U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St Mobile, Alabama 36602 BIDDING REQUIREMENTS - CERTIFICATION OF APPLICABILITY OF DEFENSE BASE ACT INSURANCE EXPLANATION OF BID ITEMS - MONTEVIDEO, URUGUAY MB10EH21 SOUTH AMERICAN MATOC TASK ORDER CADD CODE:
U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St Mobile, Alabama 36602 BIDDING REQUIREMENTS - CERTIFICATION OF APPLICABILITY OF DEFENSE BASE ACT INSURANCE EXPLANATION OF BID ITEMS - MONTEVIDEO, URUGUAY MB10EH21 SOUTH AMERICAN MATOC TASK ORDER CADD CODE:
U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St Mobile, Alabama 36602 BIDDING REQUIREMENTS - CERTIFICATION OF APPLICABILITY OF DEFENSE BASE ACT INSURANCE EXPLANATION OF BID ITEMS - MONTEVIDEO, URUGUAY MB10EH21 SOUTH AMERICAN MATOC TASK ORDER CADD CODE:
______________________________________________________________________________ Item Estimated Unit Estimated N Description Quantity Unit Price Amount_______
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.
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:
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
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.
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
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
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 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
--- 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
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
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
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
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
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
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/
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 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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
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.
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.
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
solrad_ver12 solar energy calculations
for anylatitude andlohhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhhjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj