERAL

1.1 DEFINITIONS

1.1.2 Submittal Descriptions (SD)

Submittals requirements are specified in the technical sections. Submittals
are identified by SD numbers and titles as follows.

SD-01 Preconstruction Submittals

Certificates of insurance.
Surety bonds.
List of proposed subcontractors.
List of proposed products.
Construction Progress Schedule.
Submittal register.
Schedule of prices.
Health and safety plan.
Work plan.
Quality control plan.
Environmental protection plan.

SD-02 Shop Drawings

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

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

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

SD-03 Product Data

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

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

SD-04 Samples

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

Color samples from the manufacturer's standard line (or custom color samples
if specified) to be used in selecting or approving colors for the project.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


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

SD-05 Design Data

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

SD-06 Test Reports

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

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

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

Investigation reports.

Daily logs and checklists.

Final acceptance test and operational test procedure.

SD-07 Certificates

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

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

Confined space entry permits.

Text of posted operating instructions.

SD-08 Manufacturer's Instructions

Preprinted material describing installation of a product, system or material,
including special notices and Material Safety Data sheets concerning
impedances, hazards and safety precautions.

SD-09 Manufacturer's Field Reports

Documentation of the testing and verification actions taken by manufacturer's
representative at the job site, in the vicinity of the job site, or on a
sample taken from the job site, on a portion of the work, during or after
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

installation, to confirm compliance with manufacturer's standards or
instructions. The documentation must be signed by an authorized official of a
testing laboratory or agency and must state the test results; and indicate
whether the material, product, or system has passed or failed the test.

Factory test reports.

SD-10 Operation and Maintenance Data

Data that is furnished by the manufacturer, or the system provider, to the
equipment operating and maintenance personnel. This data is needed by
operating and maintenance personnel for the safe and efficient operation,
maintenance and repair of the item.

This Data is intended to be incorporated in an operations and maintenance
manual or control system.

SD-11 Closeout Submittals
1.1.3 Approving Authority

Office or designated person authorized to approve submittal.

1.1.4 Work

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

1.2 SUBMITTALS

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

SD-01 Preconstruction Submittals

Submittal register; G,CD

1.8 SUBMITTAL CLASSIFICATION

Submittals are classified as follows:
1.8.1 Designer of Record Approved

Designer of Record (DOR) approval is required for extensions of design,
critical materials, any deviations from the solicitation, the accepted
proposal, or the completed design, equipment whose compatibility with the
entire system must be checked, and other items as designated by the
Contracting Officer's Representative. Within the terms of the Contract Clause
entitled "Specifications and Drawings for Construction", they are considered
to be "shop drawings". The Contractor shall provide the Government the number
of copies designated hereinafter of all Designer of Record approved
submittals. The Government may review any or all Designer of Record approved
submittals for conformance to the Solicitation and Accepted Proposal. The
Government will review all submittals designated as deviating from the
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Solicitation or Accepted Proposal, as described below. Design submittals shall
be in accordance with Section 01 10 12 DESIGN AFTER AWARD. Generally, design
submittals should be identified as SD-05 DESIGN DATA submittals.

1.3.2 Approved Submittals

Approval is required for any deviations from the Solicitation or Accepted
Proposal and other items as designated by the Contracting Officer's
Representative.Within the terms of the Contract Clause entitled
"Specifications and Drawings for Construction," they are considered to be
"shop drawings."

Designations to be used in editing the technical specifications are as
follows:

"G" Government Approval
"DOR" Designer of Record Approval
"ED" Engineering Division
"CD" Construction Division
"OP" Operations Division
"SO" Safety Office

The following illustrates a sample of the method to edit the technical
specification, where Designer of Record approval is required;

SD-02 Shop Drawings

Metal Building Systems; DOR


The following illustrates a sample of the method to edit the technical
specification, where no approval is required, and the submittal is "For
Information Only";

SD-04 Samples

Acoustic Ceiling Tile


1.8.3 Government Reviewed Design or Extension of Design

The Government will review all 50% and 95% design submittals for conformance
with the technical requirements of the solicitation. Section 01 10 12 DESIGN
AFTER AWARD covers the design submittal and review process in detail.
Government review is required for extension of design construction submittals,
used to define contract conformity, and for deviation from the completed
design. Review will be only for conformance with the contract requirements.
Included are only those construction submittals for which the Designer of
Record design documents do not include enough detail to ascertain contract
compliance. The Government may, but is not required, to review extensions of
design such as structural steel or reinforcement shop drawings.

1.8.4 Information Only

All submittals not requiring Designer of Record or Government approval will be
for information only. They are not considered to be "shop drawings" within
the terms of the Contract Clause referred to above.

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

All submittals not requiring Government approval will be for information only.
They are not considered to be "shop drawings" within the terms of the Contract
Clause referred to above.

1.9 APPROVED SUBMITTALS

The Contracting Officer's Representative approval of submittals shall not be
construed as a complete check, but will indicate only that design, general
method of construction, materials, detailing and other information appear to
meet the Solicitation and Accepted Proposal. Approval will not relieve the
Contractor of the responsibility for any error which may exist, as the
Contractor under the Contractor Quality Control (CQC) requirements of this
contract is responsible for design, dimensions, all design extensions, such as
the design of adequate connections and details, etc., and the satisfactory
construction of all work. After submittals have been approved by the
Contracting Officer's Representative, no resubmittal for the purpose of
substituting materials or equipment will be considered unless accompanied by
an explanation of why a substitution is necessary.

1.10 DISAPPROVED SUBMITTALS

The Contractor shall make all corrections required by the Contracting
Officer's Representative, obtain the Designer of Record's approval when
applicable, and promptly furnish a corrected submittal in the form and number
of copies specified for the initial submittal. Any "information only"
submittal found to contain errors or unapproved deviations from the
Solicitation or Accepted Proposal shall be resubmitted as one requiring
"approval" action, requiring both Designer of Record and Government approval.
If the Contractor considers any correction indicated on the submittals to
constitute a change to the contract, a notice in accordance with the Contract
Clause "Changes" shall be given promptly to the Contracting Officer's
Representative.

1.11 WITHHOLDING OF PAYMENT

No payment for materials incorporated in the work will be made if all required
Designer of Record or required Government approvals have not been obtained. No
payment will be made for any materials incorporated into the work for any
conformance review submittals or information only submittals found to contain
errors or deviations from the Solicitation or Accepted Proposal.

1.12 GENERAL

The Contractor shall make submittals as required by the specifications. The
Contractor shall change all Government approved designations to DOR
(Designer of Record Approved) in the submittal paragraphs of the technical
specifications. The Contracting Officer's Representative may request
submittals in addition to those specified when deemed necessary to adequately
describe the work covered in the respective sections. Units of weights and
measures used on all submittals shall be the same as those used in the
contract drawings. Each submittal shall be complete and in sufficient detail
to allow ready determination of compliance with contract requirements. Prior
to submittal, all items shall be checked and approved by the Contractor's
Quality Control (CQC) System Manager and the Designer of Record, if
applicable, and each item shall be stamped, signed, and dated by the CQC
System Manager indicating action taken. Proposed deviations from the contract
requirements shall be clearly identified. Submittals shall include items such
as: Contractor's, manufacturer's, or fabricator's drawings; descriptive
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

literature including (but not limited to) catalog cuts, diagrams, operating
charts or curves; test reports; test cylinders; samples; O&M manuals
(including parts list); certifications; warranties; and other such required
submittals. Submittals requiring Government approval shall be scheduled and
made prior to the acquisition of the material or equipment covered thereby.
Samples remaining upon completion of the work shall be picked up and disposed
of in accordance with manufacturer's Material Safety Data Sheets (MSDS) and in
compliance with existing laws and regulations.

1.13 SUBMITTAL REGISTER

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

1.14 SCHEDULING

Submittals covering component items forming a system or items that are
interrelated shall be scheduled to be coordinated and submitted concurrently.
Certifications to be submitted with the pertinent drawings shall be so
scheduled. Adequate time (a minimum of 30 calendar days exclusive of mailing
time) shall be allowed and shown on the register for review and approval. No
delay damages or time extensions will be allowed for time lost in late
submittals. An additional 30 calendar days shall be allowed and shown on the
register for review and approval of submittals for food service equipment and
refrigeration and HVAC control systems.

1.15 TRANSMITTAL FORM (ENG FORM 4025)

The sample transmittal form (ENG Form 4025) attached to this section shall be
used for submitting both Government approved and information only submittals
in accordance with the instructions on the reverse side of the form. These
forms are included in the QCS software that the Contractor is required to use
for this contract. This form shall be properly completed by filling out all
the heading blank spaces and identifying each item submitted. Special care
shall be exercised to ensure proper listing of the specification paragraph
and/or sheet number of the contract drawings pertinent to the data submitted
for each item.

1.16 SUBMITTAL PROCEDURES

Submittals shall be made as follows:

1.16.1 Procedures

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

The Government will further discuss detailed submittal procedures with the
Contractor at the Post-Award Conference.

1.16.2 Deviations

For submittals which include proposed deviations requested by the Contractor,
the column "variation" of ENG Form 4025 shall be checked. The Contractor
shall set forth in writing the reason for any deviations and annotate such
deviations on the submittal. The Government reserves the right to rescind
inadvertent approval of submittals containing unnoted deviations.

1.17 CONTROL OF SUBMITTALS

The Contractor shall carefully control his procurement operations to ensure
that each individual submittal is made on or before the Contractor scheduled
submittal date shown on the approved "Submittal Register."

1.18 GOVERNMENT APPROVED SUBMITTALS

Upon completion of review of submittals requiring Government approval, the
submittals will be identified as having received approval by being so stamped
and dated. Four copies of the submittal will be retained by the Contracting
Officer's Representative and two copies of the submittal will be returned to
the Contractor. If the Government performs a conformance review of other
Designer of Record approved submittals, the submittals will be so identified
and returned, as described above.

1.19 INFORMATION ONLY SUBMITTALS

Normally submittals for information only will not be returned. Approval of
the Contracting Officer's Representative is not required on information only
submittals. The Government reserves the right to require the Contractor to
resubmit any item found not to comply with the contract. This does not
relieve the Contractor from the obligation to furnish material conforming to
the plans and specifications; will not prevent the Contracting Officer's
Representative from requiring removal and replacement of nonconforming
material incorporated in the work; and does not relieve the Contractor of the
requirement to furnish samples for testing by the Government laboratory or for
check testing by the Government in those instances where the technical
specifications so prescribe. For design-build construction the Government
will retain four copies of information only submittals.

1.20 STAMPS

Stamps used by the Contractor on the submittal data to certify that the
submittal meets contract requirements shall be similar to the following:












DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

________________________________________________________________________
| CONTRACTOR
|
|
|
| (Firm Name)
|
|
|
|
|
|
|
| _____ Approved |
| |
| |
| _____ Approved with corrections as noted on submittal data and/or
|
| attached sheets(s).
|
| |
| |
| |
| SIGNATURE: __________________________________________________________ |
| |
| TITLE: ______________________________________________________________ |
| |
| DATE: _______________________________________________________________ |
| |
|________________________________________________________________________|

For design-build construction, both the Contractor Quality Control System
Manager and the Designer of Record shall stamp and sign to certify that the
submittal meets contract requirements.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

Not Used
















DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 35 29

SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS
04/06

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 NATIONAL STANDARDS INSTITUTE (ANSI)

ANSI A10.32Personal Fall Protection - Safety Requirements for Construction and
Demolition Operations

ANSI Z359.1(1992; R 1999) Safety Requirements for Personal Fall Arrest
Systems, Subsystems and Components

ANSI/ASSE A10.34(2001) Protection of the Public on or Adjacent to Construction
Sites

ASME INTERNATIONAL (ASME)

ASME B30.22(2005) Articulating Boom Cranes

ASME B30.3(1996) Construction Tower Cranes

ASME B30.5(2004) Mobile and Locomotive Cranes

ASME B30.8(2004) Floating Cranes and Floating Derricks

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)

NFPA 10(2002) Portable Fire Extinguishers

NFPA 241(2004) Safeguarding Construction,Alteration, and Demolition Operations

NFPA 51B(2003) Fire Prevention During Welding, Cutting, and Other Hot Work

NFPA 70(2005) National Electrical Code

NFPA 70E(2004) Electrical Safety in the Workplace

U.S. ARMY CORPS OF ENGINEERS (USACE)

EM 385-1-1(2003) Safety -- Safety and Health Requirements

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

29 CFR 1910Occupational Safety and Health Standards

29 CFR 1910.146Permit-required Confined Spaces

29 CFR 1915Confined and Enclosed Spaces and Other Dangerous Atmospheres in
Shipyard Employment
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


29 CFR 1919Gear Certification

29 CFR 1926Safety and Health Regulations for Construction

29 CFR 1926.500Fall Protection

1.2 SUBMITTALS

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

Government acceptance is required for submittals with a "G" designation.

SD-01 Preconstruction Submittals

Accident Prevention Plan (APP); G, SO

Activity Hazard Analysis (AHA); G, SO

Crane Critical Lift Plan; G, SO

Proof of qualification for Crane Operators; G, SO

SD-06 Test Reports

Reports

Submit reports as their incidence occurs, in accordance with the
requirements of the paragraph entitled, "Reports."

Accident Reports

Monthly Exposure Reports

Crane Reports

Regulatory Citations and Violations

SD-07 Certificates

Confined Space Entry Permit

Hot work permit

Certificate of Compliance (Crane)

Submit one copy of each permit/certificate attached to each Daily Quality
Control Report.


1.3 DEFINITIONS

a. High Visibility Accident. Any mishap which may generate publicity and/or
high visibility.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


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 through 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;

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

(3) Restricted work;

(4) Transfer to another job;

(5) Medical treatment beyond first aid;

(6) Loss of consciousness; or

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

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

e. Weight Handling Equipment (WHE) Accident. A WHE accident occurs when any
one or more of the six elements in the operating envelope fails to perform
correctly during operation, including operation during maintenance or testing
resulting in personnel injury or death; material or equipment damage; dropped
load; derailment; two-blocking; overload; and/or collision, including
unplanned contact between the load, crane, and/or other objects. A dropped
load, derailment, two-blocking, overload and collision are considered
accidents even though no material damage or injury occurs. A component
failure (e.g., motor burnout, gear tooth failure, bearing failure) is not
considered an accident solely due to material or equipment damage unless the
component failure results in damage to other components (e.g., dropped boom,
dropped load, roll over, etc.).

1.5 REGULATORY REQUIREMENTS

In addition to the detailed requirements included in the provisions of this
contract, work performed shall comply with USACE EM 385-1-1, and the following
federal, state, and local, laws, ordinances, criteria, rules and regulations.
Submit matters of interpretation of standards to the appropriate
administrative agency for resolution before starting work. Where the
requirements of this specification, applicable laws, criteria, ordinances,
regulations, and referenced documents vary, the most stringent requirements
shall apply.

1.6 SITE QUALIFICATIONS, DUTIES AND MEETINGS

1.6.1 Personnel Qualifications

1.6.1.1 Site Safety and Health Officer (SSHO)
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


Site Safety and Health Officer (SSHO) shall be provided at the work site at
all times to perform safety and occupational health management, surveillance,
inspections, and safety enforcement for the Contractor. The Contractor Quality
Control (QC) person can be the SSHO on this project. The SSHO shall meet the
following requirements:

Level 3:
A minimum of 5 years safety work on similar projects.
30-hour OSHA construction safety class or equivalent within the last 5 years.
An average of at least 24 hours of formal safety training each year for the
past 5 years.
Competent person training as needed.



1.6.1.5 Crane Operators

Crane operators shall meet the requirements in USACE EM 385-1-1, Section 16
and Appendix G. In addition, for mobile cranes with Original Equipment
Manufacturer (OEM) rated capacitates of 50,000 pounds or greater, crane
operators shall be designated as qualified by a source that qualifies crane
operators (i.e., union, a government agency, or and organization that tests
and qualifies crane operators). Proof of current qualification shall be
provided.

1.6.2 Personnel Duties

1.6.2.1 Site Safety and Health Officer (SSHO)/Superintendent

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. Safety inspection logs shall be attached to the Contractors'
daily quality control report.

b. Conduct mishap investigations and complete required reports. Maintain the
OSHA Form 300 and Daily Production reports for prime and sub-contractors.

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

d. Attend the pre-construction conference, pre-work meetings including
preparatory inspection meeting, and periodic in-progress meetings.

e. Implement and enforce accepted APPS and AHAs.

f. Maintain a safety and health deficiency tracking system that monitors
outstanding deficiencies until resolution. A list of unresolved safety and
health deficiencies shall be posted on the safety bulletin board.

g. Ensure sub-contractor compliance with safety and health requirements.

Failure to perform the above duties will result in dismissal of the
superintendent and/or SSHO, and a project work stoppage. The project work
stoppage will remain in effect pending approval of a suitable replacement.

1.6.3 Meetings

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

1.6.3.1 Preconstruction Conference

a. Contractor representatives who have a responsibility or significant role in
accident prevention on the project shall attend the preconstruction
conference. This includes the project superintendent, site safety and health
officer, quality control supervisor, or any other assigned safety and health
professionals who participated in the development of the APP (including the
Activity Hazard Analyses (AHAs) and special plans, program and procedures
associated with it).

b. The Contractor shall 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, a
schedule for the preparation, submittal, review, and acceptance of AHAs shall
be established to preclude project delays.

c. Deficiencies in the submitted APP will be brought to the attention of the
Contractor at the preconstruction conference, and the Contractor shall revise
the plan to correct deficiencies and re-submit it for acceptance. Work shall
not begin until there is an accepted APP.

d. The functions of a Preconstruction conference may take place at the Post-
Award Kickoff meeting for Design Build Contracts.

1.7 ACCIDENT PREVENTION PLAN (APP)

The Contractor shall use a qualified person to prepare the written site-
specific APP. Prepare the APP in accordance with the format and requirements
of USACE EM 385-1-1 and as supplemented herein. Cover all paragraph and
subparagraph elements in USACE EM 385-1-1, Appendix A, "Minimum Basic Outline
for Accident Prevention Plan". Specific requirements for some of the APP
elements are described below. The APP shall be job-specific and shall address
any unusual or unique aspects of the project or activity for which it is
written. The APP shall interface with the Contractor's overall safety and
health program. Any portions of the Contractor's overall safety and health
program referenced in the APP shall be included in the applicable APP element
and made site-specific. The Government considers the Prime Contractor to be
the "controlling authority" for all work site safety and health of the
subcontractors. Contractors are responsible for informing their subcontractors
of the safety provisions under the terms of the contract and the penalties for
noncompliance, coordinating the work to prevent one craft from interfering
with or creating hazardous working conditions for other crafts, and inspecting
subcontractor operations to ensure that accident prevention responsibilities
are being carried out. The APP shall be signed by the person and firm (senior
person) preparing the APP, the Contractor, the on-site superintendent, the
designated site safety and health officer and any designated CSP and/or CIH.

Submit the APP to the Contracting Officer 15 calendar days prior to the date
of the preconstruction conference for acceptance. Work cannot proceed without
an accepted APP.

Once accepted by the Contracting Officer, the APP and attachments will be
enforced as part of the contract. Disregarding the provisions of this contract
or the accepted APP will be cause for stopping of work, at the discretion of
the Contracting Officer, until the matter has been rectified.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


Once work begins, changes to the accepted APP shall be made with the knowledge
and concurrence of the Contracting Officer, project superintendent, SSHO and
quality control manager. Should any hazard become evident, stop work in the
area, secure the area, and develop a plan to remove the hazard. Notify the
Contracting Officer within 24 hours of discovery. Eliminate/remove the
hazard. In the interim, all necessary action shall be taken to restore and
maintain safe working conditions in order to safeguard onsite personnel,
visitors, the public (as defined by ANSI/ASSE A10.34,) and the environment.

Copies of the accepted plan will be maintained at the resident engineer's
office and at the job site.
The APP shall be continuously reviewed and amended, as necessary, throughout
the life of the contract. Unusual or high-hazard activities not identified in
the original APP shall be incorporated in the plan as they are discovered.

1.7.1 EM 385-1-1 Contents

In addition to the requirements outlines in Appendix A of USACE EM 385-1-1,
the following is required:

a. 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. The plan shall be submitted 15
calendar days prior to on-site work and include the requirements of USACE EM
385-1-1, paragraph 16.C.18. and the following:

(1) For lifts of personnel, the plan shall demonstrate compliance with the
requirements of 29 CFR 1926.550(g).

(2) For barge mounted mobile cranes, 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 shall be
within the crane manufacturer's requirements.







1.8 ACTIVITY HAZARD ANALYSIS (AHA)

The Activity Hazard Analysis (AHA) format shall be in accordance with USACE 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 should be used during daily inspections to ensure the implementation
and effectiveness of the activity's safety and health controls.

The AHA list will be reviewed periodically (at least monthly) at the
Contractor supervisory safety meeting and updated as necessary when
procedures, scheduling, or hazards change.

The activity hazard analyses shall be developed using the project schedule as
the basis for the activities performed. Any activities listed on the project
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

schedule will require an AHA. The AHAs will be developed by the contractor,
supplier or subcontractor and provided to the prime contractor for submittal
to the Contracting Officer.

1.9 DISPLAY OF SAFETY INFORMATION

Within 1 calendar day after commencement of work, erect a safety bulletin
board at the job site. The safety bulletin board shall include information
and be maintained as required by EM 385-1-1, section 01.A.06. Additional
items required to be posted include:

a. Confined space entry permit.

b. Hot work permit.

1.10 SITE SAFETY REFERENCE MATERIALS

Maintain safety-related references applicable to the project, including those
listed in the article "References." Maintain applicable equipment
manufacturer's manuals.

1.11 EMERGENCY MEDICAL TREATMENT

Contractors will arrange for their own emergency medical treatment.
Government has no responsibility to provide emergency medical treatment.

1.12 REPORTS

1.12.1 Accident Reports

a. For recordable injuries and illnesses, and property damage accidents
resulting in at least $2,000 in damages, the Prime Contractor shall conduct an
accident investigation to establish the root cause(s) of the accident,
complete the USACE Accident Report Form 3394 and provide the report to the
Contracting Officer within 5 calendar days of the accident. The Contracting
Officer will provide copies of any required or special forms.

b. For any weight handling equipment accident (including rigging gear
accidents) the Prime Contractor shall conduct an accident investigation to
establish the root cause(s) of the accident, complete the WHE Accident Report
(Crane and Rigging Gear) form and provide the report to the Contracting
Officer within 30 calendar days of the accident. Crane operations shall not
proceed until cause is determined and corrective actions have been implemented
to the satisfaction of the contracting officer. The Contracting Officer will
provide a blank copy of the accident report form.

1.12.2 Accident Notification

Notify the Contracting Officer as soon as practical, but not later than four
hours, after any accident meeting the definition of Recordable Injuries or
Illnesses or High Visibility Accidents, property damage equal to or greater
than $2,000, or any weight handling equipment accident. Information shall
include contractor name; contract title; type of contract; name of activity,
installation or location where accident occurred; date and time of accident;
names of personnel injured; extent of property damage, if any; extent of
injury, if known, and brief description of accident (to include type of
construction equipment used, PPE used, etc.). Preserve the conditions and
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

evidence on the accident site until the Government investigation team arrives
on-site and Government investigation is conducted.

1.12.3 Monthly Exposure Reports

Monthly exposure reporting to the Contracting Officer is required to be
attached to the monthly billing request. This report is a compilation of
employee-hours worked each month for all site workers, both prime and
subcontractor. The Contracting Officer will provide copies of any special
forms.

1.12.4 Crane Reports

Submit crane inspection reports required in accordance with USACE EM 385-1-1,
Appendix H and as specified herein with Daily Reports of Inspections.

1.12.5 Certificate of Compliance

The Contractor shall provide a Certificate of Compliance for each crane
entering an activity under this contract (see Contracting Officer for a blank
certificate). Certificate shall state 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
shall comply with 29 CFR 1926 and USACE EM 385-1-1 section 16 and Appendix H.
Certify on the Certificate of Compliance that the crane operator(s) is
qualified and trained in the operation of the crane to be used. For cranes at
DOD activities in foreign countries, the Contractor shall certify that the
crane and rigging gear conform to the appropriate host country safety
standards. The Contractor shall also certify that all of its crane operators
working on the DOD activity have been trained in the proper use of all safety
devices (e.g., anti-two block devices). These certifications shall be posted
on the crane.

1.13 HOT WORK

Prior to performing "Hot Work" (welding, cutting, etc.) or operating other
flame-producing/spark producing devices, a written permit shall be requested
from the Base Fire Marshall. CONTRACTORS ARE REQUIRED TO MEET ALL CRITERIA
BEFORE A PERMIT IS ISSUED. The Contractor will provide at least two (2)
twenty (20) pound 4A:20 BC rated extinguishers for normal "Hot Work". All
extinguishers shall be current inspection tagged, approved safety pin and
tamper resistant seal. It is also mandatory to have a designated FIRE WATCH
for any "Hot Work" done at this activity. The Fire Watch shall be trained in
accordance with NFPA 51B and remain on-site for a minimum of 30 minutes after
completion of the task or as specified on the hot work permit.

When starting work in the facility, Contractors shall require their personnel
to familiarize themselves with the location of the nearest fire alarm boxes
and place in memory the emergency Base Fire Marshall's office phone number.
ANY FIRE, NO MATTER HOW SMALL, SHALL BE REPORTED TO THE RESPONSIBLE BASE FIRE
MARSHALL OFFICE IMMEDIATELY.

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.

PART 2 PRODUCTS
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


Not used.

PART 3 EXECUTION

3.1 CONSTRUCTION AND/OR OTHER WORK

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 USACE 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, lead-based paint are prohibited. The Contracting Officer, upon
written request by the 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 paint, and
friable and non-friable asbestos. If additional material, not indicated, that
may be hazardous to human health upon disturbance during construction
operations is encountered, stop that portion of work and notify the
Contracting Officer immediately. Within 14 calendar days the Government will
determine if the material is hazardous. If material is not hazardous or poses
no danger, the Government will direct the Contractor to proceed without
change. If material is hazardous and handling of the material is necessary to
accomplish the work, the Government will issue a modification pursuant to "FAR
52.243-4, Changes" and "FAR 52.236-2, Differing Site Conditions."

3.2 PRE-OUTAGE COORDINATION MEETING

Contractors are required to apply for utility outages at least 15 days in
advance. As a minimum, the request should include the location of the outage,
utilities being affected, duration of outage and any necessary sketches.
Special requirements for electrical outage requests are contained elsewhere in
this specification section. Once approved, and prior to beginning work on the
utility system requiring shut down, the Contractor shall attend a pre-outage
coordination meeting with the Contracting Officer and the Installation
representative or Public Utilities representativeto review the scope of work
and the lock-out/tag-out procedures for worker protection. No work will be
performed on energized electrical circuits unless proof is provided that no
other means exist.

3.3 FALL HAZARD PROTECTION AND PREVENTION PROGRAM

The Contractor shall establish a fall protection and prevention program, for
the protection of all employees exposed to fall hazards. The program shall
include company policy, identify responsibilities, education and training
requirements, fall hazard identification, prevention and control measures,
inspection, storage, care and maintenance of fall protection equipment and
rescue and evacuation procedures.

3.3.1 Training

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

The Contractor shall institute a fall protection training program. As part of
the Fall Hazard Protection and Prevention Program, the Contractor shall
provide training for each employee who might be exposed to fall hazards. A
competent person for fall protection shall provide the training. Training
requirements shall be in accordance with USACE EM 385-1-1, section 21.A.16.

3.3.2 Fall Protection Equipment and Systems

The Contractor shall 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. Employees shall be protected from fall hazards as specified in EM
385-1-1, section 21. In addition to the required fall protection systems,
safety skiff, personal floatation devices, life rings etc., are required when
working above or next to water in accordance with USACE EM 385-1-1, paragraphs
05.H. and 05.I. Personal fall arrest systems are required when working from
an articulating or extendible boom, swing stages, or suspended platform. In
addition, personal fall arrest systems are required when operating other
equipment such as scissor lifts if the work platform is capable of being
positioned outside the wheelbase. The need for tying-off in such equipment is
to prevent ejection of the employee from the equipment during raising,
lowering, or travel. Fall protection must comply with 29 CFR 1926.500,
Subpart M, USACE EM 385-1-1 and ANSI A10.32.

3.3.2.1 Personal Fall Arrest Equipment

Personal fall arrest equipment, systems, subsystems, and components shall meet
ANSI Z359.1. Only a full-body harness with a shock-absorbing lanyard or self-
retracting lanyard is an acceptable personal fall arrest body support device.
Body belts may only be used as a positioning device system (for uses such as
steel reinforcing assembly and in addition to an approved fall arrest system).
Harnesses shall have a fall arrest attachment affixed to the body support
(usually a Dorsal D-ring) and specifically designated for attachment to the
rest of the system. Only locking snap hooks and carabiners shall be used.
Webbing, straps, and ropes shall be made of synthetic fiber. The maximum free
fall distance when using fall arrest equipment shall not exceed 1.8 m (6
feet). The total fall distance and any swinging of the worker (pendulum-like
motion) that can occur during a fall shall always be taken into consideration
when attaching a person to a fall arrest system.

3.3.3 Fall Protection for Roofing Work

Fall protection controls shall be implemented based on the type of roof being
constructed and work being performed. The roof area to be accessed shall be
evaluated for its structural integrity including weight-bearing capabilities
for the projected loading.

a. Low Sloped Roofs:

(1) For work within 6 feet of an edge, on low-slope roofs, personnel shall be
protected from falling by use of personal fall arrest systems, guardrails, or
safety nets.

(2) For work greater than 6 feet from an edge, warning lines shall be erected
and installed in accordance with 29 CFR 1926.500 and USACE EM 385-1-1.

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

b. Steep-Sloped Roofs: Work on steep-sloped roofs requires a personal fall
arrest system, guardrails with toe-boards, or safety nets. This requirement
also includes residential or housing type construction.

3.3.4 Existing Anchorage

Existing anchorages, to be used for attachment of personal fall arrest
equipment, shall be certified (or re-certified) by a qualified person for fall
protection in accordance with ANSI Z359.1. Exiting horizontal lifeline
anchorages shall be certified (or re-certified) by a registered professional
engineer with experience in designing horizontal lifeline systems.

3.3.5 Horizontal Lifelines

Horizontal lifelines shall be designed, installed, certified and used under
the supervision of a qualified person for fall protection as part of a
complete fall arrest system which maintains a safety factor of 2 (29 CFR
1926.500).

3.3.6 Guardrails and Safety Nets

Guardrails and safety nets shall be designed, installed and used in accordance
with EM 385-1-1 and 29 CFR 1926 Subpart M.

3.3.7 Rescue and Evacuation Procedures

When personal fall arrest systems are used, the contractor must ensure that
the mishap victim can self-rescue or can be rescued promptly should a fall
occur. A Rescue and Evacuation Plan shall be prepared by the contractor 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 Rescue and Evacuation Plan
shall be included in the Activity Hazard Analysis (AHA) for the phase of work,
in the Fall Protection and Prevention (FP&P) Plan, and the Accident Prevention
Plan (APP).

3.5 SCAFFOLDING

3.5.1 Stilts

The use of stilts for gaining additional height in construction, renovation,
repair or maintenance work is prohibited.

3.6 EQUIPMENT

3.6.1 Material Handling Equipment

a. Material handling equipment such as forklifts shall not be modified with
work platform attachments for supporting employees unless specifically
delineated in the manufacturer's printed operating instructions.

b. The use of hooks on equipment for lifting of material must be in
accordance with manufacturer's printed instructions.

c. Operators of forklifts or power industrial trucks shall be licensed in
accordance with OSHA.

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

3.6.2 Weight Handling Equipment

a. Cranes and derricks shall be equipped as specified in EM 385-1-1, section
16.

b. The Contractor shall comply with the crane manufacturer's specifications
and limitations for erection and operation of cranes and hoists used in
support of the work. Erection shall be performed under the supervision of a
designated person (as defined in ASME B30.5). All testing shall be performed
in accordance with the manufacturer's recommended procedures.

c. The Contractor shall comply with ASME B30.5 for mobile and locomotive
cranes, ASME B30.22 for articulating boom cranes, ASME B30.3 for construction
tower cranes, and ASME B30.8 for floating cranes and floating derricks.

d. Under no circumstance shall a Contractor make a lift at or above 90% of
the cranes rated capacity in any configuration.

e. When operating in the vicinity of overhead transmission lines, operators
and riggers shall be alert to this special hazard and shall follow the
requirements of USACE EM 385-1-1 section 11 and ASME B30.5 or ASME B30.22 as
applicable.

f. Crane suspended personnel work platforms (baskets) shall not be used
unless the Contractor proves that using any other access to the work location
would provide a greater hazard to the workers or is impossible. Personnel
shall not be lifted with a line hoist or friction crane.

g. Portable fire extinguishers shall be inspected, maintained, and recharged
as specified in NFPA 10, Standard for Portable Fire Extinguishers.

h. All employees shall be kept clear of loads about to be lifted and of
suspended loads.

i. The Contractor shall use cribbing when performing lifts on outriggers.

j. The crane hook/block must be positioned directly over the load. Side
loading of the crane is prohibited.

k. A physical barricade must be positioned to prevent personnel from entering
the counterweight swing (tail swing) area of the crane.

l. Certification records which include the date of inspection, signature of
the person performing the inspection, and the serial number or other
identifier of the crane that was inspected shall always be available for
review by Contracting Officer personnel.

m. Written reports listing the load test procedures used along with any
repairs or alterations performed on the crane shall be available for review by
Contracting Officer personnel.

n. Certify that all crane operators have been trained in proper use of all
safety devices (e.g. anti-two block devices).


3.7 EXCAVATIONS

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

The competent person shall perform soil classification in accordance with 29
CFR 1926.

3.7.1 Utility Locations

Prior to digging, the appropriate digging permit must be obtained. All
underground utilities in the work area must be positively identified by a
private utility locating service in addition to any station locating service
and coordinated with the station utility department. Any markings made during
the utility investigation must be maintained throughout the contract.

3.7.2 Utility Location Verification

The Contractor must physically verify underground utility locations 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. Digging
within 2 feet of a known utility must not be performed by means of mechanical
equipment; hand digging shall be used. If construction is parallel to an
existing utility the utility shall be exposed by hand digging every 100 feet
if parallel within 5 feet of the excavation.

3.7.3 Shoring Systems

Trench and shoring systems must be identified in the accepted safety plan and
AHA. Manufacture tabulated data and specifications or registered engineer
tabulated data for shoring or benching systems shall be readily available on-
site for review. Job-made shoring or shielding shall have the registered
professional engineer stamp, specifications, and tabulated data. Extreme care
must be used when excavating near direct burial electric underground cables.

3.7.4 Trenching Machinery

Trenching machines with digging chain drives shall be operated only when the
spotters/laborers are in plain view of the operator. Operator and
spotters/laborers shall be provided training on the hazards of the digging
chain drives with emphasis on the distance that needs to be maintained when
the digging chain is operating. Documentation of the training shall be kept on
file at the project site.

3.8 UTILITIES WITHIN CONCRETE SLABS

Utilities located within concrete slabs or pier structures, bridges, and the
like, are extremely difficult to identify due to the reinforcing steel used in
the construction of these structures. Whenever contract work involves
concrete chipping, saw cutting, or core drilling, the existing utility
location must be coordinated with station utility departments in addition to a
private locating service. Outages to isolate utility systems shall be used in
circumstances where utilities are unable to be positively identified. The use
of historical drawings does not alleviate the contractor from meeting this
requirement.

3.9 ELECTRICAL

3.9.1 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
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

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.

3.9.2 Portable Extension Cords

Portable extension cords shall be sized in accordance with manufacturer
ratings for the tool to be powered and protected from damage. All damaged
extension cords shall be immediately removed from service. Portable extension
cords shall meet the requirements of NFPA 70.

3.10 WORK IN CONFINED SPACES

The Contractor shall comply with the requirements in Section 06.I of USACE EM
385-1-1, OSHA 29 CFR 1910.146 and OSHA 29 CFR 1926.21(b)(6). Any potential
for a hazard in the confined space requires a permit system to be used.

























DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 42 00

SOURCES FOR REFERENCE PUBLICATIONS
07/06

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 B 564 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. Documents listed in the
specifications with numbers which were not assigned by the standards producing
organization should be ordered from the source by title rather than by number.

ACOUSTICAL SOCIETY OF AMERICA (ASA)
2 Huntington Quadrangle, Suite 1NO1
Melville, NY 11747-4502
Ph: 516-576-2360
Fax: 516-576-2377
E-mail: asa@aip.org
Internet: http://asa.aip.org

ACI INTERNATIONAL (ACI)
38800 Country Club Drive
Farmington Hills, MI 48331
Ph: 248-848-3700
Fax: 248-848-3701
E-mail: bkstore@concrete.org
Internet: http://www.concrete.org

AIR-CONDITIONING AND REFRIGERATION INSTITUTE (ARI)
4100 North Fairfax Drive, Suite 200
Arlington, VA 22203
Ph: 703-524-8800
Fax: 703-528-3816
E-mail: ari@ari.org
Internet: http://www.ari.org

AIR CONDITIONING CONTRACTORS OF AMERICA (ACCA)
2800 Shirlington Road, Suite 300
Arlington, VA 22206
Ph: 703-575-4477
Fax: 703-575-4449
E-mail: info@acca.org
Internet: http://www.acca.org

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

AIR DIFFUSION COUNCIL (ADC)
104 So. Michigan Ave., No. 1500
Chicago, IL 60603
Ph: 312-201-0101
Fax: 312-201-0214

AIR MOVEMENT AND CONTROL ASSOCIATION INTERNATIONAL (AMCA)
30 West University Drive
Arlington Heights, IL 60004-1893
Ph: 847-394-0150
Fax: 847-253-0088
E-mail: amca@amca.org
Internet: http://www.amca.org

ALLIANCE FOR TELECOMMUNICATIONS INDUSTRY SOLUTIONS (ATIS)
1200 G Street, NW, Suite 500
Washington, D.C. 20005
Ph: 202-628-6380
Fax: 202-393-5453
Internet: http://www.atis.org

ALUMINUM ASSOCIATION (AA)
National Headquarters
1525 Wilson Boulevard, Suite 600
Arlington, VA 22209
Ph: 703-358-2960
Fax: 703-358-2961
Internet: http://www.aluminum.org

AMERICAN ARCHITECTURAL MANUFACTURERS ASSOCIATION (AAMA)
1827 Walden Office Square
Suite 550
Schaumburg, IL 60173-4268
Ph: 847-303-5664
Fax: 847-303-5774
E-mail: webmaster@aamanet.org
Internet: http://www.aamanet.org

AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO)
444 North Capital Street, NW, Suite 249
Washington, DC 20001
Ph: 202-624-5800
Fax: 202-624-5806
E-Mail: info@aashto.org
Internet: http://www.aashto.org

AMERICAN ASSOCIATION OF TEXTILE CHEMISTS AND COLORISTS (AATCC)
1 Davis Drive
P.O. Box 12215
Research Triangle Park, NC 27709-2215
Ph: 919-549-8141
Fax: 919-549-8933
E-mail: quantem@aatcc.org
Technical Questions: hammona@aatc.org
Internet: http://www.aatcc.org

AMERICAN BEARING MANUFACTURERS ASSOCIATION (ABMA)
2025 M Street, NW, Suite 800
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Washington, DC 20036
Ph: 202-367-1155
Fax: 202-367-2155
E-mail: info.abma@smithbucklin.com
Internet: http://www.abma-dc.org

AMERICAN BOILER MANUFACTURERS ASSOCIATION (ABMA)
8221 Old Courthouse Road Suite 207
Vienna, VA 22182
Ph: 703-356-7172
Fax: 703-356-4543
Internet: http://www.abma.com

AMERICAN BUREAU OF SHIPPING (ABS)
Internet: http://www.eagle.org

AMERICAN CONCRETE PIPE ASSOCIATION (ACPA)
222 West Las Colinas Boulevard, Suite 641
Irving, TX 75039-5423
Ph: 972-506-7216
Fax: 972-506-7682
E-mail: info@concrete-pipe.org
Internet: http://www.concrete-pipe.org

AMERICAN CONFERENCE OF GOVERNMENTAL INDUSTRIAL HYGIENISTS (ACGIH)
1330 Kemper Meadow Drive
Cincinnati, OH 45240
Ph: 513-742-2020
Fax: 513-742-3355
E-mail: mail@acgih.org
Internet: http://www.acgih.org

AMERICAN FOREST & PAPER ASSOCIATION (AF&PA)
American Wood Council
ATTN: Publications Department
1111 Nineteenth Street NW, Suite 800
Washington, DC 20036
Ph: 800-890-7732 or 202-463-2766
Fax: 202-463-2791
Internet: http://www.awc.org/

AMERICAN GAS ASSOCIATION (AGA)
400 North Capitol Street N.W.
Suite 450
Washington, D.C. 20001
Ph: 202-824-7000
Fax: 202-824-7115
E-mail: webmaster@aga.org
Internet: http://www.aga.org

AMERICAN GEAR MANUFACTURERS ASSOCIATION (AGMA)
500 Montgomery Street, Suite 350
Alexandria, VA 22314-1560
Ph: 703-684-0211
Fax: 703-684-0242
E-mail: webmaster@agma.org
Internet: http://www.agma.org

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

AMERICAN HARDBOARD ASSOCIATION (AHA)
c/o Composite Panel Association
18922 Premiere Court
Gaithersburg, MD 20879-1574
Ph: 301-670-0604
Fax: 301-840-1252
Internet: http://www.pbmdf.org

AMERICAN INDUSTRIAL HYGIENE ASSOCIATION (AIHA)
2700 Prosperity Ave., Shite 250
Fairfax, VA 22031
Tel: 703-849-8888
Fax: 703-207-3561
E-mail: infonet@aiha.org
Internet http://www.aiha.org

AMERICAN INSTITUTE OF STEEL CONSTRUCTION (AISC)
One East Wacker Drive
Chicago, IL 60601-1802
Ph: 312-670-2400
Fax: 312-670-5403
Publications: 800-644-2400
E-mail: pubs@aisc.org
Internet: http://www.aisc.org

AMERICAN INSTITUTE OF TIMBER CONSTRUCTION (AITC)
7012 South Revere Parkway, Suite 140
Englewood, CO 80112
Ph: 303-792-9559
Fax: 303-792-0669
E-mail: info@aitc-glulam.org
Internet: http://www.aitc-glulam.org

AMERICAN IRON AND STEEL INSTITUTE (AISI)
1140 Connecticut Avenue, NW, Suite 705
Washington, DC 20036
Ph: 202-452-7100
Fax: 202-463-6573
Internet: http://www.steel.org

AMERICAN LADDER INSTITUTE (ALI/LADDER)
410 North Michigan Avenue
Chicago, IL 60611
Tel: 312-644-6610
Fax: 312-527-6705
E-mail: rpietrzak@smithbucklin.com
Internet: http://www.americanladderinstitute.org

AMERICAN LUMBER STANDARDS COMMITTEE (ALSC)
P.O. Box 210
Germantown, MD 20875-0210
Ph: 301-972-1700
Fax: 301-540-8004
E-mail: alsc@alsc.org
Internet: http://www.alsc.org

AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI)
1819 L Street, NW, 6th Floor
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Washington, DC 20036
Ph: 202-293-8020
Fax: 202-293-9287
E-mail: info@ansi.org
Internet: http://www.ansi.org/

--- ANSI documents beginning with the letter "S" can be ordered from:

Acoustical Society of America (ASA)
2 Huntington Quadrangle, Suite 1NO1
Melville, NY 11747-4502
Ph: 516-576-2360
Fax: 516-576-2377
E-mail: asa@aip.org
Internet: http://asa.aip.org


AMERICAN NURSERY AND LANDSCAPE ASSOCIATION (ANLA)
1000 Vermont Avenue, NW, Suite 300
Washington, DC 20005-4914
Ph: 202-789-2900
Fax: 202-789-1893
Internet: http://www.anla.org

AMERICAN PETROLEUM INSTITUTE (API)
1220 L Street, NW
Washington, DC 20005-4070
Ph: 202-682-8000
Fax: 202-682-8223
Internet: http://www.api.org

AMERICAN PUBLIC HEALTH ASSOCIATION (APHA)
800 I Street, NW
Washington, DC 20001
Ph: 202-777-2742
Fax: 202-777-2534
E-mail: comments@apha.org
Internet: http://www.apha.org

AMERICAN RAILWAY ENGINEERING AND MAINTENANCE-OF-WAY ASSOCIATION (AREMA)
10003 Derekwood Lane, Suite 210
Lanham, MD 20706
Ph: 301-459-3200
Fax: 301-459-8077
Internet: http://www.arema.org

AMERICAN SOCIETY FOR NONDESTRUCTIVE TESTING (ASNT)
1711 Arlingate Lane
P.O. Box 28518
Columbus, OH 43228-0518
Ph: 800-222-2768; 614-274-6003
Fax: 614-274-6899
E-mail: webmaster@asnt.org
Internet: http://www.asnt.org

AMERICAN SOCIETY FOR QUALITY (ASQ)
600 North Plankinton Avenue
Milwaukee, WI 53203
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

-or-
P.O. Box 3005
Milwaukee, WI 53201-3005
Ph: 800-248-1946; 414-272-8575
Fax: 414-272-1734
E-mail: cs@asq.org or help@asq.org
Internet: http://www.asq.org

AMERICAN SOCIETY OF CIVIL ENGINEERS (ASCE)
1801 Alexander Bell Drive
Reston, VA 20191-4400
Ph: 703-295-6300 - 800-548-2723
Fax: 703-295-6222
E-mail: marketing@asce.org
Internet: http://www.asce.org

AMERICAN SOCIETY OF HEATING, REFRIGERATING AND AIR-CONDITIONING ENGINEERS
(ASHRAE)
1791 Tullie Circle, NE
Atlanta, GA 30329
Ph: 800-527-4723 or 404-636-8400
Fax: 404-321-5478
E-mail: ashrae@ashrae.org
Internet: http://www.ashrae.org

AMERICAN SOCIETY OF SAFETY ENGINEERS (ASSE/SAFE)
1800 East Oakton Street
Des Plaines, IL 60018-2187
Ph: 847-699-2929
Fax: 847-768-3434
E-mail: customerservice@asse.org
Internet: http://www.asse.org

AMERICAN SOCIETY OF SANITARY ENGINEERING (ASSE)
901 Canterbury, Suite A
Westlake, OH 44145
Ph: 440-835-3040
Fax: 440-835-3488
E-mail: info@asse-plumbing.org
Internet: http://www.asse-plumbing.org

AMERICAN WATER WORKS ASSOCIATION (AWWA)
6666 West Quincy Avenue
Denver, CO 80235
Ph: 800-926-7337
Fax: 303-347-0804
Internet: http://www.awwa.org

AMERICAN WELDING SOCIETY (AWS)
550 N.W. LeJeune Road
Miami, FL 33126
Ph: 800-443-9353 - 305-443-9353
Fax: 305-443-7559
E-mail: info@aws.org
Internet: http://www.aws.org

AMERICAN WOOD-PRESERVERS' ASSOCIATION (AWPA)
P.O. Box 361784
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Birmingham, AL 35236-1784
Ph: 205-733-4077
Fax: 205-733-4075
E-mail: email@awpa.com
Internet: http://www.awpa.com

APA - THE ENGINEERED WOOD ASSOCIATION (APA)
7011 South 19th
Tacoma, WA 98466
Ph: 253-565-6600
Fax: 253-565-7265
E-mail: help@apawood.org
Internet: http://www.apawood.org

ARCHITECTURAL WOODWORK INSTITUTE (AWI)
146179 Westlake Drive, Suite 120
Potomac Falls, VA 20165
Ph: 571-323-3636
Fax: 571-323-3630
Internet: http://www.awinet.org

ASM INTERNATIONAL (ASM)
9639 Kinsman Road
Materials Park, OH 44073-0002
Ph: 440-338-5151
Fax: 440-338-4634
E-mail: cust-srv@asminternational.org
Internet: http://www.asm-international.org

ASME INTERNATIONAL (ASME)
Three Park Avenue, M/S 10E
New York, NY 10016
Ph: 212-591-7722 or 800-843-2763
Fax: 212-591-7674
E-mail: infocentral@asme.org
Internet: http://www.asme.org

ASPHALT INSTITUTE (AI)
Research Park Drive
P.O. Box 14052
Lexington, KY 40512-4052
Ph: 859-288-4960
Fax: 859-288-4999
E-mail: info@asphaltinstitute.org
Internet: http://www.asphaltinstitute.org

ASPHALT ROOFING MANUFACTURER'S ASSOCIATION (ARMA)
1156-15TH Street, NW, Suite 900
Washington D.C. 20005
Ph: 202-207-0917
Fax: 202-223-9741
Internet: http://www.asphaltroofing.org

ASSOCIATED AIR BALANCE COUNCIL (AABC)
1518 K Street, NW
Washington, DC 20005
Ph: 202-737-0202
Fax: 202-638-4833
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

E-mail: info@aabc.com
Internet: http://www.aabchq.com

ASSOCIATION FOR THE ADVANCEMENT OF MEDICAL INSTRUMENTATION (AAMI)
1110 North Glebe Road, Suite 220
Arlington, VA 22201-4795
Ph: 800-332-2264 or 703-525-4890

E-mail: customerservice@aami.org
Internet: http://www.aami.org

ASSOCIATION FOR IRON AND STEEL TECHNOLOGY (AIST)
186 Thorn Hill Road
Warrendale, PA 15086-7528
Ph: 724-776-6040
Fax: 724-776-1880
E-Mail: info@aistech.org
Internet: http://www.aistech.org

ASSOCIATION FOR IRON AND STEEL TECHNOLOGY (AIST) (FORMERLY: IRON & STEEL
SOCIETY (ISS))
186 Thorn Hill Road
Warrendale, PA 15086-7528
Ph: 724-776-6040
Fax: 724-776-1880
E-Mail: info@aistech.org
Internet: http://www.aistech.org

ASSOCIATION OF EDISON ILLUMINATING COMPANIES (AEIC)
600 North 18th Street
P.O. Box 2641
Birmingham, AL 35291
Ph: 205-257-2530
Fax: 205-257-2540
Internet: http://www.aeic.org

ASSOCIATION OF HOME APPLIANCE MANUFACTURERS (AHAM)
1111 19th Street NW, Suite 402
Washington, DC 20036
Ph: 202-872-5955
Fax: 202-872-9354
E-mail: info@aham.org
Internet: http://www.aham.org

ASSOCIATION OF THE WALL AND CEILING INDUSTRIES - INTERNATIONAL (AWCI)
513 West Broad Street, Suite 210
Falls Church, VA 22046
Ph: 703-534-8300
Fax: 703-534-8307
E-mail: info@awci.org
Internet: http://www.awci.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: service@astm.org
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Internet: http://www.astm.org

BAY AREA AIR QUALITY MANAGEMENT DISTRICT (Bay Area AQMD)
939 Ellis Street
San Francisco, CA 94109
Ph: 415-771-6000
Fax: 415-928-8560
Internet: http://www.baaqmd.gov/

BAY AREA AIR RESOURCES BOARD (BAARB)
Address and contact information unavailable.

BIFMA INTERNATIONAL (BIFMA)
2680 Horizon Drive SE, Suite A-1
Grand Rapids, MI 49546-7500
Ph: 616-285-3963
Fax: 616-285-3765
E-mail: email@bifma.org
Internet: http://www.bifma.org

BIOCYCLE, JOURNAL OF COMPOSTING AND RECYCLING (BIOCYCLE)
The JG Press Inc.
419 State Avenue
Emmaus, PA 18049
Ph: 610-967-4135, Ext. 22
E-mail: biocycle@jgpress.com
Internet: http://www.biocycle.net

BRICK INDUSTRY ASSOCIATION (BIA)
11490 Commerce Park Drive
Reston, VA 22091-1525
Ph: 703-620-0010
Fax: 703-620-3928
E-mail: brickinfo@bia.org
Internet: http://www.bia.org

BRITISH STANDARDS INSTITUTE (BSI)
389 Chiswick High Road
London W4 4AL
United Kingdom
Ph: +44 (0)20 8996 9000
Fax: +44 (0)20 8996 7001
E-mail: cservices@bsi-global.com
Internet: http://www.bsi-global.com

BUILDERS HARDWARE MANUFACTURERS ASSOCIATION (BHMA)
355 Lexington Avenue
17th Floor
New York, NY 10017
Ph: 212-297-2122
Fax: 212-370-9047
E-mail: assocmgmt@aol.com
Internet: http://www.buildershardware.com

CSA AMERICA INC (CSA/AM)
8501 East Pleasant Valley Road
Cleveland, OH 44131-5575
Ph: 216-524-4990
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Fax: 216-520-8979
E-mail: cathy.rake@csa-america.org
Internet: http://www.csa-america.org

CSA INTERNATIONAL (CSA)
8501 East Pleasant Valley Road
Cleveland, OH 44131-5575
Ph: 216-524-4990
Fax: 216-642-3463
E-mail: certinfo@csa-international.org
Internet: http://www.csa-international.org

CALIFORNIA ENERGY COMMISSION (CEC)
Media and Public Communications Office
1516 Ninth Street, MS-29
Sacramento, CA 95814-5512
Ph: 916-654-4287
Internet: http://www.energy.ca.gov/

CARPET AND RUG INSTITUTE (CRI)
P.O. Box 2048
Dalton, GA 30722-2048
Ph: 800-882-8846 or 706-278-3176
Fax: 706-278-8835
Internet: http://www.carpet-rug.com

CAST IRON SOIL PIPE INSTITUTE (CISPI)
5959 Shallowford Road, Suite 419
Chattanooga, TN 37421
Ph: 423-892-0137
Fax: 423-892-0817
Internet: http://www.cispi.org

CEILINGS & INTERIOR SYSTEMS CONSTRUCTION ASSOCIATION (CISCA)
1500 Lincoln Highway, Suite 202
St. Charles, IL 60174
Ph: 630-584-1919
Fax: 630-584-2003
E-mail: info@cisca.org
Internet: http://www.cisca.org

CENTERS FOR DISEASE CONTROL AND PREVENTION (CDC)
1600 Clifton Road
Atlanta, GA 30333
Ph: 404-639-3311
Internet: http://www.cdc.gov

CHEMICAL FABRICS & FILM ASSOCIATION (CFFA)
1300 Sumner Avenue
Cleveland OH 44115-2851
Ph: 216-241-7333
Fax: 216-241-0105
E-mail: cffa@chemicalfabricsandfilm.com
Internet: http://www.chemicalfabricsandfilm.com/

CHLORINE INSTITUTE (CI)
1300 Wilson Boulevard
Arlington, VA 22209
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Ph: 703-741-5760
Fax: 703-741-6068
E-mail: aonna@CL2.com
Internet: http://www.CL2.com

COMPOSITE PANEL ASSOCIATION (CPA)
18922 Premeire Court
Gaithersburg, MD 20879-1574
Ph: 301-670-0604
Fax: 301-840-1252
Internet: http://www.pbmdf.com

COMPRESSED AIR AND GAS INSTITUTE (CAGI)
1300 Sumner Avenue
Cleveland OH 44115-2851
Ph: 216-241-7333
Fax: 216-241-0105
E-mail: cagi@cagi.org
Internet: http://www.cagi.org/

COMPRESSED GAS ASSOCIATION (CGA)
4221 Walney Road, 5th Floor
Chantilly, VA 20151-2923
Ph: 703-788-2700
Fax: 703-961-1831
E-mail: cga@cganet.com
Internet: http://www.cganet.com

CONCRETE REINFORCING STEEL INSTITUTE (CRSI)
933 North Plum Grove Road
Schaumburg, IL 60173-4758
Ph: 847-517-1200
Fax: 847-517-1206
Internet: http://www.crsi.org/

CONCRETE SAWING AND DRILLING ASSOCIATION (CSDA)
11001 Danka Way North, Suite 1
St Petersburg, FL 33716
PH: 727-577-5004
Fax: 272-577-5012
E-mail: info@csda.org
Internet: http://www.csda.org


CONSUMER ELECTRONICS ASSOCIATION (CEA)
2500 Wilson Blvd.
Arlington, VA 22201-3834
Ph: 866-858-1555 or 703-907-7600
Fax: 703-907-7675
E-mail: cea@CE.org
Internet: http://www.CE.org

CONSUMER PRODUCT SAFETY COMMISSION (CPSC)
4330 East-West Highway
Bethesda, MD 20814-4408
Ph: 301-504-7923
Fax: 301-504-0124 or 301-504-0025
E-mail: info@cpsc.gov
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Internet: http://www.cpsc.gov

CONVEYOR EQUIPMENT MANUFACTURERS ASSOCIATION (CEMA)
6724 Lone Oak Boulevard
Naples, FL 34109
Ph: 239-514-3441
Fax: 239-514-3470
E-mail: cema@cemanet.org
Internet: http://www.cemanet.org

COOLING TECHNOLOGY INSTITUTE (CTI)
2611 FM 1960 West
Suite A-101
Houston, TX 77068-3730
Ph: 281-583-4087
Fax: 281-537-1721
Internet: http://www.cti.org

COPPER DEVELOPMENT ASSOCIATION (CDA)
260 Madison Avenue
New York, NY 10016
Ph: 212-251-7200
Fax: 212-251-7234
E-mail: questions@cda.copper.org
Internet: http://www.copper.org

CRANE MANUFACTURERS ASSOCIATION OF AMERICA (CMAA)
8720 Red Oak Boulevard, Suite 201
Charlotte, NC 28217-3992
Ph: 704-676-1190
Fax: 704-676-1199
Internet: www.mhia.org/psc/PSC_Products_Cranes.cfm

CSA AMERICA, INC. (CSA/AM)
8501 East Pleasant Valley Road
Cleveland, OH 44131-5575
Ph: 216-524-4990
Fax: 216-520-8979
E-mail: cathy.rake@csa-america.org
Internet: http://www.csa-america.org

DOOR AND HARDWARE INSTITUTE (DHI)
14150 Newbrook Dr.
Chantily, VA 20151-2232
Ph: 703-222-2010
Fax: 703-222-2410
E-mail: infor@dhi.org
Internet: http://www.dhi.org


DISTRICT OF COLUMBIA MUNICIPAL REGULATIONS (DCMR)
441 4th Street NW, Suite 520S
Washington DC 20001
PH: 202-727-6306
Fax: 202-727-3582
Internet: http://os.dc.gov/info/odai/odai.shtm


DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


DOOR AND ACCESS SYSTEM MANUFACTURERS ASSOCIATION (DASMA)
1300 Sumner Avenue
Cleveland, OH 44115-2851
Ph: 216-241-7333
Fax: 216-241-0105
E-mail: dasma@dasma.com
Internet: http://www.dasma.com

DUCTILE IRON PIPE RESEARCH ASSOCIATION (DIPRA)
245 Riverchase Parkway East, Suite O
Birmingham, AL 35244
Ph: 205-402-8700
Fax: 205-402-8730
E-mail: info@dipra.org
Internet: http://www.dipra.org

EIFS INDUSTRY MEMBERS ASSOCIATION (EIMA)
3000 Corporate Center Drive, Suite 270
Morrow, GA 30260
Ph: 800-294-3462
Fax: 770-968-5818
E-mail: lwidzowski@eima.com
Internet: http://www.eima.com

ELECTRICAL GENERATING SYSTEMS ASSOCIATION (EGSA)
1650 South Dixie Highway, Suite 500
Boca Raton, FL 33432-7462
Ph: 561-750-5575
Fax: 561-395-8557
E-mail: e-mail@egsa.org
Internet: http://www.egsa.org

ELECTRONIC INDUSTRIES ALLIANCE (EIA)
2500 Wilson Boulevard
Arlington, VA 22201-3834
Ph: 703-907-7500
Fax: 703-907-7501
Internet: http://www.eia.org

U.S. DEPARTMENT OF ENERGY (DOE)
1000 Independance Ave. SW
Washington, DC 20585
Ph: 800-342-5363
Fax: 202-586-4403
E-mail: dmteam@hq.doe.gov
Internet: http://www.eh.doe.gov/

ETL TESTING LABORATORIES (ETL)
Intertek Testing Services, ETL SEMKO
70 Codman Hill Road
Boxborough, MA 01719
Ph: 978-263-2662
Fax: 978-263-7086
E-mail: info@etlsemko.com
Internet: http://www.etlsemko.com

EUROPEAN COMMITTEE FOR STANDARDIZATION (CEN/CENELEC)
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

CEN Management Centre
36, rue de Stassart
B-1050 Brussels
Ph: 32-2-550-08-11
Fax: 32-2-550-08-19
E-mail: infodesk@cenorm.be
Internet: http://www.cenorm.be

EXPANSION JOINT MANUFACTURERS ASSOCIATION (EJMA)
25 North Broadway
Tarrytown, NY 10591
Ph: 914-332-0040
Fax: 914-332-1541
E-mail: inquiries@ejma.org
Internet: http://www.ejma.org

FEDERAL ENERGY REGULATORY COMMISSION (FERC)
888 First Street, NE
Washington, DC 20426
Ph: 202-502-6088
E-mail: customer@ferc.gov
Internet: http://www.ferc.gov/default.asp

FLAT GLASS MARKETING ASSOCIATION (FGMA)
White Lakes Professional Bldg.
3310 Harrison St.
Topeka, KS 66611-2279
Ph: 913-266-7013
Fax: 913-266-0272

FLUID CONTROLS INSTITUTE (FCI)
1300 Sumner Avenue
Cleveland, OH 44115
Ph: 216-241-7333
Fax: 216-241-0105
E-mail: fci@fluidcontrolsinstitute.org
Internet: www.fluidcontrolsinstitute.org

FLUID SEALING ASSOCIATION (FSA)
994 Old Eagle School Rd. #1019
Wayne, PA 19087
Ph: 610-971-4850
E-mail: info@fluidsealing.com
Internet: www.fluidsealing.com

FM GLOBAL (FM)
1301 Atwood Avenue
P.O. Box 7500
Johnston, RI 02919
Ph: 401-275-3000
Fax: 401-275-3029
E-mail: information@fmglobal.com
Internet: http://www.fmglobal.com

FOREST STEWARDSHIP COUNCIL (FSC)
1155 30th Street NW
Suite 300
Washington, DC 20007
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Ph: 202.342.0413
Fax: 202.342.6589
E-mail: info@fscus.org
Internet: http://www.fscus.org

FORESTRY SUPPLIERS INC. (FSUP)
205 West Rankin Street
P.O. Box 8397
Jackson, MS 39284-8397
Ph: 601-354-3565
Fax: 601-292-0165
E-mail: cs@forestry-suppliers.com
Internet: http://www.forestry-suppliers.com

FOUNDATION FOR CROSS-CONNECTION CONTROL AND HYDRAULIC RESEARCH (FCCCHR)
University of South California
Kaprielian Hall 200
Los Angeles, CA 90089-2531
Ph: 213-740-2032 or 800-545-6340
Fax: 213-740-8399
E-mail: fccchr@usc.edu
Internet: http://www.usc.edu/dept/fccchr

GEOLOGICAL SOCIETY OF AMERICA (GSA)
P.O. Box 9140
Boulder, CO 80301-9140
Ph: 303-357-1000
Fax: 303-357-1070
E-mail: gsaservice@geosociety.org
Internet: http://www.geosociety.org

GEOSYNTHETIC INSTITUTE (GSI)
475 Kedron Avenue
Folsom, PA 19033
Ph: 610-522-8440
Fax: 610-522-8441
Internet: http://www.geosynthetic-institute.org

GLASS ASSOCIATION OF NORTH AMERICA (GANA)
2945 SW Wanamaker Drive, Suite A
Topeka, KS 66614
Ph: 785-271-0208
Fax: 785-271-0166
E-mail: gana@glasswebsite.com
Internet: http://www.glasswebsite.com

GREEN BUILDING INITIATIVE (GBI)
222 SW Columbia St.
Suite 1800
Portland, Oregon 97201
Ph: 877-424-4241
Fax: 503.961.8991
Email: info@thegbi.org
Internet: http://www.thegbi.org/gbi/


GREEN SEAL (GS)
1001 Connecticut Avenue, NW
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Suite 827
Washington, DC 20036-5525
Ph: 202-872-6400
Fax: 202-872-4324
E-mail: greenseal@greenseal.org
Internet: http://www.greenseal.org

GYPSUM ASSOCIATION (GA)
810 First Street, NE, Suite 510
Washington, DC 20002
Ph: 202-289-5440
Fax: 202-289-3707
E-mail: info@gypsum.org
Internet: http://www.gypsum.org

HARDWOOD PLYWOOD AND VENEER ASSOCIATION (HPVA)
P.O. Box 2789
Reston, VA 20195-0789
Ph: 703-435-2900
Fax: 703-435-2537
E-mail: hpva@hpva.org
Internet: http://www.hpva.org

HEAT EXCHANGE INSTITUTE (HEI)
1300 Sumner Avenue
Cleveland, OH 44115-2851
Ph: 216-241-7333
Fax: 216-241-0105
E-mail: hei@heatexchange.org
Internet: http://www.heatexchange.org

HOIST MANUFACTURERS INSTITUTE (HMI)
8720 Red Oak Boulevard, Suite 201
Charlotte, NC 28217
Ph: 704-676-1190
Fax: 704-676-1199
E-mail: hmi@mhia.org
Internet: http://www.mhia.org/psc/PSC_Products_Hoists.cfm

H.P. WHITE LABORATORY (HPW)
3114 Scarboro Road
Street, MD 21154
Ph: 410-838-6550
Fax: 410-838-2802
E-mail: info@hpwhite.com
Internet: http://www.hpwhite.com

HYDRAULIC INSTITUTE (HI)
9 Sylvan Way
Parsippany, NJ 07054-3802
Ph: 973-267-9700
Fax: 973-267-9055
E-mail: webmaster@pumps.org
Internet: http://www.pumps.org

HYDRONICS INSTITUTE DIVISION OF GAMA (HYI)
35 Russo Place
P.O. Box 218
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Berkeley Heights, NJ 07922-0218
Ph: 908-464-8200
Fax: 908-464-7818
E-mail: information@gamanet.org
Internet: http://www.gamanet.org/publist/hydroordr.htm

ICC EVALUATION SERVICE, INC. (ICC-ES)
5360 Workman Mill Road
Whitier, CA 90601
Ph: 562-699-0543
Fax: 562-695-4694
E-mail: es@icc-es.org
Internet: http://www.icc-es.org

ILLUMINATING ENGINEERING SOCIETY OF NORTH AMERICA (IESNA)
120 Wall Street, 17th Floor
New York, NY 10005
Ph: 212-248-5000
Fax: 212-248-5018
E-mail: iesna@iesna.org
Internet: http://www.iesna.org

INDUSTRIAL FASTENERS INSTITUTE (IFI)
6363 Oak Tree Boulevard
Independance, OH 44131
Ph: 216-241-1482
Fax: 216-241-5901
E-mail: IFI-orders@indfast.org
Internet: http://www.industrial-fasteners.org

INTERNATIONAL SAFETY EQUIPMENT ASSOCIATION (ISEA)
1901 North Moore Street
Arlington, VA 2ee09-1762
Ph: 703-525-1695
Fax: 703-528-2148
E-mail: isea@safety equipment.org
Internet: http://www.safetyequipment.org/

INNOVATIVE PAVEMENT RESEARCH FOUNDATION (IPRF)
5420 Old Orchard Rd, Suite A-100
Skokie, IL 60077-1059
Internet: www.iprf.org

INSTITUTE OF TRANSPORTATION ENGINEERS (ITE)
1099 14th Street, Suite 300 West
Washington, DC 20005-3438
Ph: 202-289-0222
Fax: 202-289-7722
E-mail: ite_staff@ite.org
Internet: http://www.ite.org

INTERNATIONAL AIR TRANSPORT ASSOCIATION (IATA)
703 Waterford Way (NW 62nd Avenue), Suite 600
Miami, FL 33126
Ph: 305-264-7772
Fax: 305-264-8088
Internet: http://www.iata.org

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

INSTITUTE OF CLEAN AIR COMPANIES (ICAC)
1730 M Street NW, Suite 206
Washington, DC 20036-4535
Ph: 202-457-0911
Fax: 202-331-1388
E-mail: icacinfo@icac.com
Internet: http://icac.com

INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE)
445 Hoes Lane
Piscataway, NJ 08855-1331
Ph: 732-981-0060
Fax: 732-981-1712
E-mail: customer-services@ieee.org
Internet: http://www.ieee.org

INSTITUTE OF ENVIRONMENTAL SCIENCES AND TECHNOLOGY (IEST)
5005 Newport Drive, Suite 506
Rolling Meadows, IL 60008-3841
Ph: 847-255-1561
Fax: 847-255-1699
E-mail: iest@iest.org
Internet: http://www.iest.org

INSTRUCTIONS AND STANDARDS FOR NAVBASE GUANTANAMO BAY CUBA
(COMNAVBASEGTMOINST)
Address Not Available

INSULATED CABLE ENGINEERS ASSOCIATION (ICEA)
P.O. Box 1568
Carrollton, GA 30112
Ph: 770-830-0369
Fax: 770-830-8501
Internet: http://www.icea.net

INSULATING GLASS MANUFACTURERS ALLIANCE (IGMA)
1500 Bank Street, Suite 300
Ottawa, Ontario CANADA K1H 1B8
Ph: 613-233-1510
Fax: 613-482-9436
E-mail: info@igmaonline.org
Internet: http://www.igmaonline.org

INTERNATIONAL ASSOCIATION OF PLUMBING AND MECHANICAL OFFICIALS (IAPMO)
5001 E. Philadelphia St.
Ontario, CA 91761
Ph: 909-472-4100
Fax: 909-472-4150
E-mail: iampo@iampo.org
Internet: www.iampo.org

INTERNATIONAL CODE COUNCIL (ICC)
5360 Workman Mill Road
Whittier, CA 90601
Ph: 562-699-0541
Fax: 562-699-9721
E-mail: webmaster@iccsafe.org
Internet: www.iccsafe.org
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


INTERNATIONAL CONCRETE REPAIR INSTITUTE (ICRI)
3166 South River Road, Suite 132
Des Plaines, IL 60018
Ph: 847-827-0830
Fax: 847-827-0832
Internet: http://www.icri.org

INTERNATIONAL CONFERENCE OF BUILDING OFFICIALS (ICBO)
5360 Workman Mill Road
Whittier, CA 90601-2298
Ph: 800-284-4406 and 562-699-0541
Fax: 562-692-3853
Internet: http://www.icbo.org

INTERNATIONAL ELECTRICAL TESTING ASSOCIATION (NETA)
P.O. Box 687
106 Stone Street
Morrison, CO 80465
Ph: 303-697-8441
Fax: 303-697-8431
E-mail: neta@netaworld.org
Internet: http://www.netaworld.org

INTERNATIONAL ELECTROTECHNICAL COMMISSION (IEC)
3, rue de Varembe, P.O. Box 131
CH-1211 Geneva 20, Switzerland
Ph: 41-22-919-0211
Fax: 41-22-919-0300
E-mail: custserv@iec.ch
Internet: http://www.iec.ch

INTERNATIONAL GROUND SOURCE HEAT PUMP ASSOCIATION (IGSHPA)
Oklahoma State University
374 Cordell South
Stillwater OK 74078-8018
Ph: 405-744-5175
Fax: 405-744-5283
Internet: http://www.igshpa.okstate.edu/

INTERNATIONAL INSTITUTE OF AMMONIA REFRIGERATION (IIAR)
1110 North Glebe Road, Suite 250
Arlington, VA 22201
Ph: 703-312-4200
Fax: 703-312-0065
E-mail: info@iiar.org
Internet: http://www.iiar.org

INTERNATIONAL MUNICIPAL SIGNAL ASSOCIATION (IMSA)
P.O. Box 539
165 East Union Street
Newark, NY 14513-0539
Ph: 315-331-2182 and 800-723-4672
Fax: 315-331-8205
E-mail: info@imsasafety.org
Internet: http://www.imsasafety.org/

INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO)
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

1, rue de Varembe'
Case Postale 56
CH-1211 Geneve 20 Switzerland
Ph: 41-22-749-0111
Fax: 41-22-733-3430
E-mail: central@iso.ch
Internet: http://www.iso.ch

INTERNATIONAL TELECOMMUNICATION UNION (ITU)
For documents not available from Dept of Commerce:
Sales Service
International Telecommunication Union
Place des Nations
CH-1211 Geneve 20 Switzerland
Ph: 41-22-730-5111
Fax: 41-22-733-7256
E-mail: itumail@itu.int
Internet: http://www.itu.org

For documents available from Dept of Commerce:
U.S. Dept of Commerce
National Technical Information Service (NTIS)
5285 Port Royal Road
Springfield, VA 22161
Ph: 703-605-6585
FAX: 703-605-6887
E-mail: info@ntis.gov
Internet: http://www.ntis.gov

IPI - ASSOCIATION CONNECTING ELECTRONICS INDUSTRIES (IPC)
3000 Lakeside Drive, 309S
Bannockburn, IL 60015
Ph: 847-615-7100
Fax: 847-615-7105
Internet: http://www.ipc.org
e-mail: orderipc@ipc.org

ISA - THE INSTRUMENTATION, SYSTEMS AND AUTOMATION SOCIETY (ISA)
67 Alexander Drive
Research Triangle Park, NC 27709
Ph: 919-549-8411
Fax: 919-549-8288
E-mail: info@isa.org
Internet: http://www.isa.org

INTERNATIONAL WINDOW CLEANING ASSOCIATION (IWCA)
6277 Franconia Rd.
Alexandria, VA 22310
Ph: 800-875-4922 or 703-971-7771
FAX: 703-971-7772
E-mail: IWCA@aol.com
Internet: http://www.iwca.org

THE INTERNET ENGINEERING TASK FORCE (IETF)
IETF, Internet Society
1775 Wiehle Ave, Suite 102
Reston, VA 20190-5108
Ph: 703-326-9880
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Fax: 703-326-9881
E-mail: ietf-info@ietf.org
Internet: http://www.ietf.org/

ITALIAN LAWS AND DECREES (D.M.)
Unable to locate organization or documents.

KITCHEN CABINET MANUFACTURERS ASSOCIATION (KCMA)
1899 Preston White Drive
Reston, VA 20191-5435
Ph: 703-264-1690
Fax: 703-620-6530
E-mail: info@kcma.org
Internet: http://www.kcma.org

L.H. BAILEY HORTORIUM (LHBH)
Dept of Plant Biology
c/o Cornell University
228 Plant Science Building
Ithaca, NY 14853
Ph: 607-255-4477
Internet: http://www.plantbio.cornell.edu/Hort.php

LONMARK INTERNATIONAL (LonMark)
550 Meridan Ave.
San Jose, CA 95126
Ph: 408-938-5266
Fax: 408-790-3838
E-mail: info@lonmark.org
Internet: http://www.lonmark.org

MANUFACTURERS STANDARDIZATION SOCIETY OF THE VALVE AND FITTINGS INDUSTRY (MSS)
127 Park Street, NE
Vienna, VA 22180-4602
Ph: 703-281-6613
Fax: 703-281-6671
E-mail: info@mss-hq.com
Internet: http://www.mss-hq.com

MAPLE FLOORING MANUFACTURERS ASSOCIATION (MFMA)
60 Revere Drive, Suite 500
Northbrook, IL 60062
Ph: 847-480-9138
Fax: 847-480-9282
E-mail: mfma@maplefloor.org
Internet: http://www.maplefloor.org

MARBLE INSTITUTE OF AMERICA (MIA)
28901 Clemens Road, Suite 100
Westlake, OH 44145
Ph: 440-250-9222
Fax: 440-250-9223
E-mail: info@marble-institute.com
Internet: http://www.marble-institute.com

MASTER PAINTERS INSTITUTE (MPI)
4090 Graveley Street
Burnaby, BC CANADA V5C 3T6
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Ph: 888-674-8937
Fax: 888-211-8708
E-mail: info@paintinfo.com
Internet: http://www.paintinfo.com/mpi

MATERIAL HANDLING INDUSTRY OF AMERICA INC (MHIA)
8720 Red Oak Blvd., Suite 201
Charlotte, NC 28717-3992
Ph: 704-676-1190
Fax: 704-676-1199
Internet: http://www.mhia.org

METAL BUILDING MANUFACTURERS ASSOCIATION (MBMA)
1300 Sumner Avenue
Cleveland, OH 44115-2851
Ph: 216-241-7333
Fax: 216-241-0105
E-mail: mbma@mbma.com
Internet: http://www.mbma.com

MIDWEST INSULATION CONTRACTORS ASSOCIATION (MICA)
16712 elm Circle
Omaha, NE 68130
Ph: 800-747-6422
Fax: 402-330-9702
E-mail: info@micainsulation.org
Internet: http://www.micainsulation.org

MIDWEST ROOFING CONTRACTORS ASSOCIATION (MRCA)
4840 Bob Billings Parkway, Suite 1000
Lawrence, Kansas 66094-3862
Ph: 785-843-4888 or 800-497-6722
Fax: 785-843-7555
E-mail: mrca@mrca.org
Interent: General Information: http://www.mrca.org

MONORAIL MANUFACTURERS ASSOCIATION (MMA)
8720 Red Oak Boulevard, Suite 201
Charlotte, NC 28217
Ph: 704-676-1190
Fax: 704-676-1199
E-mail: mma@mhia.org
Internet: http://www.mhia.org/mma

NACE INTERNATIONAL (NACE)
1440 South Creek Drive
Houston, TX 77084-4906
Ph: 281-228-6200
Fax: 281-228-6300
E-mail: firstservice@nace.org
Internet: http://www.nace.org

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA)
Publication(s) Available From
Superintendent of Documents
U.S. Government Printing Office
Washington, DC 20402
Ph: 202-783-3238
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


NATIONAL ASSOCIATION OF ARCHITECTURAL METAL MANUFACTURERS (NAAMM)
8 South Michigan Avenue, Suite 1000
Chicago, IL 60603
Ph: 312-322-0405
Fax: 312-332-0706
E-mail: naamm@gss.net
Internet: ht
tp://www.naamm.org

NATIONAL BOARD OF BOILER AND PRESSURE VESSEL INSPECTORS (NBBPVI)
1055 Crupper Avenue
Columbus, OH 43229-1183
Ph: 614-888-8320
Fax: 614-847-1147
E-mail: getinfo@national board.org
Internet: http://www.nationalboard.org

NATIONAL CABLE AND TELECOMMUNICATIONS ASSOCIATION (NCTA)
1724 Massachusetts Avenue, NW
Washington, DC 20036
Ph: 202-775-3550
Fax: 202-775-1055
E-mail: webmaster@ncta.com
Internet: http://www.ncta.com

NATIONAL CONCRETE MASONRY ASSOCIATION (NCMA)
13750 Sunrise Valley Drive
Herndon, VA 20171-4662
Ph: 703-713-1900
Fax: 703-713-1910
E-mail: ncma@ncma.org
Internet: http://www.ncma.org

NATIONAL COUNCIL ON RADIATION PROTECTION AND MEASUREMENTS (NCRP)
7910 Woodmont Avenue, Suite 400
Bethesda, MD 20814-3095
Ph: 301-657-2652
Fax: 301-907-8768
E-mail: ncrp@ncrp.com
Internet: http://www.ncrp.com

NATIONAL DRILLING ASSOCIATION (NDA)
11001 Danka Way North, Suite 1
St. Petersburg, FL 33716
Ph: 727-577-5006
Fax: 727-577-5012
E-mail: info@nda4u.com
Internet: http://www.nda4u.com/

NATIONAL ELECTRICAL CONTRACTORS ASSOCIATION (NECA)
3 Bethesda Metro Center, Suite 1100
Bethesda, MD 20814
Ph: 301-657-3110
Fax: 301-215-45002
Internet: http://www.necanet.org/

NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA)
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

1300 North 17th Street, Suite 1752
Rosslyn, VA 22209
Ph: 703-841-3200
Fax: 703-841-5900
E-mail: webmaster@nema.org
Internet: http://www.nema.org/

NATIONAL ENVIRONMENTAL BALANCING BUREAU (NEBB)
8575 Grovemont Circle
Gaithersburg, MD 20877
Ph: 301-977-3698
Fax: 301-977-9589
Internet: http://www.nebb.org

NATIONAL FENESTRATION RATING COUNCIL (NFRC)
8484 Georgia Avenue, Suite 320
Silver Spring, MD 20910
Ph: 301-589-1776
Fax: 301-589-3884
E-Mail: info@nfrc.org
Internet: http://www.nfrc.org

NATIONAL FIRE PROTECTION ASSOCIATION (NFPA)
1 Batterymarch Park
Quincy, MA 02169-7471
Ph: 617-770-3000
Fax: 617-770-0700
E-mail: webmaster@nfpa.org
Internet: http://www.nfpa.org

NATIONAL FLUID POWER ASSOCIATION (NFLPA)
3333 North Mayfair Road, Suite 211
Milwaukee, WI 53222-3219
Ph: 414-778-3344
Fax: 414-778-3361
E-mail: nfpa@nfpa.com
Internet: http://www.nfpa.com

NATIONAL HARDWOOD LUMBER ASSOCIATION (NHLA)
6830 Raleigh LaGrange Road
Memphis, TN 38184-0518
Ph: 901-377-1818
Fax: 901-382-6419
E-mail: info@nhla.com
Internet: http://www.natlhardwood.org

NATIONAL INSTITUTE FOR CERTIFICATION IN ENGINEERING TECHNOLOGIES (NICET)
1420 King Street
Alexandria, VA 22314-2794
Ph: 888-476-4238
E-mail: tech@nicet.org
Internet: http://www.nicet.org

NATIONAL INSTITUTE FOR OCCUPATIONAL SAFETY AND HEALTH (NIOSH)
Mail Stop C-13
4676 Columbia Parkway
Cincinnati, OH 45226-1998
Ph: 800-356-4674
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Fax: 513-533-8573
E-mail: pubstaff@cdc.gov
Internet: http://www.cdc.gov/niosh/homepage.html

NATIONAL INSTITUTE OF JUSTICE (NIJ)
National Law Enforcement and Corrections Technology Center
2277 Research Boulevard - Mailstop 8J
Rockville, MD 20850
Ph: 800-248-2742 or 301-519-5060
Fax: 301-519-5149
E-mail: asknlectc@nlectc.org
Internet: http://www.nlectc.org

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (NIST)
100 Bureau Drive
Stop 2100
Gaithersburg, MD 20899-2100
Ph: 301-975-NIST
Internet: http://www.nist.gov
Order Publications From:
Superintendent of Documents
U.S. Government Printing Office (GPO)
732 North Capitol Street, NW
Washington, DC 20401
Ph: 888-293-6498 or 202-512-1530
Fax: 202-512-1262
E-mail: gpoaccess@gpo.gov
Internet: http://www.gpoaccess.gov
or
National Technical Information Service (NTIS)
5285 Port Royal Road
Springfield, VA 22161
Ph: 703-605-6585
Fax: 703-605-6900
E-mail: info@ntis.gov
Internet: http://www.ntis.gov

NATIONAL LIME ASSOCIATION (NLA)
200 North Glebe Road, Suite 800
Arlington, VA 22203
Ph: 703-243-5463
Fax: 703-243-5489
E-mail: natlime@lime.org
Internet: http://www.lime.org

NATIONAL PRECAST CONCRETE ASSOCIATION (NPCA)
10333 N. Meridian Street, Suite 272
Indianapolis, Indiana 46290
Ph: 317-571-9500 or 800 366 7731
Fax: 317-571-0041
E-mail: npca@precast.org
Internet: www.precast.org

NOFMA: THE WOOD FLOORING MANUFACTURERS ASSOCIATION (NOFMA)
22 N. Front Street, Suite 660
Memphis, TN 38103
Ph: 901-526-5016
Fax: 901-526-7022
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

E-mail: info@nofma.org
Internet: http://www.nofma.org

NATIONAL READY MIXED CONCRETE ASSOCIATION (NRMCA)
900 Spring Street
Silver Spring, MD 20910
Ph: 301-587-1400
Fax: 301-585-4219
Internet: http://www.nrmca.org

NATIONAL ROOFING CONTRACTORS ASSOCIATION (NRCA)
10255 West Higgins Road, Suite 600
Rosemont, IL 60018
Ph: 847-299-9070
Fax: 847-299-1183
Internet: http://www.nrca.net

NATIONAL TERRAZZO & MOSAIC ASSOCIATION (NTMA)
201 North Maple Avenue, Suite 208
Purcellville, VA 20132
Ph: 540-751-0930 or 800-323-9736
Fax: 540-751-0935
E-mail: info@ntma.com
Internet: http://www.ntma.com

NATIONAL WOOD WINDOW AND DOOR ASSOCIATION (NWWDA)
1400 East Touhy Avenue, Suite 470
Des Plaines, IL 60018
Ph: 847-299-5200
Fax: 847-299-1286
E-mail: admin@wdma.com
Internet: http://www.wdma.com

NATURAL RESOURCE, AGRICULTURAL AND ENGINEERING SERVICE (NRAES)
Cooperative Extension
P.O. Box 4557
Ithaca, NY 14852-4557
Ph: 607-255-7654
Fax: 607-254-8770
E-mail: nraes@cornell.edu
Internet: http://www.nraes.org

NORTH AMERICAN INSULATION MANUFACTURERS ASSOCIATION (NAIMA)
44 Canal Center Plaza, Suite 310
Alexandria, VA 22314
Ph: 703-684-0084
Fax: 703-684-0427
E-mail: insulation@naima.org
Internet: http://www.naima.org

NORTHEASTERN LUMBER MANUFACTURERS ASSOCIATION (NELMA)
272 Tuttle Road
Cumberland, ME 04021
Ph: 207-829-6901
Fax: 207-829-4293
E-mail: info@nelma.org
Internet: http://www.nelma.org

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

NORTHWEST AIR POLLUTION AUTHORITY (NWAPA)
1600 2nd Street
Mt. Vernon, WA 98273
Ph: 360-428-4627
E-mail: info@nwair.org

NSF INTERNATIONAL (NSF)
789 North Dixboro Road
P.O. Box 130140
Ann Arbor, MI 48113-0140
Ph: 734-769-8010 or 800-NSF-MARK
Fax: 734-769-0109
E-mail: info@nsf.org
Internet: http://www.nsf.org

ORGANISATION FOR ECONOMIC CO-OPERATION AND DEVELOPMENT (OECD)
2, rue Andre Pascal
F-75775 Paris Cedex 16
France
Ph: + 33 1 45 24 82 00
Fax: 33 1 45 24 85 00
E-mail: bookshop@oecd.org
Internet: http://www.oecd.org

U.S. Contact Center
OECD Washington Center
2001 L Streeet, NW, Suite 650
Washington, DC 20036-4922
Ph: 202-785-6323
Fax: 202-785-0350
E-mail: washington.contact@oecd.org

PIPE FABRICATION INSTITUTE (PFI)
666 5th Avenue, #325
New York, NY 10103
Ph: 514-634-3434
Fax: 514-634-9736
E-mail: pfi@pfi-institute.org
Internet: http://www.pfi-institute.org

Canada Office
655-32nd Ave., Suite 201
Lachine, QC H8T 3G6

PLASTIC PIPE AND FITTINGS ASSOCIATION (PPFA)
800 Roosevelt Road, Building C, Suite 20
Glen Ellyn, IL 60137
Ph: 630-858-6540
Fax: 630-790-3095
Internet: http://www.ppfahome.org

PLASTICS PIPE INSTITUTE (PPI)
1825 Connecticut Avenue, NW, Suite 680
Washington, D.C. 20009
Ph: 202-462-9607
Fax: 202-462-9779
Internet: http://www.plasticpipe.org

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

PLUMBING AND DRAINAGE INSTITUTE (PDI)
800 Turnpike Street, Suite 300
North Andover, MA 01845
Ph: 978-557-0720 or 800-589-8956
Fax: 978-557-0721
E-Mail: info@pdionline.org
Internet: http://www.pdionline.org

PLUMBING AND MECHANICAL CONTRACTORS ASSOCIATION (PMCA)
8600 SW Saint Helens Drive, Suite 200
Wilsonville, OR 97070
Ph: 503-682-7919
Fax: 503-682-6241
Internet: http://www.pmcaoregon.com/

PLUMBING-HEATING-COOLING CONTRACTORS NATIONAL ASSOCIATION (PHCC)
180 South Washington Street
P.O. Box 6808
Falls Church, VA 22046
Ph: 800-533-7694 or 703-237-8100
Fax: 703-237-7442
E-mail: naphcc@naphcc.org
Internet: http://www.phccweb.org

PORCELAIN ENAMEL INSTITUTE (PEI)
PO Box 920220
3700 Mansell Rd., Suite 220
Alpharetta, GA 30022
Ph: 770-281-8980
Fax: 770-281-8981
E-mail: penamel@aol.com
Internet: http://www.porcelainenamel.com

POST-TENSIONING INSTITUTE (PTI)
8601 North Black Canyon Highway, Suite 103
Phoenix, AZ 85021
Ph: 602-870-7540
Fax: 602-870-7541
E-mail: info@post-tensioning.org
Internet: http://www.post-tensioning.org/


PRECAST/PRESTRESSED CONCRETE INSTITUTE (PCI)
209 West Jackson Boulevard
Chicago, IL 60606-6938
Ph: 312-786-0300
Fax: 312-786-0353
E-mail: info@pci.org
Internet: http://www.pci.org

REDWOOD INSPECTION SERVICE (RIS) OF THE CALIFORNIA REDWOOD ASSOCIATION (CRA)
405 Enfrente Drive, Suite 200
Novato, CA 94949
Ph: 415-382-0662 or 888-225-7339
Fax: 415-382-8531
E-Mail: info@calredwood.org
Internet: http://www.calredwood.org

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

RUBBER MANUFACTURERS ASSOCIATION (RMA)
1400 K Street, NW, Suite 900
Washington, DC 20005
Ph: 202-682-4800
Fax: 202-682-4854
E-mail: info@rma.org
Internet: http://www.rma.org


SCIENTIFIC EQUIPMENT AND FURNITURE ASSOCIATION (SEFA)
1205 Franklin Avenue, Suite 320
Garden City, N.Y. 11530
Ph: 516-294-5424
Fax: 516-294-27582

SCIENTIFIC CERTIFICATION SYSTEMS (SCS)
2200 Powell Street, Suite 725
Emeryville, CA 94608
Ph: 510-452-8000
Fax: 510-452-8001
E-mail: webmaster@scscertified.com
Internet: http://www.scs1.com

SCREEN MANUFACTURERS ASSOCIATION (SMA)
2850 South Ocean Boulevard, Suite 114
Palm Beach, FL 33480-6205
Ph: 561-533-0991
Fax: 561-533-7466
E-mail: fitzgeraldfscott@bellsouth.net
Internet: http://www.smacentral.org

SEMICONDUCTOR EQUIPMENT AND MATERIALS INTERNATIONAL (SEMI)
3081 Zanker Road
San Jose, CA 95134
Ph: 408-943-6900
Fax: 408-428-9600
E-mail: semihq@semi.org
Internet: http://www.semi.org

SHEET METAL AND AIR CONDITIONING CONTRACTORS' NATIONAL ASSOCIATION (SMACNA)
4201 Lafayette Center Drive
Chantilly, VA 20151-1209
Ph: 703-803-2980
Fax: 703-803-3732
E-mail: info@smacna.org
Internet: http://www.smacna.org

SINGLE PLY ROOFING INDUSTRY (SPRI)
77 Rumford Avenue, Suite 3B
Waltham, MA 02453
Ph: 781-647-7026
Fax: 781-647-7222
E-mail: info@spri.org
Internet: http://www.spri.org

SOCIETY OF AUTOMOTIVE ENGINEERS INTERNATIONAL (SAE)
400 Commonwealth Drive
Warrendale, PA 15096-0001
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Ph: 724-776-4841
Fax: 724-776-0790
E-mail: customerservice@sae.org
Internet: http://www.sae.org

SOCIETY OF MOTION PICTURE AND TELEVISION ENGINEERS (SMPTE)
3 Baker Avenue
White Plains, New York 10601
Ph: 914-761-1100
Fax: 914-761-3115
E-mail: smpte@smpte.org
Internet: http://www.smpte.org

SPRAY POLYURETHANE FOAM ALLIANCE (SPFA)
4400 Fair Lakes Court, Suite 105
Fairfax, VA 22033
Ph: 800-523-6154
Fax: 703-222-5816
Internet: http://www.sprayfoam.org

SOLAR RATING AND CERTIFICATION CORPORATION (SRCC)
c/o FSEC, 1679 Clearlake Road
Cocoa, FL 32922-5703
Ph: 321-638-1537
Fax: 321-638-1010
E-mail: srcc@fsec.ucf.edu
Internet: http://www.solar-rating.org

SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT (SCAQMD)
21865 Copley Drive
Diamond Bar, CA 91765-4182
Ph: 909-396-2000
E-mail: webinquiry@aqmd.gov
Internet: http://www.aqmd.gov

SOUTHERN CYPRESS MANUFACTURERS ASSOCIATION (SCMA)
400 Penn Center Boulevard, Suite 530
Pittsburgh, PA 15235
Ph: 412-829-0770 or 877-607-SCMA
Fax: 412-829-0844
Internet: http://www.cypressinfo.org

SOUTHERN PINE INSPECTION BUREAU (SPIB)
4709 Scenic Highway
Pensacola, FL 32504-9094
Ph: 850-434-2611
Fax: 850-433-5594
E-mail: spib@spib.org
Internet: http://www.spib.org

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION (CDT)
Publication Distribution Unit
1900 Royal Oaks Dr.
Sacramento, CA 95815-3800
Ph: 916-445-3520
Fax: 916-324-8997
E-mail: publications@dot.ca.gov
Internet: www.dot.ca.gov/hq/esc/ctms
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


STATE OF MARYLAND CODE OF MARYLAND REGULATIONS (COMAR)
Division of State Documents
16 Francis Street, Jeffrey Building
Annapolis, MD 21401
Ph: 410-974-2486x3872
Fax: 410-974-2546
E-mail: support@sos.state.md.us
Internet: www.dsd.state.md.us/comar/

STATE OF VIRGINIA ADMINISTRATIVE CODE (VAC)
Virginia Code Commission
General Assembly Building, 2nd Floor
910 Capitol Street
Richmond, Virginia 23219
Ph: 804-786-3591
Fax: 804-692-0625
Internet: http://leg1.state.va.us/000/srr.htm

STEEL DECK INSTITUTE (SDI)
P.O. Box 25
Fox River Grove, IL 60021
Ph: 847-458-4647
Fax: 847-458-4648
E-mail: Steve@sdi.org
Internet: http://www.sdi.org

STEEL DOOR INSTITUTE (SDI/DOOR)
c/o Wherry Associates
30200 Detroit Road
Cleveland, OH 44145-1967
Ph: 440-899-0010
Fax: 440-892-1404
E-mail: leh@wherryassoc.com
Internet: http://www.steeldoor.org

STEEL JOIST INSTITUTE (SJI)
3127 Mr. Joe White Avenue
Myrtle Beach, SC 29577-6760
Ph: 843-626-1995
Fax: 843-626-5565
E-mail: sji@steeljoist.org
Internet: http://www.steeljoist.org

STEEL TANK INSTITUTE (STI)
570 Oakwood Road
Lake Zurich, IL 60047
Ph: 847-438-8265
Fax: 847-438-8766
Internet: http://www.steeltank.com

STEEL WINDOW INSTITUTE (SWI)
1300 Sumner Avenue
Cleveland, OH 44115-2851
Ph: 216-241-7333
Fax: 216-241-0105
E-mail: swi@steelwindows.com
Internet: http://www.steelwindows.com
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


TECHNICAL ASSOCIATION OF THE PULP AND PAPER INDUSTRY (TAPPI)
15 Technology Parkway South
Norcross, GA 30092
Ph: 800-322-8686 or 770-446-1400
Fax: 770-446-6947
E-mail: memberconnection@tappi.org
Internet: http://www.tappi.org

TECHNICAL MANUAL (TM)
Commander
USACE Publication Depot
ATTN: CEHEC-IM-PD
2803 52nd Ave.
Hyattsville, MD 20781-1102
Ph: 301-394-0081
Fax: 301-394-0084
E-mail: karl.abt@hq02.usace.army.mil
Internet: www.usace.army.mil/usace-docs/armytm/

TELECOMMUNICATIONS INDUSTRIES ASSOCIATION (TIA)
2500 Wilson Blvd., Suite 300
Arlington, VA 22201 USA
ph: (703) 907-7700
fax: (703) 907-7727
tty: (703) 907-7776

THE SOCIETY FOR PROTECTIVE COATINGS (SSPC)
40 24th Street, 6th Floor
Pittsburgh, PA 15222-4656
Ph: 412-281-2331
Fax: 412-281-9992
E-mail: info@sspc.org
Internet: http://www.sspc.org

TELECOMMUNICATIONS INDUSTRY ASSOCIATION (TIA)
2500 Wilson Blvd,. Suite 300
Arlington, VA 22201
Ph: 703-907-7700
Fax: 703-907-7727
Internet: http://www.tiaonline.org

TESTING, ADJUSTING AND BALANCING BUREAU (TABB)
601 North Fairfax Street
Suite 250
Alexandria, Va 22314
Ph: 703-299-6546
Fax: 703-683-7615
E-mail: infor@tabbcertified.org
Internet: http://www.tabbcertified.org

TILE COUNCIL OF AMERICA (TCA)
100 Clemson Research Boulevard
Anderson, SC 29625
Ph: 864-646-8453
Fax: 864-646-2821
E-mail: literature@tileusa.com
Internet: http://www.tileusa.com
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


TRUSS PLATE INSTITUTE (TPI)
218 N. Lee Street, Suite 312
Alexandria, VA 22314
Ph: 703-683-1010
Internet: http://www.tpinst.org

TUBULAR EXCHANGER MANUFACTURERS ASSOCIATION (TEMA)
25 North Broadway
Tarrytown, NY 10591
Ph: 914-332-0040
Fax: 914-332-1541
E-mail: info@tema.org
Internet: http://www.tema.org

TURFGRASS PRODUCERS INTERNATIONAL (TPI)
2 East Main Street
East Dundee, IL 60118
Ph: 847-649-5555 or 800-405-8873
Fax: 847-649-5678
E-mail: info@turfgrasssod.org
Internet: http://www.turfgrasssod.org

UNDERWRITERS LABORATORIES (UL)
333 Pfingsten Road
Northbrook, IL 60062-2096
Ph: 847-272-8800
Fax: 847-272-8129
E-mail: customerexperiencecenter@us.ul.com
Internet: http://www.ul.com/

UNI-BELL PVC PIPE ASSOCIATION (UBPPA)
2655 Villa Creek Drive, Suite 155
Dallas, TX 75234
Ph: 972-243-3902
Fax: 972-243-3907
E-mail: info@uni-bell.org
Internet: http://www.uni-bell.org

U.S. AIR FORCE (USAF)
Air Force Publishing Distribution Center
Ph: 410-687-3330
Fax: 410-436-4629
E-mail: afpdc-service@pentagon.af.mil
Internet: http://www.e-publishing.af.mil/

U.S. AIR FORCE TECHNICAL ORDERS (TO)
Air Force Logistics Command, ATTN: D.A.D.
Wright-Patterson Air Force Base, OH 45433

U.S. ARMY (DA)
U.S. Army Publishing Directorate
Internet: http://www.apd.army.mil

U.S. ARMY CENTER FOR HEALTH PROMOTION AND PREVENTIVE MEDICINE (USACHPPM)
5158 Blackhawk Road
Aberdeen Proving Ground, MD 21010-5403
Ph: 800-222-9698
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Internet: http://chppm-www.apgea.army.mil

U.S. ARMY CORPS OF ENGINEERS (USACE)
Order CRD-C DOCUMENTS from:
U.S. Army Engineer Waterways Experiment Station
ATTN: Technical Report Distribution Section, Services
Branch, TIC
3909 Halls Ferry Road
Vicksburg, MS 39180-6199
Ph: 601-634-2664
Fax: 601-634-2388
E-mail: mtc-info@erdc.usace.army.mil
Internet: http://www.wes.army.mil/SL/MTC/handbook.htm

Order Other Documents from:
USACE Publications Depot
Attn: CEHEC-IM-PD
2803 52nd Avenue
Hyattsville, MD 20781-1102
Ph: 301-394-0081
Fax: 301-394-0084
E-mail: pubs-army@usace.army.mil
Internet: http://www.usace.army.mil/publications
or http://www.hnd.usace.army.mil/techinfo/engpubs.htm

U.S. ARMY RESEARCH, DEVELOPMENT, AND ENGINEERING COMMAND (EA)
Attn: Public Affairs/G-5; Bldg. E5101/223
Aberdeen Proving Ground, MD 21010-5423
Ph: 410-671-5770
Internet: http://www.rdecom.army.mil

U.S. ARMY ENVIRONMENTAL CENTER (USAEC)
5179 Hoadley Road
Aberdeen Proving Ground, MD 21010-5401
Internet: http://aec.army.mil/usaec
Order from:
National Technical Information Service (NTIS)
5285 Port Royal Road
Springfield, VA 22161
Ph: 703-605-6585
Fax: 703-605-6900
E-mail: info@ntis.gov
Internet: http://www.ntis.gov


U.S. BUREAU OF RECLAMATION (BOR)
Denver Federal Center
P.O. Box 25007
Denver, CO 80225
Ph: 303-445-2072
Fax: 303-445-6303
Internet: http://www.usbr.gov
Order from:
National Technical Information Service (NTIS)
5285 Port Royal Road
Springfield, VA 22161
Ph: 703-605-6585
Fax: 703-605-6900
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

E-mail: info@ntis.gov
Internet: http://www.ntis.gov

U.S. DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
Washington, DC 20305-2000
Internet:http://www.disa.mil

U.S. DEFENSE INTELLIGENCE AGENCY (DIA)
Defense Intelligence Analysis Center (DIAC)
MacDill Boulevard and Luke Avenue
Bolling AFB, MD
Internet: http://www.dia.mil

U.S. DEFENSE LOGISTICS AGENCY (DLA)
Andrew T. McNamara Building
8725 John J. Kingman Road
Fort Belvoir, VA 22060
Ph: 1-877-352-2255
Internet: http://www.dla.mil

U.S. DEPARTMENT OF AGRICULTURE (USDA)
Order AMS Publications from:
AGRICULTURAL MARKETING SERVICE (AMS)
Seed Regulatory and Testing Branch
801 Summit Crossing Place, Suite C
Gastonia, NC 28054-2193
Ph: 704-810-8870
Fax: 704-852-4189
Internet: http://www.ams.usda.gov/lsg/seed.htm
E-mail: seed.ams@usda.gov

Order Other Publications from:
U.S. Department of Agriculture, Rural Utilities Service
14th and Independence Avenue, SW, Room 4028-S
Washington, DC 20250
Ph: 202-720-2791
Fax: 202-720-2166
Internet: http://www.usda.gov/rus

U.S. DEPARTMENT OF COMMERCE (DOC)
1401 Constitution Avenue, NW
Washington, DC 20230
Ph: 202-482-2000
Internet: http://www.commerce.gov/

Order Publications From:
National Technical Information Service (NTIS)
5285 Port Royal Road
Springfield, VA 22161
Ph: 703-605-6585
Fax: 703-605-6900
E-mail: info@ntis.gov
Internet: http://www.ntis.gov

U.S. DEPARTMENT OF DEFENSE (DOD)
Directorate for Public Inquiry and Analysis
Office of the Secretary of Defense (Public Affairs)
Room 3A750 -- The Pentagon
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

1400 Defense Pentagon
Washington, DC 20301-1400
Ph: 703-428-0711
E-mail: pia@hq.afis.asd.mil
Internet: http://www.dod.gov

Order DOD Documents from:
National Technical Information Service (NTIS)
5285 Port Royal Road
Springfield, VA 22161
Ph: 703-605-6585
FAX: 703-605-6900
E-mail: info@ntis.gov
Internet: http://www.ntis.gov

Order Military Specifications, Standards and Related Publications from:
Department of Defense Single Stock Point for (DODSSP)
Defense Automation and Production Service (DAPS)
Building 4D
700 Robbins Avenue
Philadelphia, PA 19111-5098
Ph: 215-697-2179
Fax: 215-697-1462
Internet: http://www.dodssp.daps.mil
www.daps.dla.mil

- - - - - Detail Series Documents - - - - -

U.S. DEPARTMENT OF ENERGY (DOE)
Order from:
1000 Independence Avenue Southwest
Washington, D.C. 20585
Ph: 800-363-3732
Internet: www.eere.energy.gov

U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD)
Order from:
HUD User
P.O. Box 23268
Washington, DC 20026-3268
Ph: 800-245-2691 or 202-708-9981
Fax: 202-708-9981
E-mail: Huduser@aspensys.com
Internet: http://www.huduser.org

U.S. DEPARTMENT OF STATE (SD)
2201 C Street, NW
Washington, DC 20520
Ph: 202-647-4000
Internet: http://www.state.gov

U.S. DEPARTMENT OF TRANSPORTATION (DOT)
400 7th Street, SW
Washington, DC 20590
Ph: 202-366-4000
Internet: http://www.dot.gov

U.S. ENVIRONMENTAL PROTECTION AGENCY (EPA)
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Ariel Rios Building
1200 Pennsylvania Avenue, N.W.
Washington, DC 20460
Ph: 202-272-0167
Internet: http://www.epa.gov

--- Some EPA documents are available only from:
National Technical Information Service (NTIS)
5285 Port Royal Road
Springfield, VA 22161
Ph: 703-605-6585
Fax: 703-605-6900
E-mail: info@ntis.gov
Internet: http://www.ntis.gov

U.S. FEDERAL AVIATION ADMINISTRATION (FAA)
Order for sale documents from:
Superintendent of Documents
U.S. Government Printing Office (GPO)
732 North Capitol Street, NW
Washington, DC 20401
Ph: 202-512-1800
Fax: 202-512-2104
E-mail: contactcenter@gpo.gov
Internet: http://www.gpoaccess.gov

Order free documents from:
Federal Aviation Administration
Department of Transportation
800 Independence Avenue, SW
Washington, DC 20591
Ph: 1-866-835-5322
Internet: http://www.faa.gov

U.S. FEDERAL COMMUNICATIONS COMMISSION (FCC)
445 12th Street SW
Washington, DC 20554
Phone: 888-CALL-FCC
Fax: 866-418-0232
Internet: http://www.fcc.gov
E-mail: fccinfo@fcc.gov
Order Publications From:
Superintendent of Documents
U.S. Government Printing Office (GPO)
732 North Capitol Street, NW
Washington, DC 20401
Ph: 202-512-1800
Fax: 202-512-2104
E-mail: contactcenter@gpo.gov
Internet: http://www.gpoaccess.gov

U.S. FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
500 C Street, SW
Washington, D.C. 20472
Ph: 1-800-621-FEMA
Internet: http://www.fema.gov

U.S. FEDERAL HIGHWAY ADMINISTRATION (FHWA)
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Office of Highway Safety (HHS-31)
400 Seventh Street, SW
Washington, DC 20590-0001
Ph: 202-366-0411
Fax: 202-366-2249
Internet: http://www.fhwa.dot.gov
Order from:

Superintendent of Documents
U. S. Government Printing Office (GPO)
732 North Capitol Street, NW
Washington, DC 20401
Ph: 202-512-1800
Fax: 202-512-2104
E-mail: contactcenter@gpo.gov
Internet: http://www.gpoaccess.gov

U. S. GREEN BUILDING COUNCIL (USGBC)
1015 18th Street, NW, Suite 508
Washington, D.C. 20036
Ph: 202-828-7422
Fax: 202-828-5110
E-mail: info@usbc.org
Internet: http://www.usgbc.org
AOK: 2/04
LOK: 2/04

U.S. GENERAL SERVICES ADMINISTRATION (GSA)
General Services Administration
1800 F Street, NW
Washington, DC 20405
Ph: 202-501-1021
Internet: www.GSA.gov

Order from:
General Services Administration
Federal Supply Service Bureau
1941 Jefferson Davis Highway
Arlington, VA 22202
Ph: 703-605-5400
Internet: http://apps.fss.gsa.gov/pub/fedspecs/index.cfm

- - - - - Commercial Item Description Documents - - - - -

U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION (NARA)
8601 Adelphi Road
College Park, MD 20740-6001
Ph: 866-272-6272
Fax: 301-837-0483
Internet: http://www.archives.gov

Order documents from:
Superintendent of Documents
U.S.Government Printing Office (GPO)
732 North Capitol Street, NW
Washington, DC 20401
Ph: 202-512-1800
Fax: 202-512-2104
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

E-mail: contactcenter@gpo.gov
Internet: http://www.gpoaccess.gov

U.S. NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC)
1322 Patterson Ave. SE, Suite 1000
Washington Navy Yard, DC 20374
Ph: 757-322-4200
Fax: 757-322-4416
Internet: http://www.navfac.navy.mil

U.S. NAVAL FACILITIES ENGINEERING SERVICE CENTER (NFESC)
1100 23rd Avenue
Port Hueneme, CA 93043-4370
Ph: 805-982-4980
Internet: http://www.nfesc.navy.mil

WATER ENVIRONMENT FEDERATION (WEF)
601 Wythe Street
Alexandria, VA 22314-1994
Ph: 703-684-2452 or 1-800-666-0206
Fax: 703-684-2492
E-mail: pubs@wef.org
Internet: http://www.wef.org

WATER QUALITY ASSOCIATION (WQA)
4151 Naperville Road
Lisle, IL 60532
Ph: 630-505-0160
Fax: 630-505-9637
E-mail: info@mail.wqa.org
Internet: http://www.wqa.org

WEST COAST LUMBER INSPECTION BUREAU (WCLIB)
P.O. Box 23145
Tigard, OR 97281
Ph: 503-639-0651
Fax: 503-684-8928
E-mail: info@wclib.org
Internet: http://www.wclib.org

WESTERN WOOD PRESERVERS INSTITUTE (WWPI)
7017 N.E. Highway 99 Suite 108
Vancouver, WA 98665
Ph: 360-693-9958
Fax: 360-693-9967
E-mail: info@wwpinstitute.org
Internet: http://www.wwpinstitute.org

WESTERN WOOD PRODUCTS ASSOCIATION (WWPA)
Yeon Building
522 SW 5th Avenue
Suite 500
Portland, OR 97204-2122
Ph: 503-224-3930
Fax: 503-224-3934
E-mail: info@wwpa.org
Internet: http://www.wwpa.org

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

WINDOW AND DOOR MANUFACTURERS ASSOCIATION (WDMA)
1400 East Touhy Avenue, Suite 470
Des Plaines, IL 60018
Ph: 847-299-5200 or 800-223-2301
Fax: 847-299-1286
E-mail: admin@wdma.com
Internet: http://www.wdma.com

WIRE ROPE TECHNICAL BOARD (WRTB)
801 North Fairfax Street, Suite 211
Alexandria, VA 22314
Ph: 703-299-8550
Fax: 703-299-9253
E-mail: wrtb@usa.net
Internet: www.domesticwirerope.org/wrtb

WOOD MOULDING AND MILLWORK PRODUCERS ASSOCIATION (WMMPA)
507 First Street
Woodland, CA 95695
Ph: 530-661-9591
Fax: 530-661-9586
E-mail: info@wmmpa.com
Internet: http://www.wmmpa.com

WOOLMARK BUSINESS INTELIGENCE (WBI)
The Woolmark Company
1230 Avenue of the Americas, 7th Fl.
New York, NY 10020
Ph: 646-756-2535
Fax: 646 756 2538
Internet: www.woolmark.org



























DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 45 02

QUALITY CONTROL SYSTEM (QCS)
04/06

1.1 GENERAL

The Government will use the Resident Management System for Windows (RMS) to
assist in its monitoring and administration of this contract. The Contractor
shall use the Government-furnished Construction Contractor Module of RMS,
referred to as QCS, to record, maintain, and submit various information
throughout the contract period. The Contractor module, user manuals, updates,
and training information can be downloaded from the RMS web site.This joint
Government-Contractor use of RMS and QCS will facilitate electronic exchange
of information and overall management of the contract. QCS provides the means
for the Contractor to input, track, and electronically share information with
the Government in the following areas:

Administration
Finances
Quality Control
Submittal Monitoring
Scheduling
Import/Export of Data

1.1.1 Correspondence and Electronic Communications

For ease and speed of communications, both Government and Contractor will, to
the maximum extent feasible, exchange correspondence and other documents in
electronic format. Correspondence, pay requests and other documents
comprising the official contract record shall also be provided in paper
format, with signatures and dates where necessary. Paper documents will
govern, in the event of discrepancy with the electronic version.

1.1.2 Other Factors

Particular attention is directed to Contract Clause, "Schedules for
Construction Contracts", Contract Clause, "Payments", Section 01 32 01,
PROJECT SCHEDULE, Section 01 33 00, SUBMITTAL PROCEDURES, and Section 01 45
04, CONTRACTOR QUALITY CONTROL, which have a direct relationship to the
reporting to be accomplished through QCS. Also, there is no separate payment
for establishing and maintaining the QCS database; all costs associated
therewith shall be included in the contract pricing for the work.

1.2 QCS SOFTWARE

QCS is a Windows-based program that can be run on a stand-alone personal
computer or on a network. The Government will make available the QCS software
to the Contractor after award of the construction contract. Prior to the Pre-
Construction Conference, the Contractor shall be responsible to download,
install and use the latest version of the QCS software from the Government's
RMS Internet Website. Upon specific justification and request by the
Contractor, the Government can provide QCS on 3-1/2 inch high-density
diskettes or CD-ROM. Any program updates of QCS will be made available to the
Contractor via the Government RMS Website as they become available.

1.3 SYSTEM REQUIREMENTS

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

The following is the minimum system configuration that the Contractor shall
have to run QCS:

QCS and QAS System

Hardware

IBM-compatible PC with 1000 MHz Pentium or higher processor

256+ MB RAM for workstation / 512+ MB RAM for server

1 GB hard drive disk space for sole use by the QCS system

3 1/2 inch high-density floppy drive

Compact Disk (CD) Reader 8x speed or higher

SVGA or higher resolution monitor (1024x768, 256 colors)

Mouse or other pointing device

Windows compatible printer. (Laser printer must have 4 MB+ of RAM)

Connection to the Internet, minimum 56k BPS

Software

MS Windows 2000 or higher

QAS-Word Processing software: MS Word 2000 or newer

Latest version of: Netscape Navigator, Microsoft Internet Explorer, or other
browser that supports HTML 4.0 or higher

Electronic mail (E-mail) MAPI compatible

Virus protection software that is regularly upgraded with all issued
manufacturer's updates

1.4 RELATED INFORMATION

1.4.1 QCS User Guide

After contract award, the Contractor shall download instructions for the
installation and use of QCS from the Government RMS Internet Website; the
Contractor can obtain the current address from the Government. In case of
justifiable difficulties, the Government will provide the Contractor with a
CD-ROM containing these instructions.

1.4.2 Contractor Quality Control(CQC) Training

The use of QCS will be discussed with the Contractor's QC System Manager
during the mandatory CQC Training class.

1.5 CONTRACT DATABASE

Prior to the pre-construction conference, the Government shall provide the
Contractor with basic contract award data to use for QCS. The Government will
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

provide data updates to the Contractor as needed, generally by files attached
to E-mail. These updates will generally consist of submittal reviews,
correspondence status, QA comments, and other administrative and QA data.

1.6 DATABASE MAINTENANCE

The Contractor shall establish, maintain, and update data for the contract in
the QCS database throughout the duration of the contract. The Contractor
shall establish and maintain the QCS database at the Contractor's site office.
Data updates to the Government shall be submitted by E-mail with file
attachments, e.g., daily reports, schedule updates, payment requests. If
permitted by the Contracting Officer, a data diskette or CD-ROM may be used
instead of E-mail (see Paragraph DATA SUBMISSION VIA COMPUTER DISKETTE OR CD-
ROM). The QCS database typically shall include current data on the following
items:

1.6.1 Administration

1.6.1.1 Contractor Information

The database shall contain the Contractor's name, address, telephone numbers,
management staff, and other required items. Within 14 calendar days of
receipt of QCS software from the Government, the Contractor shall deliver
Contractor administrative data in electronic format via E-mail.

1.6.1.2 SubContractor Information

The database shall contain the name, trade, address, phone numbers, and other
required information for all subContractors. A subContractor must be listed
separately for each trade to be performed. Each subContractor/trade shall be
assigned a unique Responsibility Code, provided in QCS. Within 14 calendar
days of receipt of QCS software from the Government, the Contractor shall
deliver subContractor administrative data in electronic format via E-mail.

1.6.1.3 Correspondence

All Contractor correspondence to the Government shall be identified with a
serial number. Correspondence initiated by the Contractor's site office shall
be prefixed with "S". Letters initiated by the Contractor's home (main)
office shall be prefixed with "H". Letters shall be numbered starting from
0001. (e.g., H-0001 or S-0001). The Government's letters to the Contractor
will be prefixed with "C".

1.6.1.4 Equipment

The Contractor's QCS database shall contain a current list of equipment
planned for use or being used on the jobsite, including the most recent and
planned equipment inspection dates.

1.6.1.5 Management Reporting

QCS includes a number of reports that Contractor management can use to track
the status of the project. The value of these reports is reflective of the
quality of the data input, and is maintained in the various sections of QCS.
Among these reports are: Progress Payment Request worksheet, QA/QC comments,
Submittal Register Status, Three-Phase Inspection checklists.

1.6.2 Finances
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


1.6.2.1 Pay Activity Data

The QCS database shall include a list of pay activities that the Contractor
shall develop in conjunction with the construction schedule. The sum of all
pay activities shall be equal to the total contract amount, including
modifications. Pay activities shall be grouped by Contract Line Item Number
(CLIN), and the sum of the activities shall equal the amount of each CLIN. The
total of all CLINs equals the Contract Amount.

1.6.2.2 Payment Requests

All progress payment requests shall be prepared using QCS. The Contractor
shall complete the payment request worksheet and include it with the payment
request. The work completed under the contract, measured as percent or as
specific quantities, shall be updated at least monthly. After the update, the
Contractor shall generate a payment request report using QCS. The Contractor
shall submit the payment requests with supporting data by E-mail with file
attachment(s). If permitted by the Contracting Officer, a data diskette may
be used instead of E-mail. A signed paper copy of the approved payment request
is also required, which shall govern in the event of discrepancy with the
electronic version.

1.6.3 Quality Control (QC)

QCS 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. The Contractor shall
maintain this data on a daily basis. Entered data will automatically output
to the QCS generated daily report. The Contractor shall provide the
Government a Contractor Quality Control (CQC) Plan within the time required in
Section 01 45 04, CONTRACTOR QUALITY CONTROL. Within seven calendar days of
Government acceptance, the Contractor shall submit a data diskette or CD-ROM
reflecting the information contained in the accepted CQC Plan: schedule, pay
activities, features of work, submittal register, QC requirements, and
equipment list.

1.6.3.1 Daily Contractor Quality Control (CQC) Reports.

QCS includes the means to produce the Daily CQC Report. The Contractor may
use other formats to record basic QC data. However, the Daily CQC Report
generated by QCS shall be the Contractor's official report. Data from any
supplemental reports by the Contractor shall be summarized and consolidated
onto the QCS-generated Daily CQC Report. Daily CQC Reports shall be submitted
as required by Section 01 45 04, CONTRACTOR QUALITY CONTROL. Reports shall be
submitted electronically to the Government using E-mail or diskette within 24
hours after the date covered by the report. Use of either mode of submittal
shall be coordinated with the Government representative. The Contractor shall
also provide the Government a signed, printed copy of the daily CQC report.

1.6.3.2 Deficiency Tracking.

The Contractor shall use QCS to track deficiencies. Deficiencies identified
by the Contractor will be numerically tracked using QC punch list items. The
Contractor shall maintain a current log of its QC punch list items in the QCS
database. The Government will log the deficiencies it has identified using
its QA punch list items. The Government's QA punch list items will be
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

included in its export file to the Contractor. The Contractor shall regularly
update the correction status of both QC and QA punch list items.

1.6.3.3 Three-Phase Control Meetings

The Contractor shall maintain scheduled and actual dates and times of
preparatory and initial control meetings in QCS.

1.6.3.4 Accident/Safety Tracking.

The Government will issue safety comments, directions, or guidance whenever
safety deficiencies are observed. The Government's safety comments will be
included in its export file to the Contractor. The Contractor shall regularly
update the correction status of the safety comments. In addition, the
Contractor shall utilize QCS to advise the Government of any accidents
occurring on the jobsite. This brief supplemental entry is not to be
considered as a substitute for completion of mandatory reports, e.g., ENG Form
3394 and OSHA Form 300.

1.6.3.5 Features of Work

The Contractor shall include a complete list of the features of work in the
QCS database. A feature of work may be associated with multiple pay
activities. However, each pay activity (see subparagraph "Pay Activity Data"
of paragraph "Finances") will only be linked to a single feature of work.

1.6.3.6 QC Requirements

The Contractor shall develop and maintain a complete list of QC testing,
transferred and installed property, and user training requirements in QCS.
The Contractor shall update all data on these QC requirements as work
progresses, and shall promptly provide this information to the Government via
QCS.

1.6.4 Submittal Management

The Government will provide the initial submittal register in electronic
format. Thereafter, the Contractor shall maintain a complete list of all
submittals, including completion of all data columns. Dates on which
submittals are received and returned by the Government will be included in its
export file to the Contractor. The Contractor shall use QCS to track and
transmit all submittals. ENG Form 4025, submittal transmittal form, and the
submittal register update shall be produced using QCS. RMS will be used to
update, store and exchange submittal registers and transmittals, but will not
be used for storage of actual submittals.

1.6.5 Schedule

The Contractor shall develop a construction schedule consisting of pay
activities, in accordance with Contract Clause "Schedules for Construction
Contracts", or Section 01 32 01, PROJECT SCHEDULE, as applicable. This
schedule shall be input and maintained in the QCS database either manually or
by using the Standard Data Exchange Format (SDEF) (see Section 01 32 01
PROJECT SCHEDULE). The updated schedule data shall be included with each pay
request submitted by the Contractor.

1.6.6 Import/Export of Data

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

QCS includes the ability to export Contractor data to the Government and to
import submittal register and other Government-provided data, and schedule
data using SDEF.

1.7 IMPLEMENTATION

Contractor use of QCS as described in the preceding paragraphs is mandatory.
The Contractor shall ensure that sufficient resources are available to
maintain its QCS database, and to provide the Government with regular database
updates. QCS shall be an integral part of the Contractor's management of
quality control.

1.8 DATA SUBMISSION VIA COMPUTER DISKETTE OR CD-ROM

The Government-preferred method for Contractor's submission of updates,
payment requests, correspondence and other data is by E-mail with file
attachment(s). For locations where this is not feasible, the Contracting
Officer may permit use of computer diskettes or CD-ROM for data transfer. Data
on the disks or CDs shall be exported using the QCS built-in export function.
If used, diskettes and CD-ROMs will be submitted in accordance with the
following:

1.8.1 File Medium

The Contractor shall submit required data on 3-1/2 inch double-sided high-
density diskettes formatted to hold 1.44 MB of data, capable of running under
Microsoft Windows 95 or newer. Alternatively, CD-ROMs may be used. They
shall conform to industry standards used in the United States. All data shall
be provided in English.

1.8.2 Disk or CD-ROM Labels

The Contractor shall affix a permanent exterior label to each diskette and CD-
ROM submitted. The label shall indicate in English, the QCS file name, full
contract number, contract name, project location, data date, name and
telephone number of person responsible for the data.

1.8.3 File Names

The Government will provide the file names to be used by the Contractor with
the QCS software.

1.9 MONTHLY COORDINATION MEETING

The Contractor shall update the QCS database each workday. At least monthly,
the Contractor shall generate and submit an export file to the Government with
schedule update and progress payment request. As required in Contract Clause
"Payments", at least one week prior to submittal, the Contractor shall meet
with the Government representative to review the planned progress payment data
submission for errors and omissions.
The Contractor shall make all required corrections prior to Government
acceptance of the export file and progress payment request. Payment requests
accompanied by incomplete or incorrect data submittals will be returned. The
Government will not process progress payments until an acceptable QCS export
file is received.

1.10 NOTIFICATION OF NONCOMPLIANCE

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

The Contracting Officer will notify the Contractor of any detected
noncompliance with the requirements of this specification. The Contractor
shall take immediate corrective action after receipt of such notice. Such
notice, when delivered to the Contractor at the work site, shall be deemed
sufficient for the purpose of notification.





















































DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 45 04

CONTRACTOR QUALITY CONTROL
04/06

PART 1 GENERAL

1.1 REFERENCES

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

ASTM INTERNATIONAL (ASTM)

ASTM D 3740(2004) Minimum Requirements for Agencies Engaged in the Testing
and/or Inspection of Soil and Rock as Used in Engineering Design and
Construction

ASTM E 329(2005b) Agencies Engaged in the Testing and/or Inspection of
Materials Used in Construction

U.S. ARMY CORPS OF ENGINEERS (USACE)

ER 1110-1-12(1993) Quality Management

1.2 PAYMENT

Separate payment will not be made for providing and maintaining an effective
Quality Control program, and all costs associated therewith shall be included
in the applicable unit prices or lump-sum prices contained in the Bidding
Schedule.

PART 2 PRODUCTS (Not Applicable)

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS

The Contractor is responsible for quality control and shall establish and
maintain an effective quality control system in compliance with the Contract
Clause titled "Inspection of Construction." The quality control system shall
consist of plans, procedures, and organization necessary to produce an end
product which complies with the contract requirements. The system shall cover
all design and construction operations, both onsite and offsite, and shall be
keyed to the proposed construction sequence. The site project superintendent
will be held responsible for the quality of work on the job and is subject to
removal by the Contracting Officer for non-compliance with the quality
requirements specified in the contract. The site project superintendent in
this context shall be the highest level manager responsible for the overall
construction activities at the site, including quality and production. The
site project superintendent shall maintain a physical presence at the site at
all times, except as otherwise acceptable to the Contracting Officer, and
shall be responsible for all construction and construction related activities
at the site.

3.2 QUALITY CONTROL PLAN

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

The Contractor shall furnish for review by the Government, not later than 15
days after receipt of notice to proceed, the Contractor Quality Control (CQC)
Plan proposed to implement the requirements of the Contract Clause titled
"Inspection of Construction." The plan shall identify personnel, procedures,
control, instructions, tests, records, and forms to be used. The Government
will consider an interim plan for the first 30 days of operation. Design and
construction will be permitted to begin only after 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 will not be permitted to begin until acceptance of a CQC Plan or
another interim plan containing the additional features of work to be started.

3.2.1 Content of the CQC Plan

The CQC Plan shall include, as a minimum, the following to cover all design
and construction operations, both onsite and offsite, including work by
subContractors, designers of record, consultants, architect/engineers (AE),
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 shall
implement the three phase control system for all aspects of the work
specified. The staff shall include a CQC System Manager who shall report 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 shall issue letters of direction to all
other various quality control representatives outlining duties, authorities,
and responsibilities. Copies of these letters shall also be furnished to the
Government.

d. Procedures for scheduling, reviewing, certifying, and managing submittals,
including those of subContractors, designers of record, consultants, architect
engineers (AE), offsite fabricators, suppliers, and purchasing agents. These
procedures shall be in accordance with Section 01 33 00 SUBMITTAL PROCEDURES.

e. Control, verification, and acceptance testing procedures for each specific
test to include the test name, specification paragraph requiring test, feature
of work to be tested, test frequency, and person responsible for each test.
(Laboratory facilities approved by the Contracting Officer shall be used.)

f. Procedures for tracking preparatory, initial, and follow-up control phases
and control, verification, and acceptance tests including documentation.

g. Procedures for tracking design and construction deficiencies from
identification through acceptable corrective action. These procedures shall
establish verification that identified deficiencies have been corrected.

h. Reporting procedures, including proposed reporting formats.

i. A list of the definable features of work. A definable feature of work is
a task which is separate and distinct from other tasks, has separate control
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

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.

3.2.2 Additional Requirements for Design Quality Control (DQC) Plan

The followng additional requirements apply to the Design Quality Control (DQC)
plan:

(1) The Contractor's QCP Plan shall provide and maintain a Design Quality
Control (DQC) Plan as an effective quality control program which will assure
that all services required by this design-build contract are performed and
provided in a manner that meets professional architectural and engineering
quality standards. As a minimum, all documents shall be technically reviewed
by competent, independent reviewers identified in the DQC Plan. The same
element that produced the product shall not perform the independent technical
review (ITR). The Contractor shall correct errors and deficiencies in the
design documents prior to submitting them to the Government.

(2) The Contractor shall include the design schedule in the master project
schedule, showing the sequence of events involved in carrying out the project
design tasks within the specific contract period. This should be at a
detailed level of scheduling sufficient to identify all major design tasks,
including those that control the flow of work. The schedule shall include
review and correction periods associated with each item. This should be a
forward planning as well as a project monitoring tool. The schedule reflects
calendar days and not dates for each activity. If the schedule is changed,
the Contractor shall submit a revised schedule reflecting the change within 7
calendar days. The Contractor shall include in the DQC Plan the discipline-
specific checklists to be used during the design and quality control of each
submittal. These completed checklists shall be submitted at each design phase
as part of the project documentation. Example checklists can be found in ER
1110-1-12.

(3) The DQC Plan shall be implemented by an Design Quality Control Manager
who has the responsibility of being cognizant of and assuring that all
documents on the project have been coordinated. This individual shall be a
person who has verifiable engineering or architectural design experience and
is a registered professional engineer or architect. The Contractor shall
notify the Contracting Officer, in writing, of the name of the individual, and
the name of an alternate person assigned to the position.

The Contracting Officer will notify the Contractor in writing of the
acceptance of the DQC Plan. After acceptance, any changes proposed by the
Contractor are subject to the acceptance of the Contracting Officer.

3.2.3 Acceptance of Plan

Acceptance of the Contractor's plan is required prior to the start of design
and construction. Acceptance is conditional and will be predicated on
satisfactory performance during the design and construction. The Government
reserves the right to require the Contractor to make changes in his CQC Plan
and operations including removal of personnel, as necessary, to obtain the
quality specified.

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

3.2.4 Notification of Changes

After acceptance of the CQC Plan, the Contractor shall notify the Contracting
Officer in writing of any proposed change. Proposed changes are subject to
acceptance by the Contracting Officer.

3.3 COORDINATION MEETING

After the Postaward Conference, before start of design or construction, and
prior to acceptance by the Government of the CQC Plan, the Contractor shall
meet with the Contracting Officer or Authorized Representative and discuss the
Contractor's quality control system. The CQC Plan shall be submitted for
review a minimum of 5 calendar days prior to the Coordination Meeting. During
the meeting, a mutual understanding of the system details shall be developed,
including the forms for recording the CQC operations, design activities,
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 shall be
prepared by the Government and signed by both the Contractor and the
Contracting Officer. The minutes shall 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.

3.4 QUALITY CONTROL ORGANIZATION

3.4.1 Personnel Requirements

The requirements for the CQC organization are a CQC System Manager, a Design
Quality Manager, and sufficient number of additional qualified personnel to
ensure safety and contract compliance. The Safety and Health Manager shall
receive direction and authority from the CQC System Manager and shall serve as
a member of the CQC staff. Personnel identified in the technical provisions
as requiring specialized skills to assure the required work is being performed
properly will also be included as part of the CQC organization. The
Contractor's CQC staff shall maintain a presence at the site at all times
during progress of the work and have complete authority and responsibility to
take any action necessary to ensure contract compliance. The CQC staff shall
be subject to acceptance by the Contracting Officer. The Contractor shall
provide adequate office space, filing systems and other resources as necessary
to maintain an effective and fully functional CQC organization. Complete
records of all letters, material submittals, shop drawing submittals,
schedules and all other project documentation shall be promptly furnished to
the CQC organization by the Contractor. The CQC organization shall be
responsible to maintain these documents and records at the site at all times,
except as otherwise acceptable to the Contracting Officer.

3.4.2 CQC System Manager

The Contractor shall identify as CQC System Manager an individual within the
onsite work organization who shall be responsible for overall management of
CQC and have the authority to act in all CQC matters for the Contractor. The
CQC System Manager shall be a graduate engineer, graduate architect, or a
graduate of construction management, with a minimum of 2 years construction
experience on construction similar to this contract. This CQC System Manager
shall be on the site at all times during construction and shall be employed by
the prime Contractor. The CQC System Manager shall be assigned no other
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

duties. An alternate for the CQC System Manager shall be identified in the
plan to serve in the event of the System Manager's absence. The requirements
for the alternate shall be the same as for the designated CQC System Manager.

3.4.3 CQC Personnel

In addition to CQC personnel specified elsewhere in the contract, the
Contractor shall provide as part of the CQC organization specialized personnel
to assist the CQC System Manager for the following areas: Electrical, civil,
structural, and architectural, materials technician, laboratory technician and
submittals clerk. These individuals may be employees of the prime or
subContractor; be responsible to the CQC System Manager; be physically present
at the construction site during work on their areas of responsibility; have
the necessary education and/or experience in accordance with the experience
matrix listed herein. These individuals may perform other duties but must be
allowed sufficient time to perform their assigned quality control duties as
described in the Quality Control Plan.

Experience Matrix

Area Qualifications


a. Civil Graduate Civil Engineer with
2 years experience in the
type of work being performed
on this project or technician
with 5 yrs related experience

b. Mechanical Graduate Mechanical Engineer
with 2 yrs experience or
person with 5 yrs related
experience

c. Electrical Graduate Electrical
Engineer with 2 yrs
related experience or
person with 5 yrs
related experience

d. Structural Graduate Structural
Engineer with 2 yrs
experience or person with
5 yrs related experience

e. Architectural Graduate Architect with 2
yrs experience or person
with 5 yrs related experience

f. Materials, Lab Technician Materials, Lab Technician with
2 years experience in the
type of work being performed
on this project

g. Submittals Clerk Submittals Clerk with
2 years experience in the
type of work being performed
on this project
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


h. Design Quality Control Manager Registered Architect
or Professional Engineer

3.4.4 Additional Requirement

In addition to the above experience and/or education requirements the CQC
System Manager shall have completed the course entitled "Construction Quality
Management For Contractors". This course is periodically offered at the
Mobile District Corps of Engineers.

3.4.5 Organizational Changes

The Contractor shall maintain the CQC staff at full strength at all times.
When it is necessary to make changes to the CQC staff, the Contractor shall
revise the CQC Plan to reflect the changes and submit the changes to the
Contracting Officer for acceptance.

3.5 SUBMITTALS AND DELIVERABLES

Submittals, if needed, shall be made as specified in Section 01 33 00
SUBMITTAL PROCEDURES. The CQC organization shall be responsible for
certifying that all submittals and deliverables are in compliance with the
contract requirements. When Section 23 08 00.00 10 COMMISSIONING OF HVAC
SYSTEMS are included in the contract, the submittals required by those
sections shall be coordinated with Section 01 33 00 SUBMITTAL PROCEDURES to
ensure adequate time is allowed for each type of submittal required.

3.6 CONTROL

Contractor Quality Control is the means by which the Contractor ensures that
the construction, to include that of subContractors and suppliers, complies
with the requirements of the contract. At least three phases of control shall
be conducted by the CQC System Manager for each definable feature of the
construction work as follows:

3.6.1 Preparatory Phase

This phase shall be performed prior to beginning work on each definable
feature of work, after all required plans/documents/materials are
approved/accepted, and after copies are at the work site. This phase shall
include:

a. A review of each paragraph of applicable specifications, reference codes,
and standards. A copy of those sections of referenced codes and standards
applicable to that portion of the work to be accomplished in the field shall
be made available by the Contractor at the preparatory inspection. These
copies shall be maintained in the field and available for use by Government
personnel until final acceptance of the work.

b. A review of the contract drawings.

c. A check to assure that all materials and/or equipment have been tested,
submitted, and approved.

d. Review of provisions that have been made to provide required control
inspection and testing.

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

e. Examination of the work area to assure that all required preliminary work
has been completed and is in compliance with the contract.

f. A physical examination of required materials, equipment, and sample work
to assure that they are on hand, conform to approved shop drawings or
submitted data, and are properly stored.

g. A review of the appropriate activity hazard analysis to assure safety
requirements are met.

h. Discussion of procedures for controlling quality of the work including
repetitive deficiencies. Document construction tolerances and workmanship
standards for that feature of work.

i. A check to ensure that the portion of the plan for the work to be
performed has been accepted by the Contracting Officer.

j. Discussion of the initial control phase.

k. The Government shall be notified at least 24 hours in advance of beginning
the preparatory control phase. This phase shall include a meeting conducted
by the CQC System Manager and attended by the superintendent, other CQC
personnel (as applicable), and the foreman responsible for the definable
feature. The results of the preparatory phase actions shall be documented by
separate minutes prepared by the CQC System Manager and attached to the daily
CQC report. The Contractor shall instruct applicable workers as to the
acceptable level of workmanship required in order to meet contract
specifications.

3.6.2 Initial Phase

This phase shall be accomplished at the beginning of a definable feature of
work. The following shall 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.

c. Establish level of workmanship and verify that it meets minimum acceptable
workmanship standards. Compare with required sample panels as appropriate.

d. Resolve all differences.

e. Check safety to include compliance with and upgrading of the safety plan
and activity hazard analysis. Review the activity analysis with each worker.

f. The Government shall be notified at least 24 hours in advance of beginning
the initial phase. Separate minutes of this phase shall be prepared by the
CQC System Manager and attached to the daily CQC report. Exact location of
initial phase shall 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.

3.6.3 Follow-up Phase
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


Daily checks shall be performed to assure control activities, including
control testing, are providing continued compliance with contract
requirements, until completion of the particular feature of work. The checks
shall be made a matter of record in the CQC documentation. Final follow-up
checks shall be conducted and all deficiencies corrected prior to the start of
additional features of work which may be affected by the deficient work. The
Contractor shall not build upon nor conceal non-conforming work.

3.6.4 Additional Preparatory and Initial Phases

Additional preparatory and initial phases shall 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, onsite production
supervision or work crew; if work on a definable feature is resumed after a
substantial period of inactivity; or if other problems develop.

3.7 TESTS

3.7.1 Testing Procedure

The Contractor shall perform specified or required tests to verify that
control measures are adequate to provide a product which conforms to contract
requirements. Upon request, the Contractor shall furnish to the Government
duplicate samples of test specimens for possible testing by the Government.
Testing includes operation and/or acceptance tests when specified. The
Contractor shall procure the services of a Corps of Engineers approved testing
laboratory or establish an approved testing laboratory at the project site.
The Contractor shall perform the following activities and record and provide
the following data:

a. Verify that testing procedures comply with contract requirements.

b. Verify that facilities and testing equipment are available and comply with
testing standards.

c. Check test instrument calibration data against certified standards.

d. Verify that recording forms and test identification control number system,
including all of the test documentation requirements, have been prepared.

e. Results of all tests taken, both passing and failing tests, shall be
recorded on the CQC report for the date taken. Specification paragraph
reference, location where tests were taken, and the sequential control number
identifying the test shall be given. If approved by the Contracting Officer,
actual test reports may be submitted later with a reference to the test number
and date taken. An information copy of tests performed by an offsite or
commercial test facility shall be provided directly to the Contracting
Officer. Failure to submit timely test reports as stated may result in
nonpayment for related work performed and disapproval of the test facility for
this contract.

3.7.2 Testing Laboratories

3.7.2.1 Capability Check

The Government reserves the right to check laboratory equipment in the
proposed laboratory for compliance with the standards set forth in the
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

contract specifications and to check the laboratory technician's testing
procedures and techniques. Laboratories utilized for testing soils, concrete,
asphalt, and steel shall meet criteria detailed in ASTM D 3740 and ASTM E 329.

3.7.2.2 Capability Recheck

If the selected laboratory fails the capability check, the Contractor will be
assessed a charge determined by the Contracting Officer's Representative to
reimburse the Government for each succeeding recheck of the laboratory or the
checking of a subsequently selected laboratory. Such costs will be deducted
from the contract amount due the Contractor.

3.7.3 Onsite Laboratory

The Government reserves the right to utilize the Contractor's control testing
laboratory and equipment to make assurance tests, and to check the
Contractor's testing procedures, techniques, and test results at no additional
cost to the Government.

3.7.4 Furnishing or Transportation of Samples for Testing

Costs incidental to the transportation of samples or materials shall be borne
by the Contractor. Samples of materials for test verification and acceptance
testing by the Government shall be delivered to the Corps of Engineers
Division Laboratory, f.o.b., at the following address:


For paint tests and analyses only, the samples shall be shipped or delivered
to:
Chemistry Quality Assurance Laboratory
420 South 18th Street
Omaha, NE 68102

All other samples to:
To a local commercial laboratory as directed by the Contracting Officers
Representative.

Coordination for each specific test, exact delivery location, and dates will
be made through the Area Office.

3.8 COMPLETION INSPECTION

3.8.1 Punch-Out Inspection

Near the end of the work, or any increment of the work established by a time
stated in the SPECIAL CONTRACT REQUIREMENTS Clause, "Commencement,
Prosecution, and Completion of Work", or by the specifications, the CQC
Manager shall conduct an inspection of the work. A punch list of items which
do not conform to the approved drawings and specifications shall be prepared
and included in the CQC documentation, as required by paragraph DOCUMENTATION.
The list of deficiencies shall include the estimated date by which the
deficiencies will be corrected. The CQC System Manager or staff shall make a
second inspection to ascertain that all deficiencies have been corrected.
Once this is accomplished, the Contractor shall notify the Government that the
facility is ready for the Government Pre-Final inspection.

3.8.2 Pre-Final Inspection

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

The Government will perform the pre-final inspection to verify that the
facility is complete and ready to be occupied. A Government Pre-Final Punch
List may be developed as a result of this inspection. The Contractor's CQC
System Manager shall ensure that all items on this list have been corrected
before notifying the Government, so that a Final inspection with the customer
can be scheduled. Any items noted on the Pre-Final inspection shall be
corrected in a timely manner. These inspections and any deficiency
corrections required by this paragraph shall be accomplished within the time
slated for completion of the entire work or any particular increment of the
work if the project is divided into increments by separate completion dates.

3.8.3 Final Acceptance Inspection

The Contractor's Quality Control Inspection personnel, plus the superintendent
or other primary management person, and the Contracting Officer's
Representative shall be in attendance at the final acceptance inspection.
Additional Government personnel including, but not limited to, those from
Base/Post Civil Facility Engineer user groups, and major commands may also be
in attendance. The final acceptance inspection will be formally scheduled by
the Contracting Officer based upon results of the Pre-Final inspection.
Notice shall be given to the Contracting Officer at least 14 days prior to the
final acceptance inspection and shall include the Contractor's assurance that
all specific items previously identified to the Contractor as being
unacceptable, along with all remaining work performed under the contract, will
be complete and acceptable by the date scheduled for the final acceptance
inspection. Failure of the Contractor to have all contract work acceptably
complete for this inspection will be cause for the Contracting Officer to bill
the Contractor for the Government's additional inspection cost in accordance
with the contract clause titled "Inspection of Construction".

3.9 DOCUMENTATION

The Contractor shall maintain current records providing factual evidence that
required quality control activities and/or tests have been performed. These
records shall include the work of subContractors and suppliers and shall be on
an acceptable form that includes, as a minimum, the following information:

a. Contractor/subContractor and their area of responsibility.

b. Operating plant/equipment with hours worked, idle, or down for repair.

c. Work performed each day, giving location, description, and by whom. When
Network Analysis (NAS) is used, identify each phase of work performed each day
by NAS activity number.

d. Test and/or control activities performed with results and references to
specifications/drawings requirements. The control phase shall be identified
(Preparatory, Initial, Follow-up). List of deficiencies noted, along with
corrective action.

e. Quantity of materials received at the site with statement as to
acceptability, storage, and reference to specifications/drawings requirements.

f. Submittals and deliverables reviewed, with contract reference, by whom,
and action taken.

g. Offsite surveillance activities, including actions taken.

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

h. Job safety evaluations stating what was checked, results, and instructions
or corrective actions.

i. Instructions given/received and conflicts in plans and/or specifications.

j. Contractor's verification statement.

These records shall indicate a description of trades working on the project;
the number of personnel working; weather conditions encountered; and any
delays encountered. These records shall cover both conforming and deficient
features and shall include a statement that equipment and materials
incorporated in the work and workmanship comply with the contract. The
original and one copy of these records in report form shall be furnished to
the Government daily within 24 hours after the date covered by the report,
except that reports need not be submitted for days on which no work is
performed. As a minimum, one report shall be prepared and submitted for every
7 days of no work and on the last day of a no work period. All calendar days
shall be accounted for throughout the life of the contract. The first report
following a day of no work shall be for that day only. Reports shall be
signed and dated by the CQC System Manager. The report from the CQC System
Manager shall include copies of test reports and copies of reports prepared by
all subordinate quality control personnel.

3.10 SAMPLE FORMS

Sample forms enclosed at the end of this section.

3.11 NOTIFICATION OF NONCOMPLIANCE

The Contracting Officer will notify the Contractor of any detected
noncompliance with the foregoing requirements. The Contractor shall take
immediate corrective action after receipt of such notice. Such notice, when
delivered to the Contractor at the work site, shall be deemed sufficient for
the purpose of notification. If the Contractor fails or refuses to comply
promptly, the Contracting Officer may issue an order stopping all or part of
the work until satisfactory corrective action has been taken. No part of the
time lost due to such stop orders shall be made the subject of claim for
extension of time or for excess costs or damages by the Contractor.




















DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 62 35

RECYCLED / RECOVERED MATERIALS

07/06

PART 1 GENERAL

1.1 REFERENCES

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

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

40 CFR 247Comprehensive Procurement Guideline for Products Containing
Recovered Materials

1.2 OBJECTIVES

Government procurement policy is to acquire, in a cost effective manner, items
containing the highest percentage of recycled and recovered materials
practicable consistent with maintaining a satisfactory level of competition
without adversely affecting performance requirements or exposing suppliers'
employees to undue hazards from the recovered materials. The Environmental
Protection Agency (EPA) has designated certain items which must contain a
specified percent range of recovered or recycled materials. EPA designated
products specified in this contract comply with the stated policy and with the
EPA guidelines. The Contractor shall make all reasonable efforts to use
recycled and recovered materials in providing the EPA designated products and
in otherwise utilizing recycled and recovered materials in the execution of
the work.

1.3 EPA DESIGNATED ITEMS INCORPORATED IN THE WORK

Various sections of the specifications contain requirements for materials that
have been designated by EPA as being products which are or can be made with
recovered or recycled materials. These items, when incorporated into the work
under this contract, shall contain at least the specified percentage of
recycled or recovered materials unless adequate justification (non-
availability) for non-use is provided. When a designated item is specified as
an option to a non-designated item, the designated item requirements apply
only if the designated item is used in the work.

1.4 EPA PROPOSED ITEMS INCORPORATED IN THE WORK

Products other than those designated by EPA are still being researched and are
being considered for future Comprehensive Procurement Guideline (CPG)
designation. It is recommended that these items, when incorporated in the
work under this contract, contain the highest practicable percentage of
recycled or recovered materials, provided specified requirements are also met.

1.5 EPA LISTED ITEMS USED IN CONDUCT OF THE WORK BUT NOT INCORPORATED IN THE
WORK

There are many products listed in 40 CFR 247 which have been designated or
proposed by EPA to include recycled or recovered materials that may be used by
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

the Contractor in performing the work but will not be incorporated into the
work. These products include office products, temporary traffic control
products, and pallets. It is recommended that these non-construction
products, when used in the conduct of the work, contain the highest
practicable percentage of recycled or recovered materials and that these
products be recycled when no longer needed.




















































DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 78 23

OPERATION AND MAINTENANCE DATA
04/06

PART 1 GENERAL

1.1 SUBMISSION OF OPERATION AND MAINTENANCE DATA

Submit Operation and Maintenance (O&M) Data specifically applicable to this
contract and a complete and concise depiction of the provided equipment,
product, or system. Organize and present information in sufficient detail to
clearly explain O&M requirements at the system, equipment, component, and
subassembly level. Include an index preceding each submittal. Submit in
accordance with this section and Section 01 33 00 SUBMITTAL PROCEDURES.

1.1.1 Package Quality

Documents must be fully legible. Poor quality copies and material with hole
punches obliterating the text or drawings will not be accepted.

1.1.2 Package Content

Data package content shall be as shown in the paragraph titled "Schedule of
Operation and Maintenance Data Packages." Comply with the data package
requirements specified in the individual technical sections, including the
content of the packages and addressing each product, component, and system
designated for data package submission.

1.1.3 Changes to Submittals

Manufacturer-originated changes or revisions to submitted data shall be
furnished by the Contractor if a component of an item is so affected
subsequent to acceptance of the O&M Data. Changes, additions, or revisions
required by the Contracting Officer for final acceptance of submitted data,
shall be submitted by the Contractor within 30 calendar days of the
notification of this change requirement.

1.2 TYPES OF INFORMATION REQUIRED IN O&M DATA PACKAGES

1.2.1 Operating Instructions

Include specific instructions, procedures, and illustrations for the following
phases of operation:

1.2.1.1 Safety Precautions

List personnel hazards and equipment or product safety precautions for all
operating conditions.

1.2.1.2 Operator Prestart

Include procedures required to set up and prepare each system for use.

1.2.1.3 Startup, Shutdown, and Post-Shutdown Procedures

Provide narrative description for Startup, Shutdown and Post-shutdown
operating procedures including the control sequence for each procedure.
DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21


1.2.1.4 Normal Operations

Provide narrative description of Normal Operating Procedures. Include Control
Diagrams with data to explain operation and control of systems and specific
equipment.

1.2.1.5 Emergency Operations

Include Emergency Procedures for equipment malfunctions to permit a short
period of continued operation or to shut down the equipment to prevent further
damage to systems and equipment. Include Emergency Shutdown Instructions for
fire, explosion, spills, or other foreseeable contingencies. Provide guidance
and procedures for emergency operation of all utility systems including
required valve positions, valve locations and zones or portions of systems
controlled.

1.2.1.6 Operator Service Requirements

Include instructions for services to be performed by the operator such as
lubrication, adjustment, inspection, and recording gage readings.

1.2.1.7 Environmental Conditions

Include a list of Environmental Conditions (temperature, humidity, and other
relevant data) that are best suited for the operation of each product,
component or system. Describe conditions under which the item equipment
should not be allowed to run.

1.2.2 Preventive Maintenance

Include the following information for preventive and scheduled maintenance to
minimize corrective maintenance and repair.

1.2.2.1 Lubrication Data

Include preventative maintenance lubrication data, in addition to instructions
for lubrication provided under paragraph titled "Operator Service
Requirements":

a. A table showing recommended lubricants for specific temperature ranges and
applications.

b. Charts with a schematic diagram of the equipment showing lubrication
points, recommended types and grades of lubricants, and capacities.

c. A Lubrication Schedule showing service interval frequency.

1.2.2.2 Preventive Maintenance Plan and Schedule

Include manufacturer's schedule for routine preventive maintenance,
inspections, tests and adjustments required to ensure proper and economical
operation and to minimize corrective maintenance. Provide manufacturer's
projection of preventive maintenance work-hours on a daily, weekly, monthly,
and annual basis including craft requirements by type of craft. For periodic
calibrations, provide manufacturer's specified frequency and procedures for
each separate operation.

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

1.2.3 Corrective Maintenance (Repair)

Include manufacturer's recommended procedures and instructions for correcting
problems and making repairs.

1.2.3.1 Troubleshooting Guides and Diagnostic Techniques

Include step-by-step procedures to promptly isolate the cause of typical
malfunctions. Describe clearly why the checkout is performed and what
conditions are to be sought. Identify tests or inspections and test equipment
required to determine whether parts and equipment may be reused or require
replacement.

1.2.3.2 Wiring Diagrams and Control Diagrams

Wiring diagrams and control diagrams shall be point-to-point drawings of
wiring and control circuits including factory-field interfaces. Provide a
complete and accurate depiction of the actual job specific wiring and control
work. On diagrams, number electrical and electronic wiring and pneumatic
control tubing and the terminals for each type, identically to actual
installation configuration and numbering.

1.2.3.3 Maintenance and Repair Procedures

Include instructions and alist of tools required to repair or restore the
product or equipment to proper condition or operating standards.

1.2.3.4 Removal and Replacement Instructions

Include step-by-step procedures and a list required tools and supplies for
removal, replacement, disassembly, and assembly of components, assemblies,
subassemblies, accessories, and attachments. Provide tolerances, dimensions,
settings and adjustments required. Instructions shall include a combination
of text and illustrations.

1.2.3.5 Spare Parts and Supply Lists

Include lists of spare parts and supplies required for maintenance and repair
to ensure continued service or operation without unreasonable delays. Special
consideration is required for facilities at remote locations. List spare
parts and supplies that have a long lead-time to obtain.

1.2.4 Corrective Maintenance Work-Hours

Include manufacturer's projection of corrective maintenance work-hours
including requirements by type of craft. Corrective maintenance that requires
completion or participation of the equipment manufacturer shall be identified
and tabulated separately.

1.2.5 Appendices

Provide information required below and information not specified in the
preceding paragraphs but pertinent to the maintenance or operation of the
product or equipment. Include the following:

1.2.6 Parts Identification

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

Provide identification and coverage for all parts of each component, assembly,
subassembly, and accessory of the end items subject to replacement. Include
special hardware requirements, such as requirement to use high-strength bolts
and nuts. Identify parts by make, model, serial number, and source of supply
to allow reordering without further identification. Provide clear and legible
illustrations, drawings, and exploded views to enable easy identification of
the items. When illustrations omit the part numbers and description, both the
illustrations and separate listing shall show the index, reference, or key
number that will cross-reference the illustrated part to the listed part.
Parts shown in the listings shall be grouped by components, assemblies, and
subassemblies in accordance with the manufacturer's standard practice. Parts
data may cover more than one model or series of equipment, components,
assemblies, subassemblies, attachments, or accessories, such as typically
shown in a master parts catalog

1.2.6.1 Warranty Information

List and explain the various warranties and include the servicing and
technical precautions prescribed by the manufacturers or contract documents in
order to keep warranties in force. Include warranty information for primary
components such as the compressor of air conditioning system.

1.2.6.2 Personnel Training Requirements

Provide information available from the manufacturers that is needed for use
in training designated personnel to properly operate and maintain the
equipment and systems.

1.2.6.3 Testing Equipment and Special Tool Information

Include information on test equipment required to perform specified tests and
on special tools needed for the operation, maintenance, and repair of
components.

1.2.6.4 Contractor Information

Provide a list that includes the name, address, and telephone number of the
General Contractor and each Subcontractor who installed the product or
equipment, or system. For each item, also provide the name address and
telephone number of the manufacturer's representative and service organization
most convenient to the project site. Provide the name, address, and telephone
number of the product, equipment, and system manufacturers.

1.3 SCHEDULE OF OPERATION AND MAINTENANCE DATA PACKAGES

Furnish the O&M data packages specified in individual technical sections. The
required information for each O&M data package is as follows:

1.3.1 Data Package 1

a. Safety precautions

b. Maintenance and repair procedures

c. Warranty information

d. Contractor information

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

e. Spare parts and supply list

1.3.2 Data Package 2

a. Safety precautions

b. Normal operations

c. Environmental conditions

d. Lubrication data

e. Preventive maintenance plan and schedule

f. Maintenance and repair procedures

g. Removal and replacement instructions

h. Spare parts and supply list

i. Parts identification

j. Warranty information

k. Contractor information

1.3.3 Data Package 3

a. Safety precautions

b. Normal operations

c. Emergency operations

d. Environmental conditions

e. Lubrication data

f. Preventive maintenance plan and schedule

g. Troubleshooting guides and diagnostic techniques

h. Wiring diagrams and control diagrams

i. Maintenance and repair procedures

j. Removal and replacement instructions

k. Spare parts and supply list

l. Parts identification

m. Warranty information

n. Testing equipment and special tool information

o. Contractor information

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

1.3.4 Data Package 4

a. Safety precautions

b. Operator prestart

c. Startup, shutdown, and post-shutdown procedures

d. Normal operations

e. Emergency operations

f. Operator service requirements

g. Environmental conditions

h. Lubrication data

i. Preventive maintenance plan and schedule

j. Troubleshooting guides and diagnostic techniques

k. Wiring diagrams and control diagrams

l. Maintenance and repair procedures

m. Removal and replacement instructions

n. Spare parts and supply list

o. Corrective maintenance man-hours

p. Parts identification

q. Warranty information

r. Personnel training requirements

s. Testing equipment and special tool information

t. Contractor information

1.3.5 Data Package 5

a. Safety precautions

b. Operator prestart

c. Start-up, shutdown, and post-shutdown procedures

d. Normal operations

e. Environmental conditions

f. Preventive maintenance plan and schedule

g. Troubleshooting guides and diagnostic techniques

DESIGN BUILD WAREHOUSE MATOC TASK ORDER
MONTEVIDEO, URUGUAY MB10EH21

h. Wiring and control diagrams

i. Maintenance and repair procedures

j. Spare parts and supply list

k. Testing equipments and special tools

l. Warranty information

m. Contractor information

PART 2 PRODUCTS

Not used.

PART 3 EXECUTION

Not used.

You might also like