replace parking pavement, bldg. 99 jtve 14-2314 5 …

56
REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 February 2015 CONSTRUCTION STATEMENT OF WORK PREPARED BY: ANG CRTC-Gulfport/Civil Engineering 4715 Hewes Ave., Bldg. 132 Gulfport, MS 39507-4324 1

Upload: others

Post on 29-Apr-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

REPLACE PARKING PAVEMENT, BLDG. 99

JTVE 14-2314

5 February 2015

CONSTRUCTION STATEMENT OF WORK

PREPARED BY:

ANG CRTC-Gulfport/Civil Engineering4715 Hewes Ave., Bldg. 132Gulfport, MS 39507-4324

1

Page 2: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

SECTION 1 – Requirements

1.0 Scope: Contractor shall furnish all labor, tools, parts, materials, facilities, and transportation necessary to replace approximately 38 concrete pavement panels with joint sealant at parking lot of Building 99. Attached drawings will show location of what concrete pavement panels are to be removed and replaced. All concrete pavement panels are approximately 10 feet by 10 feet.

1.1 Character of Task: The work to be done shall consist of furnishing all the necessary labor, material, and equipment for the analysis, construction, installation, maintenance, and/or repair of all work described in Paragraph 1.4 and throughout this Statement of Work. The work shall be executed in the highest quality attainable, in a manner consistent with the key provisions described below.

1.2 Background: Parking lot was constructed in the Mid 1990s and is constructed of non-reinforced and non-doweled four (4) inch concrete in the parking areas and five (5) inch concrete in the roadway areas. The parking lot has drainage structures located within the limits of projects. These drainage structures are separate from the pavements, because the drainage structures have been boxed around. Expansion material has been extended completely through the pavements and curbs. All joints that fell within five (5) feet of, or contacted a catch basin, manhole or other structure, one or more panels was shortened on either side of the opening to allow the joint to fall on round structures and at / between corners of rectangular/square structures. All transverse joints extend through the curbs and are continuous across the pavements.

1.3 Applicable Documents: All work on this project will meet or exceed the specified regulations and standards as well as other applicable Air Force and other Government regulations and national standards as appropriate.

A. Department of Defense/Air Force Standards

1. Air Force Instruction (AFI) 32-1023, Design and Construction Standards and Execution of Facility Construction Projects (19 July 1994).

2. All applicable Air Force Directives (manuals, regulations, technical letters, etc.)

3. USAF Guide to Green Purchasing.

4. All Unified Facilities Criteria (UFC)

5. All applicable Unified Facilities Guide Specifications (UFGS)

6. EM 385-1-1, U.S. Army Corps of Engineers Health and Safety Manual

2

Page 3: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

7. All applicable CRTC Civil Engineering Instructions and Plans

B. Other Government Documents

1. All Occupational Health and Safety Agency (OSHA) Regulations and Standards.

2. All applicable Environmental Protection Agency (EPA) Regulations.

3. All Code of Federal Regulations (CFR)

C. National Codes

1. National Electric Code (NEC)

2. National Electrical Safety Code (NESC)

3. American National Standards Institute (ANSI)

4. National Fire Protection Association (NFPA)

5. All Applicable Building Codes

6. American Society for Testing and Materials (ASTM)

1.4 Requirements:

A. Concrete slabs to be replaced as shown in the drawing.

B. Contractor shall saw cut and removing the existing concrete pavement panels and place new concrete pavement panels, dowel bars and tie bars.

C. All saw cuts must be full depth. There shall be no new joints closer than three (3) feet to an existing transverse joint or crack. A vertical full depth saw cut is required along all longitudinal joints and at transverse locations and, unless the Government approvesotherwise, an additional vertical full depth relief saw cut located 12 to 18 inches from andparallel to the initial longitudinal and transverse saw cut locations is also required.

D. Removal of existing cement concrete pavement shall not cause damage to adjacent slabs that are to remain in place. The Contractor, at no cost to the Government, shall repair any damage caused by the Contractor’s operation.

E. Once the panel has been removed, the Government inspector shall inspect the subgrade material and the adjacent panels for any damage.

3

Page 4: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

F. The Contractor shall smooth the surfacing below the removed panel and compact it to 95% in accordance with ASTM D 1557. Select material sub-base) may be needed to bring the sub-surfacing to grade prior to placing the new concrete. Contractor shall provide a unit price for these materials.

G. If the material under the removed panel is unsuitable or non-compactable, the Contractor shall excavate the Subgrade two (2) feet, place a soil stabilization construction geotextile meeting the requirements outlined in the paragraph “Materials”,and backfill with rigid pavement base course and select material sub-base. See drawing for details. This Work may include:

1. Furnishing and hauling rigid pavement base course to the project site.

2. Excavating unsuitable or non-compactable material.

3. Furnishing and placing a soil stabilization construction geotextile.

4. Backfilling and compacting rigid pavement base course and select material sub-base to 95% in accordance with ASTM D 1557.

5. Removing, hauling and restocking any unused rigid pavement base course.

H. Grade control shall be the responsibility of the Contractor.

I. When new concrete pavement is to be placed against existing cement concrete pavement, tie bars and dowel bars shall be drilled and grouted into the existing pavement with either Type I or IV epoxy resin as specified in the paragraph “Materials”.

J. Tie bars are required whenever three or more concrete pavement panels in a row areplaced next to existing pavement.

K. Corrosion Resistant Dowel bars may be used in place of epoxy-coated dowel bars in panel replacements described in the paragraph “Materials”.

L. Dowel bars shall be placed at the mid depth of the concrete slab, centered over thetransverse joint, and parallel to the centerline and to the Roadway surface.

M. Tie bars shall be placed at the mid depth of the concrete slab, centered over the joint,perpendicular to centerline, and parallel to the Roadway surface.

N. Placement Tolerances for Dowel Bars and Tie Bars

1. Dowel Bars

4

Page 5: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

a. ± 1 inch of the middle of the concrete slab depth.

b. ± 1 inch of being centered over the transverse joint.

c. ± ½ inch from parallel to the centerline.

d. ± ½ inch from parallel to the Roadway surface.

2. Tie Barsa. ±1 inch of the middle of the concrete slab depth.

b. ±1 inch of being centered over the joint.

c. ±1 inch from perpendicular to the centerline.

d. ±1 inch from parallel to the Roadway surface.

O. The horizontal position of tie bars may be adjusted to avoid contact with existing tie bars in the longitudinal joint where panel replacement takes place.

P. Dowel bars and tie bars shall be placed according to standard construction procedures when multiple panels are placed.

Q. Dowel bars to be drilled into existing concrete or at a new transverse contraction jointshall have a parting compound, such as curing compound, grease, or other Government approved equal, applied to them prior to placement.

R. The tie bar and dowel bar holes shall be blown clean with compressed air before grouting. The bar shall be centered in the hole and all voids around the bar completely filled with grout. Dams, if needed, shall be placed at the front of the holes to confine the grout and center the bars in the holes. The dams shall permit the escape of air without leaking grout and shall not be removed until the grout has cured in the hole.

S. The Contractor shall place a bond-breaking material such as polyethylene film, roofing paper, or other material as approved by the Contracting Officer along all existing concrete surfaces and between the bottom of the slab and treated bases prior to placing concrete.

T. Concrete shall be spread, screeded, shaped, and consolidated by use of a vibrator.This machine shall uniformly distribute and consolidate concrete without segregation so that completed pavement will conform to required cross section with a minimum of handwork.

U. Drainage structures shall remain separate from the pavements and be boxed around.

5

Page 6: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

V. Expansion material shall be extended completely through the pavements and curbs.

W. All joints that fall within five (5) feet of or contact a catch basin, manhole or other structure, one or more panels shall be shortened on either side of the opening to allow the joint to fall on round structures and at/or between corners of rectangular/square structures.

X. All transverse joints shall extend through the curbs and be continuous across the pavements.

Y. Joints to be sealed shall be filled with joint-sealing material before the pavement is opened to traffic and as soon after completion of the curing period as is feasible. Just before sealing, each joint shall be thoroughly cleaned of all foreign material, including membrane curing compound. Joint faces shall be clean and surface-dry when seal is applied. Cleaning with compressed air shall be used if necessary.

Z. Pre-molded joint filler in accordance with the paragraph “Materials” shall be placed through the full depth of concrete pavement when drainage features are placed within the concrete pavement.

AA. Materials

1. Epoxy Bonding Agents shall be two-component epoxy resin-base systems that meet the requirements of ASTM C 881, shall be furnished in the type, grade, and class specified, and shall meet the requirements below.

a. Type I and Type IV: Epoxy bonding agents used for bonding hardened concrete to hardened concrete and other materials shall be Type I for non-load bearing applications and Type IV for load bearing applications.

b. Packaging and Marking: The components of the epoxy system furnished under this Statement of Work shall be supplied in separate containers that are non-reactive with the materials contained. The contents of each container shall be such that when the container contents are combined, a properly proportioned final mixture results.

1) Containers shall be identified as “Component A” (Contains the Epoxy Resin) and “Component B” (Contains the Curing Agent) and shall show the type, grade, class, and mixing directions as defined by these Specifications. Each container shall be marked with the name of the manufacturer, the lot or batch number, the date of packaging, and the quantity contained in pounds or gallons.

6

Page 7: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

2) Potential hazards shall be so stated on the package in accordance with the Federal Hazardous Products Labeling Act and State of Mississippi, Department of Labor and Industries Regulations for Shipment of Hazardous Products.

c. Contractor shall submit the Manufacturer’s Certificate of Compliance in accordance with Section 2, SUBMITTALS.

2. Epoxy-Coated Dowel Bars: Epoxy-coated dowel bars shall be 1 ½ inch outside diameter plain round steel bars 18 inches in length. They shall conform to AASHTO M 31, Grade 60 or AASHTO M 255, Grade 60 and shall be coated in accordance with ASTM A 934. The thickness of the epoxy coating shall be 10 mils plus or minus 2 mils.

a. The Contractor shall submit in accordance with Section 2, SUBMITTALS:

1) A written certification that properly identifies the material, the number of each batch of coating material used, quantityrepresented, date of manufacture, name and address of manufacturer, and a statement that the supplied coating material meets the requirements of ASTM A 934.

2) The coating material manufacturer’s recommendation on the proper use and application requirements of the coating material,prior to coating the dowels.

3) A certification stating that all bars have been coated in accordance with the coating material manufacturer’s recommendations and this Statement of Work shall be furnishedwith each shipment. This certification shall include for each bar size the preheat temperatures, cure times, thickness checks, holidays detected, and test results.

4) The patching material, compatible with the coating material and inert in concrete, shall be supplied with each shipment.

5) Samples, when requested by the Government.

6) Certificates of Materials Origin.

7) Manufacturer’s Certificate of Compliance.

7

Page 8: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

3. Corrosion Resistant Dowel Bars: Corrosion resistant dowel bars shall be 1½ inch outside diameter plain round steel bars 18 inches in length and meet the requirements one of the following types:

a. Stainless Steel Clad dowel bars shall have a minimum 0.06 inches clad to a plain steel inner bar meeting the chemical and physical properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. Stainless Steel Clad shall meet the chemical properties of ASTM A 276, Type 316L.

b. Stainless Steel Tube dowel bars shall have a minimum 0.06-inch-thicktube press-fitted onto a plain steel inner bar meeting the chemical and physical properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. A lubricant/adhesive shall be used between the tube and the plain steel bar to fill any voids. Stainless Steel Tube material shall meet the chemical properties of ASTM A 276, Type 316L.

c. Stainless Steel Solid dowel bars shall be ASTM A 276, Type 316L.

d. Corrosion-resistant, low-carbon, chromium plain steel bars for concrete reinforcement meeting all the requirements of ASTM A 1035.

e. Zinc Clad dowel bars shall be of the dimension shown in the Plans and shall have a minimum 0.04 inches A710 Zinc alloy clad to a plain steel inner bar meeting the chemical and physical properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. A710 Zinc shall be composed of: ZN-99.5 percent, by weight, minimum; CU – 0.1 – 0.25 percent, by weight; and Fe- 0.0020 percent, by weight, maximum.

f. The surface of the finished cut-to-length corrosion-resistant, low-carbon, chromium plain steel bars for concrete reinforcement meeting all the requirements of ASTM A 1035 dowels shall be provided with a hot-rolled, as-rolled finish, including mill scale. The surface of all other finished cut-to-length dowels shall be provided with a smooth “ground” or “cold drawn” finish.

g. The Contractor shall submit in accordance with Section 2, SUBMITTALS:

1) Certificates of Materials Origin.

2) Manufacturer’s Certificate of Compliance.

4. Concrete

8

Page 9: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

a. The Contractor shall submit in accordance with Section 2, SUBMITTALS, a concrete mix design to include the mix proportions per cubic yard, test results from beams and cylinders, and the proposed sources for all ingredients including the fly ash. The mix shall be capable of providing a minimum flexural strength of 650 psi at 14 days.

b. The concrete must have obtained a compressive strength of 2,500 psi before the panel can be opened to traffic.

5. Geotextile shall conform to the properties listed below:

Geotextile for Soil Stabilization

Geotextile Property ASTM TestMethod2

Geotextile Property Requirements1

Separation Soil StabilizationWoven Nonwoven Woven Nonwoven

AOS D 4751 No. 30 max. No. 40 max.Water Permittivity D 4491 0.02 sec-1 min. 0.10 sec-1 min.Grab Tensile Strength, in machine andx-machine direction

D 4632 250 lb min. 160 lb min. 315 lb min. 200 lb min.

Grab Failure Strain, in machine andx-machine direction

D 4632 < 50% ����� < 50% �����

Seam Breaking Strength D 46323 220 lb min. 140 lb min. 270 lb min. 180 lb min.Puncture Resistance D 6241 495 lb min. 310 lb min. 620 lb min. 430 lb min.Tear Strength, in machine and x-machinedirection

D 4533 80 lb min. 50 lb min. 112 lb min. 79 lb min.

Ultraviolet (UV) Radiation Stability D 4355 50% strength retained min.,after 500 hours in xenon arc device

a. The Contractor shall submit in accordance with Section 2, SUBMITTALS, the Manufacturer’s Certificate of Compliance. The certificate shall include the following information about each geosyntheticroll to be used:

Manufacturer’s name and current address,Full product name,Geosynthetic structure, including fiber/yarn type,Geosynthetic roll number(s),Geosynthetic lot number(s),Proposed geosynthetic use(s), andCertified test results.

6. Pre-molded Joint Filler for Expansion Joints

a. Pre-molded joint filler for use in expansion (through) joints shall conform to either AASHTO M 213 Specifications for “Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction”,

9

Page 10: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

except that the requirement for water absorption is deleted, or ASTM D 7174 Specifications for “Preformed Closed-Cell Polyolefin Expansion Joint Fillers for Concrete Paving and Structural Construction”.

b. The Contractor shall submit in accordance with Section 2,SUBMITTALS, the Manufacturer’s Certificate of Compliance.

7. Rigid Pavement Base Course

a. Crushed base course shall be 610 limestone road base material.

b. The Contractor shall submit in accordance with Section 2, SUBMITTALS, a Certificate of Compliance.

8. Select Material Sub-Base

a. Fill and back fill material shall be clean sand, maximum 10% passing #200 sieve.

b. The Contractor shall submit in accordance with Section 2, SUBMITTALS, a Certificate of Compliance.

9. Curing Compound

a. Curing compound shall accordance with ASTM C 309, white pigmented, Type 2, Class B, free of paraffin or petroleum.

b. The Contractor shall submit in accordance with Section 2, SUBMITTALS, a Certificate of Compliance and Manufacturer’s Instructions.

10. Backer Material

a. Backer material, when required, shall conform to ASTM D 5249.

b. The Contractor shall submit in accordance with Section 2, SUBMITTALS, a Certificate of Compliance.

11. Joint Sealant

a. Joint sealant shall conform to ASTM C 920, Type M, Grade “P”, CL 25; ASTM C 920, Type S, Grade “P”; FS-TT-S00230C, Type I, CL A; FS SS-S-00200E, Type H; ASTM D 1850.

10

Page 11: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

b. The Contractor shall submit in accordance with Section 2, SUBMITTALS, a Certificate of Compliance.

BB. Testing

1. Compressive Strength Tests: ASTM C39/C39M. Make six each six (6) inch by 12 inch test cylinders for each set of tests in accordance with ASTM C31/C31M, ASTM C172/C172M and applicable requirements of ACI 305R and ACI 306R. Take precautions to prevent evaporation and loss of water from the specimen. Test two cylinders at 7 days, two cylinders at 28 days, and hold two cylinders in reserve. Take samples for strength tests of each mix design of concrete placed each day not less than once a day, nor less than once for each 100 cubic yards of concrete for the first 500 cubic yards, then every 500 cubic yards thereafter, nor less than once for each 5400 square feet of surface area for slabs or walls. For the entire project, take no less than five sets of samples and perform strength tests for each mix design of concrete placed. Each strength test result must be the average of two cylinders from the same concrete sample tested at 28 days. Concrete compressive tests must meet the requirements of ACI 318 Section 5.6. Retest locations represented by erratic core strengths. Where retest does not meet concrete compressive strength requirements submit a mitigation or remediation plan for review and approval by the contracting officer. Repair core holes with non-shrink grout. Match color and finish of adjacent concrete.

2. Air Content: ASTM C173/C173M or ASTM C231/C231M for normal weight concrete. Test air-entrained concrete for air content at the same frequency as specified for slump tests.

3. Two slump tests shall be made on randomly selected batches of each class of concrete for every 24 cubic yards, or fraction thereof, of concrete placed during each shift. Additional tests shall be performed when excessive variation in the workability of the concrete is noted or when excessive crumbling or slumping is noticed.

4. Field Density Tests

a. Measure field density in accordance with ASTM D1556, ASTM D2167, or ASTM D6938. For the method presented in ASTM D1556, use the base plate, as shown in the drawing. For the method presented in ASTM D6938, check and adjust the calibration curves, if necessary, using only the sand cone method as described in paragraph Calibration, of the ASTM publication. Tests performed in accordance with ASTM D6938 result in a wet unit weight of soil and ASTM D6938 will be used to determine the moisture content of the soil. The calibration curves furnished with the moisture gauges shall also be checked along with

11

Page 12: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

density calibration checks as described in ASTM D6938. The calibration checks of both the density and moisture gauges shall be made by the prepared containers of material method, as described in paragraph Calibration, in ASTM D6938, on each different type of material to be tested at the beginning of a job and at intervals as directed.

1) Submit certified copies of test results for approval before material is required for the work, in accordance with Section 2, SUBMITTALS.

2) Submit calibration curves and related test results prior to using the device or equipment being calibrated, in accordance with Section 2, SUBMITTALS.

3) Submit copies of field test results within 24 hours after the tests are performed, in accordance with Section 2, SUBMITTALS.

4. Perform density tests on every lift of material placed and at a frequency of one set of tests for every 11 square yards, or portion thereof, of completed area.

4. All testing shall be in accordance with Section 3, CONSTRUCTION.

CC. Weather limitations for concrete placement shall be in accordance with ACI 305R and 306.1.

1.5 Estimated Quantities: The quantities shown in the Bid Schedule and the Contract Forms are estimates and are stated only for proposal comparison purposes. The Contracting Officer does not warrant expressly or by implication, that the actual quantities of Work will correspond with those estimates. Payment shall be made on the basis of the actual quantities of each item of Work completed in accordance with the Contract requirements.

1.6 Measurement: Measure the quantity of rigid pavement completed and accepted, as determined by the Contracting Officer, in square yards. Measure the quantity of select-material sub-base and rigid pavement base course completed and accepted, as determined by the Contracting Officer, in cubic yards. Measure the quantity of joint sealant completed and accepted, as determined by the Contracting Officer, in linear feet. Measure the quantity of rigid pavement removal completed and accepted, as determined by the Contracting Officer, in square yards.

1.7 Pricing: The Contractor’s proposals for repair or construction work shall be priced on a unit price basis.

A. The estimate shall be prepared by competent cost estimating personnel who possess

12

Page 13: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

a working knowledge of all subject designs and practices, who are able to make professional determinations based on experience, and are capable of applying sound judgment on construction methodologies.

1.8 Payment: Quantities of select-material sub-base, rigid pavement base course (to include geotextile), joint sealant, and rigid pavement (to include dowel and tie bars), determined as specified in paragraph Measurement, will be paid for at the respective contract unit prices, which will constitute full compensation for the construction and completion of the select-material sub-base, rigid pavement base course (to include geotextile), joint sealant, and rigid pavement (to include dowel and tie bars).

1.9 Work Hours: Regular working hours must consist of an 8-1/2 hour period , between 7 a.m. and 3:30 p.m., Monday through Friday, excluding Government holidays.

1.10 Work Outside Regular Hours: Work outside regular working hours requires Contracting Officer approval. Make application 3 working days prior to such work to allow arrangements to be made by the Government for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Contracting Officer may approve work outside regular hours. During periods of darkness, the different parts of the work must be lighted in a manner approved by the Contracting Officer.

1.11 Contractor Access and Use of Premises:

A. Identification Badges and Installation Access: The Contractor shall coordinate installation passes and parking arrangements with the Gulfport CRTC Security Services. CRTC Security Forces (SF) requires the contractor to furnish SF a list of all employees, submit the Contractor/Sub-Contractor Access Affidavit that will be working on the contract to the COR. The CRTC Anti-Terrorism Officer (ATO) requires the contractor to show proof of completion of the Level 1 Anti-Terrorism training at the time of submitting the Contractor/Sub-Contractor Access Affidavit. The contractor will have to access the training via the internet. This required training is located at HTTPS://ATLEVEL1.DTIC.MIL/. These people in-turn will report to the SF office to have a contractor badge made. We verify that the individual is on the list, have the appropriate credentials and receive a briefing on the rules that pertain to their conduct while on the CRTC. The contractor has the responsibility in ensure that their workers have met all the requirements required by federal, state and local laws for employment. If the contractor meets the requirement of obtaining a Contractor Access Badge, then the contractor will allowed to fulfill their requirement under the contract. Any foreign nationals working on the project shall have a work visa and/or green card.

1. Contractor shall create and maintain a list of all employees who received a contractor badge for this project.

13

Page 14: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

B. Base Regulations: Ensure that Contractor personnel employed on the Base become familiar with and obey Base regulations including safety, fire, traffic and security regulations. Keep within the limits of the work and avenues of ingress and egress. To minimize traffic congestion, delivery of materials must be outside of peak traffic hours (6:30 to 8:00 a.m. and 3:30 to 5:00 p.m.) unless otherwise approved by the Contracting Officer. Wear hard hats in designated areas. Do not enter any restricted areas unless required to do so and until cleared for such entry. Mark Contractor equipment for identification.

1.12 Project Photography: Project Photography at the ANG Base will not be permitted unless specifically authorized by the ATO following explicit intent of project photograph justification and utilization. At no time will authorized photographs be permitted for use on computer websites, personal resume compilation, or publicly provided media.

1.13 No Smoking Policy: Smoking is prohibited within and outside of all buildings on installation, except in designated smoking areas. This applies to existing buildings, buildings under construction and buildings under renovation. Discarding tobacco materials other than into designated tobacco receptacles is considered littering and is subject to fines. The Contracting Officer will identify designated smoking areas.

1.14 Minimum Insurance Requirements: Procure and maintain during the entire period of performance under this contract the following minimum insurance coverage:

A. Comprehensive general liability: $500,000 per occurrence.

B. Automobile liability: $200,000 per person, $500,000 per occurrence for bodily injury, $20,000 per occurrence for property damage.

C. Workmen's compensation as required by Federal and State workers' compensation and occupational disease laws.

D. Employer's liability coverage of $100,000, except in States where workers compensation may not be written by private carriers.

E. Other insurance as required by Mississippi Law.

1.15 Partnering:

A. To most effectively accomplish this contract, the Government requires the formation of a cohesive partnership within the Project Team whose members are from the Government, the Contractor and their Subcontractors. Key personnel from the Supported Command, the End User (who will occupy the facility),the Contractor and Subcontractors, and the Designer of Record will be invited to participate in the Partnering process. The Partnership will draw on the strength of each organization in an

14

Page 15: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

effort to achieve a project that is without any safety mishaps, conforms to the Contract, and stays within budget and on schedule.

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

1.16 Electronic Mail (E-Mail) Address:

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

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

1.17 Pre Construction Conference/Meeting: A Pre-Construction Conference/Meeting will be held within seven (7) days after date of "Notice to Proceed"(NTP). NTP may be given at the Pre-Construction Conference/Meeting. The minimum Pre-Construction Conference/Meeting agenda is to include but not limited to:

A. Procedures for submittals and other information.

B. Distribution and discussion of construction schedule

C. Designation of responsible personnel

D. Procedures for maintaining record documents

E. Use of premises, including storage areas

F. Owner's requirements

G. Security procedures

H. Housekeeping procedures

1.18 Requests for Interpretations (RFIs):

15

Page 16: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

A. Procedures: Immediately on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI in the form specified directly to the Contracting Officer.

1. RFIs shall originate from the Contractor. RFIs submitted by entities other than Contractor will be returned with no response.

2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors.

B. Content of RFIs: Include a detailed, legible description of item needing interpretation and the following:

1. Contract Number, if applicable

2. Project name

3. Date

4. Name of Contractor

5. Name of Contracting Officer

6. RFI number, numbered sequentially

7. Paragraph number and title, as appropriate

8. Drawing number and detail references, as appropriate

9. Field dimensions and conditions, as appropriate

10. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract, Contractor shall state impact in the RFI.

11. Contractor's signature

12. Any Attachments to include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation.

C. RFI Format: Software-generated form with substantially the same content as indicated above, acceptable to the Contracting Officer.

16

Page 17: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

D. Contracting Officer's Action: The Contracting Officer will review each RFI; send to the Contracting Officer's Representative to determine what action is required; Contracting Officer's Representative will send it back to the Contracting Officer; and the Contracting Officer will return it. Allow two (2) working days for each process for each RFI. RFIs received after 1:00 p.m. will be considered as received the following working day.

E. RFIs will be returned without action if RFI are incomplete or with numerous errors.

F. Contracting Officer's Representative's action may include a request for additional information, in which case Contracting Officer's Representative's time for response will start again.

1.19 Use of Explosives: Explosives shall not be used or brought to the base or project site.

17

Page 18: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

SECTION 2 - Submittals

2.0 Submittal Descriptions:

2.1 Submittals:

A. Material submittal documentation shall include the manufactures pre-printed cut sheets showing all salient qualities of the items to be utilized under this contract . The contractor shall highlight the pertinent salient characteristics with a brightly colored transparent marker. All submittal documents received that do not clearly delineate and display the information which is being submitted shall be returned to the contractor. The contractor shall ensure that pertinent information showing compliance with the applicable codes, regulations, and general construction standards is shown on the documents submitted. Submittals include but limited to the following:

1. Preconstruction Submittals

2. Shop Drawings

3. Product Data

4. Samples

5. Design Data

6. Test Reports

7. Certificates

8. Manufacturer's Instructions

9. Manufacturer's Field Reports

10. Operation and Maintenance Data

11. Closeout Submittals

2.2 Forwarding Submittals Requiring Government Approval:

2.2.1 Submittals Required from the Contractor:

18

Page 19: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

A. As soon as practicable after award of contract, and before procurement or fabrication, forward to the Contracting Officer's Technical Representative (COTR) submittals required in this Statement of Work, including shop drawings, product data and samples in an Adobe Portable Document (PDF) format, when practical.

B. COTR will review and recommend for approval/disapproval to the Contracting Officer those submittals reserved for Contracting Officer approval to verify submittals comply with the contract requirements.

2.3 PREPARATION:

A. Transmittal Form: Use the AF Form 3000, Material Approval Submittal for submitting both Government approved and information only submittals in accordance with the instructions on the reverse side of the form. This form will be furnished to the Contractor. Properly complete this form by filling out all the heading blank spaces and identifying each item submitted. Exercise special care to ensure proper listing of the specification paragraph and sheet number of the contract drawings pertinent to the data submitted for each item.

B. Identifying Submittals:

1. When submittals are provided by a Subcontractor, the Prime Contractor is to prepare, review and stamp with Contractor's approval all specified submittals prior to submitting for Government approval.

2. Identify submittals, except sample installations and sample panels, with the following information permanently adhered to or noted on each separate component of each submittal and noted on transmittal form.

C. Format for Shop Drawings:

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

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

19

Page 20: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

3. Reserve a blank space, no smaller than three (3) inches on the right hand side of each sheet for the Government disposition stamp.

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

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

6. Submit Shop Drawings PDF format.

D. Format of Product Data and Manufacturer's Instructions:

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

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

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

4. Include the manufacturer's name, trade name, place of manufacture, and catalog model or number on product data. Also include applicable federal, military, industry and technical society publication references. Should manufacturer's data require supplemental information for clarification, submit as specified for Certificates.

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

20

Page 21: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

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

7. Submit manufacturer's instructions prior to installation.

8. Submit Product Data and Manufacturer's Instructions in PDF format.

E. Format of Samples:

1. Furnish samples in sizes below, unless otherwise specified or unless the manufacturer has prepackaged samples of approximately same size as specified:

a. Sample of Equipment or Device: Full size.

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

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

d. Sample of Linear Devices or Materials: 10 inch length or length to be supplied, if less than10 inches. Examples of linear devices or materials are conduit and handrails.

e. Sample of Non-Solid Materials: 1 Pint. Examples of non-solid materials are sand, fill material, and paint.

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

g. Sample Panel: 4 by 4 feet.

h. Sample Installation: 100 square feet.

2. Samples Showing Range of Variation: Where variations in color, finish, pattern, or texture are unavoidable due to nature of the materials, submit sets of

21

Page 22: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

samples of not less than three units showing extremes and middle of range. Mark each unit to describe its relation to the range of the variation.

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

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

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

6. Transmittal form shall be in a PDF format.

F. Format of Design Data and Certificates:

1. Submit Design Data and Certificates in a PDF format.

G. Format of Test Reports and Manufacturer's Field Reports:

1. Indicate by prominent notation, each report in the submittal. Indicate specification number and paragraph number to which it pertains.

2. Submit Test Reports and Manufacturer's Field Reports in a PDF format.

H Format of Operation and Maintenance Data (O&M):

1. Comply with the requirements specified in paragraph “Operation And Maintenance Data for O&M Data format” in Section 4.

I. Format of Preconstruction Submittals and Closeout Submittals:

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

2. Submit Preconstruction Submittal and Closeout Submittals in a PDF format.

2.4 Quantity of Submittals

A. Number of Copies of Shop Drawings: Submit one copy of submittals of shop drawings requiring review and approval only by QC organization and one copy of shop drawings requiring review and approval by Contracting Officer, since submittal is electronic.

22

Page 23: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

B. Number of Copies of Product Data and Manufacturer’s Instructions: Submit in compliance with quantity requirements specified for shop drawings.

C. Number of Samples:

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

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

3. Submit one sample installation, where directed.

4. Submit one sample of non-solid materials.

D. Number of Copies Design Data and Certificates: Submit in compliance with quantity requirements specified for shop drawings.

E. Number of Copies Test Reports and Manufacturer's Field Reports: Submit in compliance with quantity and quality requirements specified for shop drawings other than field test results that will be submitted when published.

F. Number of Copies of Operation and Maintenance Data: Submit three copies of O&M Data to the Contracting Officer for review and approval.

G. Number of Copies of Preconstruction Submittals and Closeout Submittals: Unless otherwise specified, submit one set of administrative submittals.

2.5 Information Only Submittals: Normally submittals for information only will not be returned. Approval of the Contracting Officer 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 contract documents; will not prevent the Contracting Officer from requiring removal and replacement of nonconforming material incorporated in the work; and does not relieve the Contractor of the requirement to furnish samples for testing by the Government laboratory or for check testing by the Government in those instances where the technical specifications so prescribe. Information Only Submittals shall be in a PDF format.

2.6 Variations: Variations from contract requirements require both Designer of Record (DOR), if applicable and Government approval pursuant to contract Clause FAR 52.236-21 and will be considered where advantageous to Government.

23

Page 24: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

A. Considering Variations:

1. Discussion with Contracting Officer prior to submission, after consulting with the COTR, will help ensure functional and quality requirements are met and minimize rejections and re-submittals. When contemplating a variation which results in lower cost, consider submission of the variation as a Value Engineering Change Proposal (VECP).

2. Specifically point out variations from contract requirements in transmittal forms. Failure to point out deviations may result in the Government requiring rejection and removal of such work at no additional cost to the Government.

B. Proposing Variations:

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

2. The Government reserves the right to rescind inadvertent approval of submittals containing unnoted deviations.

C. Warranting that Variations are Compatible: When delivering a variation for approval, Contractor, including its Designer(s) of Record, warrants that this contract has been reviewed to establish that the variation, if incorporated, will be compatible with other elements of work.

D. Review Schedule is Modified: In addition to normal submittal review period, a period of 10 working days will be allowed for consideration by the Government of submittals with variations.

2.7 Substitutions:

A. Contractor’s Option:

1. For products specified only by reference standards, select any product meeting standards, by any reputable manufacturer.

2. For products specified by naming several products or manufacturers, select any product and manufacturer named.

24

Page 25: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

a. Where more than one manufacturer's product is specified for one use, the Drawings , if any have been provided, have been prepared for the one listed first; and building adjustments may be necessary to accommodate the others. The Contractor will be responsible for any changes in the building construction required because of product selection, and shall make any such changes to the satisfaction of the Contracting Officer, at no cost to the Government.

3. For product specified by naming one or more products, but indicating the option of selecting equivalent products by stating "or approved equal / equal as approved", or "or equal" after specified product, Contractor must submit request, as required for substitution, for any product not specifically named.

4. For items followed by "or approved equal" or "equal as approved"

a. Submit request for approval to Government at least 10 days prior to bid date. Use only those approved in writing prior to bid date. If request is received after the time allowed by above, the request will be denied without further investigation.

b. Submit electronic copies in a PDF format of requests for prior approval. Include in request the following:

(1) Substitution request form (provided at the pre-bid conference).

(2) Itemized side by side comparison of proposed substitution with product specified. This should be in tabular form with key points of each product compared.

(3) Manufacturer's literature: Product description, performance and test data and required standards. Safety Data Sheets where required.

(4) Samples upon request. Submit in compliance with paragraph “Format of Sample” and Paragraph “Number of Samples”.

(5) If any of the above items are not submitted, the product WILL NOT be considered as an equal product, and therefore the Contractor shall bid the product originally specified.

5. For items followed by words "or equal" or "equal to"

25

Page 26: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

a. Unless otherwise specified in other paragraphs or section of this Statement of Work, submit substitutions to Contracting Officer for approval not more than 10 days after date of Contract.

b. Submit electronic copies in a PDF format of requests for prior approval. Include in request the following:

(1) Substitution request form (provided at the pre-bid conference).

(2) Itemized side by side comparison of proposed substitution with product specified. This should be in tabular form with key points ofeach product compared.

(3) Complete data substantiating compliance of proposed substitutions with Contract Documents.

(4) Data relating to changes in construction schedule.

(5) Accurate cost data on proposed substitution in comparison with product or method specified.

(6) For Products

(a) Manufacturer's literature: Product description, performance and test data and required standards. Material Safety Data Sheets where required.

(b) Samples: Submit in compliance with paragraph “Format of Sample” and Paragraph “Number of Samples”.

(7) For Construction Methods

(a) Detailed description of proposed method.

(b) Drawings illustrating methods. Submit in compliance with paragraph “Format of Shop Drawings” and paragraph “Number of Copies of Shop Drawings”.

c. If any of the above items are not submitted, the product WILL NOT beconsidered as an equal product, and therefore the Contractor shall submit the product originally specified.

B. In making request for substitution, bidder / contractor represents:

26

Page 27: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

1. He has personally investigated proposed product or method and determined that it is equal or superior in all respects to that specified and that no product involved contains ingredients regulated by the EPA or which are carcinogenic or toxic.2. He will provide the same guarantee for substitution as for product or method specified.

3. He will coordinate installation of accepted substitution into work, making those changes required for work to be complete in all respects.

4. He waives all claims for additional costs related to substitution which consequently become apparent.

5. Cost data is complete and includes all related costs under his contract.

C. Substitutions will not be considered if:

1. They are indicated or implied on shop drawings, or product data submittals without formal request submitted in accordance with these paragraphs.

2. Acceptance will require substantial revision of contract documents.

3. In the Government's judgment, the product or material is not equal.

D. Government is the final judge of equality of all substitutions.

2.8 Submittal Register:

A. Prepare and maintain submittal register, as the work progresses. Use electronic submittal register form, AF Form 66, furnished by the Government or any other format.

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

C. Use of Submittal Register: Submit submittal register. Submit with project schedule (if contract is over 60 days). Verify that all submittals required for project are listed and add missing submittals.

D. Contractor Use of Submittal Register: Update and resubmit as needed.

E. Copies Delivered to the Government: Deliver one copy of submittal register updated by Contractor to Government with each invoice request in a PDF format.

27

Page 28: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

2.9 Scheduling:

A. Schedule and submit concurrently submittals covering component items forming a system or items that are interrelated. Include certifications to be submitted with the pertinent drawings at the same time. No delay damages or time extensions will be allowed for time lost in late submittals. An additional 5 calendar days will be allowed and shown on the register for review and approval of submittals for [food service equipment] [and] [refrigeration and HVAC control systems].

1. Coordinate scheduling, sequencing, preparing and processing of submittals with performance of work so that work will not be delayed by submittal processing. Allow for potential resubmittal of requirements.

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

3. Re-submit register and annotate monthly by the Contractor with actual submission and approval dates. When all items on the register have been fully approved, no further re-submittal is required.

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

2.10 Government Approving Authority:

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

1. Note date on which submittal was received.

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

3. Identify returned submittals with one of the actions defined in paragraph entitled, "Review Notations," of this section and with markings appropriate for action indicated.

28

Page 29: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

B. Upon completion of review of submittals requiring Government approval, stamp and date submittals. Electronic copies of the submittal will be retained by the Contracting Officer and electronic copies of the submittal will be emailed to the Contractor.

C. Review Notations: Submittals will be returned to the Contractor with the following notations:

1. Submittals marked "approved" or "accepted" authorize the Contractor to proceed with the work covered.

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

3. Submittals marked "not approved" or "disapproved," or "revise and resubmit," indicate noncompliance with the contract requirements or design concept, or that submittal is incomplete. Resubmit with appropriate changes. No work shall proceed for this item until resubmittal is approved.

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

2.11 Disapproved or Rejected Submittals:

A. Contractor shall make corrections required by the Contracting Officer. If the Contractor considers any correction or notation on the returned submittals to constitute a change to the contract drawings or specifications; notice as required under the clause entitled, "Changes," is to be given to the Contracting Officer. Contractor is responsible for the dimensions and design of connection details and construction of work. Failure to point out deviations may result in the Government requiring rejection and removal of such work at the Contractor's expense.

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

2.12 Approved/Accepted Submittals:

29

Page 30: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

A. The Contracting Officer's approval or acceptance of submittals is not to be construed as a complete check, and indicates only that the general method of construction, materials, detailing and other information are satisfactory.

B. Approval or acceptance will not relieve the Contractor of the responsibility for any error which may exist, as the Contractor under the Contractor Quality Control (CQC) requirements of this contract is responsible for dimensions, the design of adequate connections and details, and the satisfactory construction of all work.

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

2.13 Approved Samples:

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

B. Match the approved samples for materials and equipment incorporated in the work. If requested, approved samples, including those which may be damaged in testing, will be returned to the Contractor, at his expense, upon completion of the contract. Samples not approved will also be returned to the Contractor at its expense, if so requested.

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

D. Samples of various materials or equipment delivered on the site or in place may be taken by the Contracting Officer for testing. Samples failing to meet contract requirements will automatically void previous approvals. Contractor shall replace such materials or equipment to meet contract requirements.

E. Approval of the Contractor's samples by the Contracting Officer does not relieve the Contractor of his responsibilities under the contract.

2.14 Withholding of payment: Payment for materials incorporated in the work will not be made if required approvals have not been obtained.

2.15 Underwriter Laboratory (UL) Listing: The Contractor shall submit proof that items which he proposes to furnish under this contract conforms to the standards of a nationally recognized

30

Page 31: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

testing organization. The label of the nationally recognized testing organization shall be accepted as conforming to this requirement. In lieu of the label, the Contractor may submit a written certification from any nationally recognized testing agency, adequately equipped and competent to perform such services, that the item has been tested and conforms to thestandards including methods of testing of the nationally recognized testing agency.

2.16 Contractor Certification: The Contractor shall certify that the products offered meets the performance specifications of the products identified in the schedule and conforms to the manufacturers’ own drawings, specifications, standards, and quality assurance practices. The Government reserves the right to require proof of such conformance prior to the first delivery and thereafter and may elect to use a third party for verification and quality assurance as may be otherwise provided for under the provisions of the contract.

31

Page 32: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

SECTION 3 – Construction

3.0 Base Civil Engineering (BCE) Work Clearance Request: Obtain an approved BCE Work Clearance Request, AF Form 103, prior to the start of excavation, digging work, or work that disrupts aircraft or vehicular traffic flow, base utility services, fire and intrusion alarm system, or routine activities of the Base.

1. Utility Location Verification: Physically verify underground utility locations, including utility depth, by hand digging using wood or fiberglass handled tools when any adjacent construction work is expected to come within three feet of the underground system.

3.1 Welding: Obtain a CRTC Welding/Brazing Permit from the ANG CRTC-Gulfport Fire Department prior to any welding activity.

3.2 Special Project Requirements:

A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work.

C. The parking area will not remain in operation during the entire construction period. The Contractor must conduct his operations so as to cause the least possible interference with normal operations of the base/facility.

D. Permission to interrupt any Base roads and/or utility service must be requested in writing a minimum of 5 calendar days prior to the desired date of interruption.

3.3 Exclusionary Period: None

3.4 Occupied and Existing Building[s]:

A. The Contractor shall be working around existing buildings which may be occupied. Do not enter the building(s) without prior approval of the Contracting Officer.

B. The existing buildings and their contents must be kept secure at all times. Provide temporary closures as required to maintain security as directed by the Contracting Officer.

C. Provide dust covers or protective enclosures to protect existing work that remains and Government material located in the area during the construction period.

3.5 Utility Cutovers and Interruptions: Apply for Utility Outage Requests other than electrical outage requests in writing at least 5 days in advance. Apply for electrical outages at least 10 days in advance using AF Form 269, Electrical Facilities Safe Clearance Form and fill out a CE

32

Page 33: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

Form 1259, Safe Clearance Activity Hazard Analysis. As a minimum, the request should include the location of the outage, utilities being affected, duration of outage and any necessary sketches. Once approved, and prior to beginning work on the utility system requiring shut down, attend a pre-outage coordination meeting with the Contracting Officer and the Facility Manager to 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 and an approved Energized Electrical Work Assessment is obtained.

A. Make utility cutovers and interruptions after normal working hours or on Saturdays, Sundays, and Government holidays. Conform to procedures required in the paragraph "Work Outside Regular Hours."

B. Ensure that new utility lines are complete, except for the connection, before interrupting existing service.

C. Interruption to water, sanitary sewer, storm sewer, telephone service, electric service, air conditioning, heating, fire alarm, and compressed air are considered utility cutovers pursuant to the paragraph entitled "Work Outside Regular Hours." Such interruptions are further limited to 2 hours. This time limit includes time for deactivation and reactivation.

D. Operation of Base Utilities: The Contractor must not operate nor disturb the setting of control devices in the base utilities system, including water, sewer, electrical, and steam services. The Government will operate the control devices as required for normal conduct of the work. The Contractor must notify the Contracting Officer giving reasonable advance notice when such operation is required.

3.6 Environmental Protection: Contractor shall ensure that construction activities comply with all applicable federal, state, and local laws, including but not limited to: Clean Air Act (CAA), Clean Water Act (CWA), Coastal Zone Management Act (CZMA), Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA), Emergency Planning and Community Right to Know Act (EPCRA), Endangered Species Act (ESA), Fish and Wildlife Coordination Act (FWCA), Marine Protection, Research, and Sanctuaries Act (MPRSA), National Environmental Policy Act (NEPA), National Historic Preservation Act (NHPA), National Pollutant Discharge Elimination System (NPDES), Oil Pollution Act (OPA), Research and Sanctuaries Act, Native American Graves Protection and Repatriation Act (NAGPRA), Resource Conservation and Recovery Act (RCRA), Rivers and Harbors Act of 1899 (R&H), Safe Drinking Water Act (SDWA), Toxic Substance Control Act (TSCA), Wild & Scenic Rivers Act (WSRA), Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA), and Subsequent Executive Orders. The Contractor is responsible for all regulatory notification requirements in accordance with Federal, State and local regulations. During Construction, the Contractor will be responsible for identifying, implementing, and submitting for approval any and all environmental requirements.

A. Regulatory Notifications: The Contractor is responsible for all regulatory notification

33

Page 34: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

requirements in accordance with Federal, State and local regulations. Submit copies of all regulatory notifications to the Contracting Officer prior to commencement of work activities. Typically, regulatory notifications must be provided for the following (this listing is not all inclusive): demolition, renovation, NPDES defined site work, remediation of controlled substances (asbestos, hazardous waste, lead paint).

B. Environmental Protection Plan: Prior to commencing construction activities or delivery of materials to the site, submit an Environmental Protection Plan for review and approval by the Contracting Officer. The purpose of the Environmental Protection Plan is to present a comprehensive overview of known or potential environmental issues which the Contractor must address during construction. Issues of concern must be defined within the Environmental Protection Plan as outlined in this section. Address each topic at a level of detail commensurate with the environmental issue and required construction task(s). Topics or issues which are not identified in this section, but are considered necessary, must be identified and discussed after those items formally identified in this section. Prior to submittal of the Environmental Protection Plan, meet with the Contracting Officer for the purpose of discussing the implementation of the initial Environmental Protection Plan; possible subsequent additions and revisions to the plan including any reporting requirements; and methods for administration of the Contractor's Environmental Plans. The Environmental Protection Plan must be current and maintained onsite by the Contractor.

C. Report spills or hazardous substance releases on CRTC-Gulfport Facility Environmental Incident Report and submit to Contracting Officer within 3 hours of spill containment.

3.7 Contractor Hazardous Material Identification Form: Submit the "Contractor Hazardous Material Identification Form Part I"(provided at the pre-construction conference), which provides information required by (EPCRA Sections 312 and 313) along with corresponding Material Safety Data Sheets (MSDS), to the Contracting Officer prior to bringing any hazardous materials on base. Keep copies of the MSDS for hazardous materials on site at all times. At the end of the project, provide the Contracting Officer with copies of all of these MSDS, and the maximum quantity of each material that was present at the site at any one time, the dates the material was present, the amount of each material that was used during the project, and how the material was used.

3.8 Safety: Safety: The Contractor shall comply with all base fire, safety, environmental, and confined spaced regulations while completing their work. In accordance with FAR 52.236-13, Accident Prevention, MATOC Contractors are required to comply with EM 385-1-1, U.S. Army Corps of Engineers Safety and Health Requirements Manual. Complete text of this manual can be viewed or downloaded at http:///www.usace.army.mil/inet/usace-docs/eng-manuals/em385-1-41/toc.htm.

A. Accident Notification: Notify the Contracting Officer as soon as practical, but no more

34

Page 35: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

than four hours after any accident meeting the definition of Recordable Injuries or Illnesses or High Visibility Accidents, property damage equal to or greater than $2,000, or any weight handling equipment accident. Within notification include contractor name; contract title; type of contract; name of base or location where accident occurred; date and time of accident; names of personnel injured; extent of property damage, if any; extent of injury, if known, and brief description of accident (to include type of construction equipment used, PPE used, etc.). Preserve the conditions and evidence on the accident site until the Government investigation team arrives on-site and Governmentinvestigation is conducted.

B. Accident Reports: Conduct an accident investigation for recordable injuries and illnesses, for Medical Treatment defined in paragraph DEFINITIONS, property damage accidents resulting in at least $20,000 in damages, and near misses as defined in EM 385-1-1, to establish the root cause(s) of the accident. Complete the applicable The Contracting Officer will provide copies of any required or special forms.

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

1. Submit the APP in accordance with Section 2, Submittals, to the Contracting Officer 5 calendar days prior to the date of the preconstruction conference for acceptance. Work cannot proceed without an accepted APP.

2. 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.

35

Page 36: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

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

4. Copies of the accepted plan will be maintained at the Contracting Officer's Technical Representative office and at the job site. Continuously review and ammend the APP, as necessary, throughout the life of the contract. Incorporate unusual or high-hazard activities not identified in the original APP as they are discovered.

3.9 Pesticide Treatment and Soil Treatment for Subterranean Termites: Not Applicable

3.10 Construction and Demolition Waste Management:

A. The contractor shall direct at least 40 percent of their non-hazardous solid wastes (including waste from construction and demolition operations) from the waste stream.

1. Collection: Separate, store, protect, and handle at the site identified recyclable and salvageable waste products in a manner that maximizes recyclability and salvagability of materials. Provide the necessary containers, bins and storage areas to facilitate effective waste management and clearly and appropriately identify them. Provide materials for barriers and enclosures around recyclable material storage areas which are nonhazardous and recyclable or reusable. Locate out of the way of construction traffic. Provide adequate space for pick-upand delivery and convenience to subcontractors. Recycling and waste bin areas are to be kept neat and clean, and recyclable materials shall be handled to prevent contamination of materials from incompatible products and materials. Clean contaminated materials prior to placing in collection containers. Use cleaning materials that are nonhazardous and biodegradable.

2. Disposal: Control accumulation of waste materials and trash. Recycle or dispose of collected materials off-site at intervals approved by the Contracting Officer and in compliance with waste management procedures. Disposal shall be in accordance with the following:

a. Reuse: First consideration shall be given to salvage for reuse since little or no re-processing is necessary for this method, and less pollution is

36

Page 37: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

created when items are reused in their original form. Coordinate reuse with the Contracting Officer. Sale or donation of waste suitable for reuse shall be considered.

b. Recycle: Waste materials not suitable for reuse, but having value as being recyclable, shall be made available for recycling. All fluorescent lamps, HID lamps, and mercury-containing thermostats removed from the site shall be recycled. Arrange for timely pickups from the site or deliveries to recycling facilities in order to prevent contamination of recyclable materials.

c. Waste: Materials with no practical use or economic benefit shall be disposed at a landfill or incinerator.

d. Return: Set aside and protect mis-delivered and substandard products and materials and return to supplier for credit.

3. Revenues or other savings obtained for salvage, or recycling accrue to the Contractor.

4. Non-Hazardous Solid Waste Diversion Report: Maintain an inventory of non-hazardous solid waste diversion and disposal of construction and demolition debris. Submit a report to the Base Environmental Office through the Contracting Officer on the first working day after each month, starting the first month that non-hazardous solid waste has been generated.

B. Solid Waste Management Plan and Permit: Provide to the contracting officer written notification of the quantity of solid waste/debris that is anticipated to be generated by construction. Include in the report the locations where various types of waste will be disposed or recycled. Include letters of acceptance or as applicable, submit one copy of a State and local Solid Waste Management Permit or license showing such agency's approval of the disposal plan before transporting wastes off Government property.

1. Solid Waste Management Report: Monthly, submit a solid waste disposal report to the Contracting Officer. For each waste, the report will state the amount, location, and name of the business receiving the solid waste.

a. Include copies of the waste handling facilities' weight tickets, receipts, bills of sale, and other sales documentation. In lieu of sales documentation, the Contractor may submit a statement indicating the disposal location for the solid waste which is signed by an officer of the Contractor firm authorized to legally obligate or bind the firm. The sales documentation or Contractor certification will include the receiver's tax identification number and business, EPA or State registration number,

37

Page 38: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

along with the receiver's delivery and business addresses and telephone numbers. For each solid waste retained by the Contractor for his own use, the Contractor will submit on the solid waste disposal report the information previously described in this paragraph. Prices paid or received will not be reported to the Contracting Officer unless required by other provisions or specifications of this Contract or public law.

b. Off-base disposal of construction debris outside the parameters of this paragraph at site without State permits and/or not in accordance with regulatory requirements will require the Contractor at his own expense to remove, transport and relocate the debris to a State approved site. The Contractor will also be required to pay any fines, penalties, or fees related to the illegal disposal of construction debris.

3.11 Recycled, Recovered, and Bio-based Material: The contractor shall acquire, in a cost effective manner, items containing the highest percentage of recycled, recovered and bio-based 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 contractor shall make all reasonable efforts to use recycled, recovered and bio-based materials in providing the EPA and USDA designated products and in otherwise utilizing recycled, recovered and bio-based materials in the execution of the work.

3.12 Supervision: Have at least one qualified supervisor capable of reading, writing, and conversing fluently in the English language on the job site during working hours. In addition, if a Quality Control (QC) representative is required on the contract, then that individual shall also have fluent English communication skills.

A. Superintendent's Resume: Prior to Pre-Construction Meeting, the General Contractor will submit the Superintendent's Resume, in accordance with Section 2, SUBMITTALS.The Superintendent is required to attend the meeting. Upon approval from the Contracting Officer, the Superintendent will remain until the project is completed. He cannot be removed during construction without written consent of the Contracting Officer.

3.13 Pre-Construction Conference: After award of the contract but prior to commencement of any work at the site, meet with the Contracting Officer to discuss and develop a mutual understanding relative to the administration of the value engineering and safety program, preparation of the schedule of prices or earned value report, shop drawings, and other submittals, scheduling programming, prosecution of the work, and clear expectations of the "Interim DD Form 1354" Submittal. Major subcontractors who will engage in the work shall also attend.

3.14 Contractor Quality Control:

38

Page 39: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

A. Quality Control Plan: Prior to commencing construction activities or delivery of materials to the site, submit the Contractor Quality Control (CQC) Plan, in accordance with Section 2, Submittals, proposed to implement the requirements of the Contract Clause titled "Inspection of Construction." The Government will consider an interim plan for the first 10 days of operation. 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 accepted interim plan will not be permitted to begin until acceptance of a CQC Plan or another interim plan containing the additional work.

B. Establish and maintain an effective quality control (QC) system in compliance with the Contract Clause titled "Inspection of Construction." QC consists of plans, procedures, and organization necessary to produce an end product which complies with the contract requirements. Cover all construction sequence. The project superintendent will be held responsible for the quality of work and is subject to removal by the Contracting Officer for non-compliance with the quality requirements specified in the contract. In this context the highest level manager responsible for the overall construction activities at the site, including quality and production is the project superintendent. The project superintendent must maintain a physical presence at the site at all times and is responsible for all construction and related activities at the site, except as otherwise acceptable to the Contracting Officer.

C. 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.

D. Submittals and Deliverables: Submittals must comply with the requirements in Section 2, SUBMITTALS. The CQC organization is responsible for certifying that all submittals and deliverables are in compliance with the contract requirements.

E. Tests:

1. Testing Procedures: Perform specified or required tests to verify that control measures are adequate to provide a product which conforms to contract requirements. Upon request, furnish to the Government duplicate samples of test specimens for possible testing by the Government. Testing includes operation and/or acceptance tests when specified. 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.

39

Page 40: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

c. Check test instrument calibration data against certified standards.

d. Verify that recording forms and test identification control number system, including all of the test documentation requirements, have been prepared.

e. Record results of all tests taken, both passing and failing on the CQC report for the date taken. Specification paragraph reference, location where tests were taken, and the sequential control number identifying the test. If approved by the Contracting Officer, actual test reports may be submitted later with a reference to the test number and date taken. Provide an information copy of tests performed by an offsite or commercial test facility directly to the Contracting Officer. Failure to submit timely test reports as stated may result in nonpayment for related work performed and disapproval of the test facility for this contract.

2. Independent Testing Laboratory:

a. Employ and pay for the services of an independent laboratory to perform specified services as required by these specifications and Chapter 17 Special Inspections 2006 Edition of the IBC.

b. Shall submit for approval by Contracting Officer, prior to start of Work, Independent Testing Laboratory name, address, telephone number and names of full time registered Engineer and responsible officer. Submittal must comply with the requirements in Section 2, SUBMITTALS

c. Capability Check: The Government reserves the right to check laboratory equipment in the proposed laboratory for compliance with the standards set forth in the contract specifications and to check the laboratory technician's testing procedures and techniques. Laboratories utilized for testing soils, concrete, asphalt, and steel must meet criteria detailed in ASTM D3740 and ASTM E329.

3.15 Project Schedule (if project is over 60 days in duration) :

A. AF Form 3064: The contractor shall, within 10 days of receiving notice to proceed, prepare and submit for approval a Contract Progress Schedule (AF Form 3064), as specified herein, pursuant to FAR 52.236-15. Show in the schedule the sequence in which the Contractor proposes to perform the work and dates on which the Contractor contemplates starting and completing all schedule activities. The scheduling of the entire project is required.

40

Page 41: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

1. Contract Progress Schedule Detailed Requirements: Develop the Contract Progress Schedule to an appropriate level of detail. Failure to develop the Project Schedule to an appropriate level of detail, as determined by the Contracting Officer, will result in its disapproval.

a. Work elements shall be limited to those tasks which will indicate the progress of the work and which may be readily identified and measured by personnel monitoring the contractor's progress. The percentage factors of each work element shall be related to the total value of the contract.

2. Changes To The Approved Progress Schedule: In response to each Request For Proposal issued by the Government, the Contractor shall submit a schedule impact analysis demonstrating whether or not the change contemplated by the Government impacts the critical path. Where such impact occurs the contractor shall include a request for time extension and upon approval, submit revised progress schedule reflecting the new time line.

a. Requests for Time Extensions: In the event the Contractor believes it is entitled to an extension of the contract performance period, completion date, or any interim milestone date, furnish the following for a determination by the Contracting Officer: justification, project schedule data, and supporting evidence as the Contracting Officer may deem necessary. Submission of proof of excusable delay, based on revised activity logic, duration, and costs (updated to the specific date that the delay occurred) is a condition precedent to any approvals by theGovernment.

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

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

41

Page 42: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

(1) A list of affected activities, with their associated projectschedule activity number.

(2) A brief explanation of the causes of the change.

(3) An analysis of the overall impact of the changes proposed.

(4) A sub-network of the affected area.

B. Directed Changes: If the NTP is issued for changes prior to settlement of price and/or time, submit proposed schedule revisions to the Contracting Officer within 1 week of the NTP being issued. The Contracting Officer will approve proposed revisions to the schedule prior to inclusion of those changes within the project schedule. If the Contractor fails to submit the proposed revisions, the Contracting Officer may furnish the Contractor with suggested revisions to the project schedule. The Contractor shall include these revisions in the project schedule until revisions are submitted and final changes andimpacts have been negotiated. If the Contractor has any objections to the revisions furnished by the Contracting Officer, advise the Contracting Officer within 1 week 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 1week 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.

C. Approved Project Schedule:

1. The Government will use the approved Contract Progress Schedule to measure the progress of the work and to aid in evaluating time extensions. Theschedule will provide the basis for all progress payments. If the Contractor fails to submit a progress schedule within the time prescribed, the Contracting Officer may withhold approval of progress payments until submitted and approved.

2. Group activities by type of funding when multiple funding sources are used in the contract bid requirements. Such funding may types include but are not limited to: Repair, Minor Construction and Equipment. Failure of the Contractor to provide all required information will result in the disapproval of the proposed schedules. In the event schedule revisions are directed by the Contracting Officer and those revisions have not been included in subsequent revisions or updates, the Contracting Officer may hold retainage up to the maximum allowed by contract, each payment period, until such revisions to the Project Schedule have been made.

42

Page 43: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

3. The Contractor shall use the approved AF Form 3064 as the basis for determining contract earnings during each billing period for each progress payment.

4. Activity cost loading shall be reasonable, as determined by the Contracting Officer. The aggregate value of all activities coded to a contract CLIN shall equal the value of the CLIN in the bid documents.

D. Schedule Status Reports: Contractor shall provide Contract Progress Reports using AF Form 3065 on a monthly basis. If, in the opinion of the Contracting Officer, theContractor falls behind the approved schedule, the Contractor shall take steps necessary to improve its progress including those that may be required by the Contracting Officer, without additional cost to the Government. In this circumstance, the Contracting Officer may require the Contractor to increase the number of shifts, overtime operations, days of work, and/or the amount of construction plant, and to submit for approval any supplementary schedule or schedules as the Contracting Officer deems necessary to demonstrate how the approved rate of progress will be regained.

1. The contractor shall, thereafter submit AF Form 3065, Contract Progress Reports monthly (no later than the 5th day) to indicate the percentage of work completed for each element of work specified on your approved schedule. Negative reports are required. Since the contract inspector also submits a report, the contractor should coordinate his percent of progress with the inspector prior to submission to the contracting officer.

2. Appropriate action shall be taken to resolve any significant variances of five percent or more in the percent of progress reported by the contractor and the civil engineer.

E. Failure to submit the schedule and reports within the time required or failure to maintain progress in accordance with your progress schedule shall result in withholding of payment and/or other action as deemed appropriate by the contracting officer.

3.16 Applications For Payment:

A. Payment Application Times: The contractor shall submit application for payment on a monthly basis (no later than the 5th day).

B. Application for Payment Forms: The contractor shall use AIA Document G702 for Applications for Payment. The contractor shall prepare the form and route it through civil engineering. The civil engineers or their designees shall review the report and make necessary comments and forward it to the base contracting office for action.

43

Page 44: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

C. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Incomplete applications will be returned without action.

1. Entries shall match data on the schedule of values and Contractor's construction schedule. Use updated schedules if revisions were made.

2. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application.

C. Wide Area Work Flow (WAWF): In order receive payment, the contractor shall use WAWF. To gain access to the WAWF, contractors shall acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at https://wawf.eb.mil/. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the System for Award Management(www.sam.gov) database and identify an Electronic Business Point of Contact. Any questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988.

3.17 Contract Modification:

A. Proposal Requests:

1. Minor Changes In The Work: Contracting Officer will authorize Minor Changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on a standardized form.

2. Government-Initiated Proposal Requests: Contracting Officer will issue adetailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Statement of Work.

a. Proposal Requests issued by Contracting Officer are for information only. Do not consider them instructions either to stop work in progress or to execute the proposed change.

b. Within time specified in Proposal Request after receipt of Proposal Request, submit a quotation estimating cost adjustments in accordance with Paragraph 1.5, Pricing, to the Contract Sum and the Contract Time necessary to execute the change.

44

Page 45: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

(1) Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities.

(2) Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.

(3) Include costs of labor and supervision directly attributable to the change.

(4) Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time.

3. Contractor-Initiated Proposals: If latent or unforeseen conditions require modifications to the Contract, Contractor may propose changes by submitting a request for a change to Contracting Officer.

a. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time.

b. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities.

c. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.

d. Include costs of labor and supervision directly attributable to the change.

e. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time.

f. Comply with requirements in Division 1 Section "Product Requirements" if the pro-posed change requires substitution of one product or system for product or system specified.

45

Page 46: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

g. Proposal Request Form: Use AIA Document G709 form for Proposal Requests.

B. Allowances:

1. Allowance Adjustment: To adjust allowance amounts, base each Change Order proposal on the difference between purchase amount and the allowance, multiplied by final measurement of work-in-place. If applicable, include reasonable allowances for cutting losses, tolerances, mixing wastes, normal product imperfections, and similar margins.

a. Include installation costs in purchase amount only where indicated as part of the allowance.

b. If requested, prepare explanation and documentation to substantiate distribution of overhead costs and other margins claimed.

c. Submit substantiation of a change in scope of work, if any, claimed in Change Orders related to unit-cost allowances.

d. Owner reserves the right to establish the quantity of work-in-place by independent quantity survey, measure, or count.

2. Submit claims for increased costs because of a change in scope or nature of the allowance described in the Contract Documents, whether for the Purchase Order amount or Contractor's handling, labor, installation, overhead, and profit. Submit claims within 5 days of receipt of the Change Order or Construction Change Directive authorizing work to proceed. Owner will reject claims submitted later than 6 days after such authorization.

C. Change Order Procedures: On Government's approval of a Proposal Request, Contracting Officer will issue a Change Order for signatures of Owner and Contractor on Standard Form (SF) 30.

D. Construction Change Directive:

1. Construction Change Directive: Contracting Officer shall issue an Amendment of Solicitation/Modification of Contract on SF 30. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order.

a. SF 30 contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time.

46

Page 47: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

2. Documentation: Maintain detailed records on a time and material basis of work required by the SF 30.

a. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract.

3.18 Contractor Documentation:

A. 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:

1. Contractor/subcontractor and their area of responsibility.

2. Operating plant/equipment with hours worked, idle, or down for repair.

3. 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.

4. Test and/or control activities performed with results and references to specifications/drawings requirements. The control phase should be identified (Preparatory, Initial, Follow-up). List deficiencies noted along with corrective action.

5. Quantity of materials received at the site with statement as to acceptability, storage, and reference to specifications/drawings requirements.

6. Submittals reviewed, with contract reference, by whom, and action taken.

7. Off-site surveillance activities, including actions taken.

8. Job safety evaluations stating what was checked, results, and instructions or corrective actions.

9. Instructions given/received and conflicts in plans and/or specifications.

10. Contractor's verification statement.

B. 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

47

Page 48: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

shall include a statement that equipment and materials incorporated in the work and workmanship comply with the contract. A copy of these records or reports shall be furnished to the Government on a weekly basis. 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 Contractor. The report from the Contractor shall include copies of test reports and copies of reports prepared by all subordinate quality control personnel.

3.19 Inspection Procedures: The Contracting Officer and/or the Contracting Officer’s Representative shall be given the opportunity to inspect areas deemed crucial.

A. Contractor’s Responsibility: Contractor shall give the Contracting Officer a minimum twenty-four (24) hour notice in writing or by another acceptable means of the impending inspection.

B. Government’s Responsibility: The Government shall be given forty-eight (48) hours to inspect the work after notification has been given and acknowledged. The contractor may proceed with work on the forty-ninth (49) hour if the Government does not respond or inspect the work.

3.20 Non-Compliance Work: The Contracting Officer will notify the Contractor in writing 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. Non-compliant work is to be corrected and re-inspected prior to any other work commencing. 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.

3.21 Storage and Parking: Contractor storage and parking are at the job site, in an area designated by the Contracting Officer.

3.22 Construction Facilities and Temporary Controls:

A. Hurricane Condition of Readiness: Unless directed otherwise, comply with:

1. Condition FOUR (Sustained winds of 50 knots or greater expected within 72 hours): Normal daily jobsite cleanup and good housekeeping practices. Collect and store in piles or containers scrap lumber, waste material, and rubbish for removal and disposal at the close of each work day. Maintain the construction site including storage areas, free of accumulation of debris. Stack form lumber in neat piles less than 4 feet high. Remove all debris, trash, or objects that could become

48

Page 49: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

missile hazards. Contact Contracting Officer for Condition of Readiness (COR) updates and completion of required actions.

2. Condition THREE (Sustained winds of 50 knots or greater expected within 48 hours): Maintain "Condition FOUR" requirements and commence securing operations necessary for "Condition ONE" which cannot be completed within 18 hours. Cease all routine activities which might interfere with securing operations. Commence securing and stow all gear and portable equipment. Make preparations for securing buildings. Review requirements pertaining to "Condition TWO" and continue action as necessary to attain "Condition THREE" readiness. Contact Contracting Officer for weather and COR updates and completion of required actions.

3. Condition TWO (Sustained winds of 50 knots or greater expected within 24 hours): Curtail or cease routine activities until securing operation is complete. Reinforce or remove form work and scaffolding. Secure machinery, tools, equipment, materials, or remove from the jobsite. Expend every effort to clear all missile hazards and loose equipment from general base areas. Contact Contracting Officer for weather and Condition of Readiness (COR) updates and completion of required actions.

4. Condition ONE. (Sustained winds of 50 knots or greater expected within 12 hours): Secure the jobsite, and leave Government premises.

B. Barricades: Erect and maintain temporary barricades to limit public access to hazardous areas. Whenever safe public access to paved areas such as roads, parking areas or sidewalks is prevented by construction activities or as otherwise necessary to ensure the safety of both pedestrian and vehicular traffic barricades will be required. Securely place barricades clearly visible with adequate illumination to provide sufficient visual warning of the hazard during both day and night.

C. Temporary Wiring: Provide temporary wiring in accordance with NFPA 241 and NFPA 70. Include frequent inspection of all equipment and apparatus.

D. Utilities:

1. Electricity: Provide meters, transformers, and connections, sized to provide service required for power and lighting. Locate feeder and branch wiring with area distribution boxes so that power is available throughout the project site by use of power cords. Provide lighting as required for safe and secure operations. Make disconnection. Electricity used will be furnished by the Government.

2. Water: Make connections to include providing backflow-preventing devices on connections to domestic water lines to existing facilities and/or existing domestic

49

Page 50: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

water main to provide water for construction purposes. Water used will be furnished by the Government. Under no circumstances will taps to base fire hydrants be allowed for obtaining domestic water.

4. Drinking Water: The Contractor shall provide drinking water facilities for all workmen on the job, including icing when required, paper cups, etc., all maintained in a sanitary condition.

3. Sanitation: Sanitation facilities shall be provided by the contractor. Portable sanitation units for this project shall be supplied by the contractor. This includes maintenance, transportation to and from job site, secure placement of unit as not to obstruct normal public activity, and unit clean-out as needed. The type units provided and the placement location(s) shall be approved by the Contracting Officer. Government toilet facilities will not be available to Contractor's personnel.

C. Hoisting Facilities: The Contractor shall be responsible for providing suitable capacity and hoisting facilities for all people and materials. The contractor shall notify the government at the time of the Pre-Bid Site Visit of the intent of using high profile lifting equipment (i.e. Crane) so that a FAA Form 7460 may be submitted.

1. Provide a minimum of 2 aviation red or high intensity white obstruction lights on temporary structures (including cranes) over 100 feet above ground level. Light construction and installation must comply with FAA AC 70/7460-1. Lights must be operational during periods of reduced visibility, darkness, and as directed by the Contracting Officer.

2. Provide a flag on a staff attached to and flying above the vehicle, or temporary structures (including cranes) less 100 feet above ground level. Flag size must be not less than 1 meter 3 feet square and consist of a checkered pattern of international orange and white squares not less than 1 foot on each side. Flags varying in any dimension by not more than 10 percent of the specified dimensions are considered to comply with the stated requirements.

E. Fire Protection: Provide temporary fire protection equipment for the protection of personnel and property during construction. Remove debris and flammable materials as necessary to minimize potential hazards.

F. Delivery: Due to additional security requirements, the contractor shall no longer have escort privileges for material deliveries. The Contractor shall provide a minimum of 24 hours’ notice, in writing, to the Government inspector of all materials, to include concrete deliveries that will be delivered to the project site. All deliveries shall be done during normal working hours or during a time acceptable to the Government. This includes name and address of the project site and name and phone number of prime contractor.

G. Storage: The Contractor shall be responsible for the storage of all material and50

Page 51: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

equipment. All items shall be properly stored to maintain their original condition until actually installed. The Contractor shall coordinate the allocation of storage areas to the various Subcontractors.

H. Temporary Heat: The Contractor shall provide heat, fuel, and services as necessary to protect all work from dampness and cold until final acceptance. If, in the stages of the construction, mechanical and electrical installations will permit, the mechanical and electrical facilities may be used to provide heat and ventilation. However, the Owner is saved harmless of responsibility as to acceptance of mechanical and/or electrical installations.

I. Pumping and Draining:

1. Keep working and storage areas and developed areas of the site free from water that could cause damage or that would interfere with work.

2. Pump or drain water to an approved catch basin or other acceptable area.

J. Jobsite Maintenance and Storage Areas:

1. The contractor shall maintain the jobsite and staging areas in conformance with CRTC standards.

a. Laydown/staging areas shall be kept neat and free of debris at all times.

b. All temporary storage trailers and storage containers, office trailers, etc. shall present a neat and clean appearance and shall be in a state of good repair and shall be located within the fenced area described in paragraph above.

d. Execution of work may require excavation or other type of work both at and away from primary work area. These areas shall be secured and work times shall be kept to a minimum. Open excavations shall be directly in progress or shall be covered directly after work complete. Open excavations requiring extended period of inactivity shall be temporarily backfilled. In no case shall an excavation be open for more than 72 hours. Barricades, fences and other warning devices shall be maintained neatly at all times.

K. Traffic Provision:

1. Conduct operations in a manner that will not close any thoroughfare or interfere in any way with traffic without written permission of the Contracting

51

Page 52: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

Officer at least 15 calendar days prior to proposed closure.

2. Conduct work so as to minimize obstruction of traffic, and maintain traffic on at least half of the roadway width at all times. Obtain approval from the Contracting Officer prior to starting any activity that will obstruct traffic.

3. Provide, erect, and maintain, at contractors expense, lights, barriers, signals, passageways, detours, and other items, that may be required by the Life Safety Signage, overhead protection authority having jurisdiction.

4. Do not interfere with the peak traffic flows preceding and during normal operations for the Base without notification to and approval by the Contracting Officer.

L. Dust Control: Dust control methods and procedures must be approved by the Contracting Officer. Treat dust abatement on access roads with applications of calcium chloride, water sprinklers, or similar methods or treatment.

M. High-Visibility Apparel

1. The Contractor shall require all personnel under their control (including service providers, Subcontractors, and lower tier subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high-visibility apparel described in this Section.

2. The Contractor shall ensure that a competent person as identified in the Safety Plan selects the appropriate high-visibility apparel suitable for the jobsite conditions.

3. High-visibility garments shall always be the outermost garments.

4. High-visibility garments shall be in a condition compliant with the ANSI 107-2004 and shall be used in accordance with manufacturer recommendations.

52

Page 53: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

SECTION 4 – Project Close-Out

4.0 Project Close-Out: At the conclusion of the project, the contractor shall provide a written report that includes a description of all work completed and that demonstrates the high quality of the work performed. The terms and time frames of all warranties shall be stated in the report. The report shall confirm that all required as-built drawings, supporting engineering documentation, service manuals, and operations and maintenance training have been provided to the using agency.

4.1 Description: The work required under this contract consists of the pre-requisites to and procedures for substantial completion and final inspections, and submitting of all closeout documents and related items to complete the work.

4.2 Tests: Identify all tests results and requirements.

4.3 Inspections:

A. Preparatory Procedure (Punch-Out Inspection): Near the completion of all work or any increment thereof established by a completion time stated in the Special Clause entitled "Commencement, Prosecution, and Completion of Work," or stated elsewhere in the statement of work, Contractor shall conduct an inspection of the work and develop a punch list of items which do not conform to the approved drawings and statement of work. Contractor 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.

B. Prior to Pre-Final Inspections: The Contractor shall ensure the all written test reports covered under this Statement of Work (i.e. mechanical and electrical testing and balancing reports, compaction reports, pressure tests, and etc.), and the list of all employees who received contractor badges are given to the Contracting Officer or designated representative.

C. Substantial Completion Inspection (Pre-Final Inspection): The Government will perform this 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 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 thereof if the project is divided into increments by separate completion dates.

D. Final Acceptance Inspection: The Contractor's superintendent or other primary

53

Page 54: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

management person, and the Contracting Officer's Representative shall be in attendance at this inspection. Additional Government personnel including, but not limited to, those from Base Civil Engineer, facility using agency 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 5 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". Thecontractor shall return all the contractor badges to the Contracting Officer or its representative. The Contracting Officer or representative will verify that all badges are returned from the list provided at the pre-final inspection. If all badges are not returned at the time of the final inspection, the final payment will be withheld until either all badgesare returned or a sworn affidavit to the disposition of the badge is provided.

4.4 Close-Out Documents: The close-out documents described below are those required and may be further described in other paragraphs of this Statement of Work:

A. Final Application for Payment.

B. Consent of Surety Company to Final Payment.

C. Release of Liens and certification that all bills have been paid: A sworn statement andaffidavit from the Contractor to the Owner stating that all bills for this job have been paid and that the Owner is released from any and all claims and/or damages.

D. Guarantee of Work: Sworn statement that all work is guaranteed against defects in materials and workmanship for one year from date of Substantial Completion, except where specified for longer periods.

1. Word the guaranty as follows: "We hereby guarantee all work performed under the Contract for the above captioned project to be free from defective materials and workmanship for a period of one (1) year from Substantial Completion date or such longer period of time as may be called for in the Contract Documents for such portions of the work." All guarantees and warranties shall be obtained in the Owner's name.

2. Within the guaranty period, if repairs or changes are needed in connection with guaranteed work which, in the opinion of the Owner, is rendered necessary as a result of the use of materials, equipment, or workmanship which are inferior, defective or not in accordance with the terms of the Contract, the Contractor shall

54

Page 55: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

promptly, upon receipt of notice from and without expense to the Owner, place in satisfactory condition in every particular, all such guaranteed work, correct all defects to the building, site, equipment, or contents thereof and make good all damages to the building, site, equipment, or contents therein, which in the opinion of the Owner, is the result of the use of materials, equipment or workmanship which are inferior, defective or not in accordance with the terms of the Contract; and make good any work or materials or the equipment or contents of said buildings or site disturbed in fulfilling any such guaranty.

3. If, after notice, the Contractor fails to proceed promptly to comply with the terms of the guaranty, the Owner may have the defects corrected and the Contractor and his sureties shall be liable for all expense incurred.

4. All special guarantees applicable to definite parts of the work stipulated in the Statement of Work or other papers forming part of the Contract shall be subject to the terms of this paragraph during the first year of the life of such special guaranty.

E. Project Record Documents: Furnish Record Documents, and provide manuals and instructions as hereinafter specified.

F. Additional documents specified within the Statement of Work:

1. General: Provide all additional certificates, warranties, guarantees, bonds, test results, documents, manifests, or etc. as called for in the individual paragraphs of the Statement of Work. The Contractor is responsible for examining the Statement of Work for these requirements.

G. Certification of EPA Designated Items: Submit the Certification of EPA Designated Items as required by FAR 52.223-9, "Certification and Estimate of Percentage of Recovered Material Content for EPA Designated Items". Include on the certification form the following information: project name, project number, Contractor name, license number, Contractor address, and certification. The certification will read as follows and be signed and dated by the Contractor. "I hereby certify the information provided herein is accurate and that the requisition/procurement of all materials listed on this form comply with current EPA standards for recycled/recovered materials content. The following exemptions may apply to the non-procurement of recycled/recovered content materials: 1) The product does not meet appropriate performance standards; 2) The product is not available within a reasonable time frame; 3) The product is not available competitively (from two or more sources); 4) The product is only available at an unreasonable price (compared with a comparable non-recycled content product)." Record each product used in the project that has a requirement or option of containing recycled or bio-based content in accordance with Section 3, paragraph “Recycled, Recovered, and Bio-based Materials, noting total price, total value of post-industrial recycled content, total value of post-consumer recycled content, and/or total value of bio-based content, exemptions (1, 2, 3, or 4, as indicated),

55

Page 56: REPLACE PARKING PAVEMENT, BLDG. 99 JTVE 14-2314 5 …

and comments. Recycled and bio-based content values may be determined by weight or volume percent, but must be consistent throughout.

H. Final Overall Non-Hazardous Solid Waste and Diversion Report: Submit the Final Overall Non-hazardous Solid Waste Diversion Report. Include in the report the total amount of waste generated and total amount of waste diverted in tons along with the percent that was diverted.

I. Final Overall Fuel/Oil Delivery Report: Submit the Final Overall Fuel/Oil Delivery Report. Include in the report the total amount of fuel/oil delivered and amount stored in storage containers, if applicable.

J. Contractor HM Identification Form Part II: Submit the Contractor HM Identification Form Part II 10 days prior to final acceptance.

K. Environmental Permit Termination Documents: Submit the Environmental Permit Termination Documents 10 days prior to final acceptance or once landscaping has been established.

4.5 Warranty Management: Not Applicable

4.6 Commissioning: Not Applicable

4.7 Operation and Maintenance Manuals: Not Applicable

4.8 Record Documents: Not Applicable

4.9 Final Cleaning: Sweep paved areas and rake clean landscaped areas. Remove waste and surplus materials, rubbish and construction facilities from the site. Recycle, salvage, and return construction and demolition waste from project in accordance with Section 3, paragraph “Construction and Demolition Waste Management”. Promptly and legally transport and dispose of any trash. Do not burn, bury, or otherwise dispose of trash on the project site.

4.10 Contractor Responsibility: None of the above, limits the Contractor’s responsibility to perform all work and furnish all plant, labor, and materials required to accomplish the task.

56