specifications relief warehouse imae uruguay 1.pdf

159
DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21 SOUTH AMERICAN MATOC TASK ORDER CADD CODE: MB10EH21 SPECIFICATIONS FOR DESIGN BUILD FOR WAREHOUSE IMAE MONTEVIDEO, URUGUAY “GOOD ENGINEERING RESULTS IN A BETTER ENVIRONMENT” U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St Mobile, Alabama 36602

Upload: andres-camilo-galvis-espinel

Post on 07-Feb-2016

21 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SOUTH AMERICAN MATOC TASK ORDER

CADD CODE: MB10EH21

SPECIFICATIONS

FOR

DESIGN BUILD

FOR

WAREHOUSE

IMAE

MONTEVIDEO, URUGUAY

“GOOD ENGINEERING RESULTS IN A BETTER ENVIRONMENT”

U.S. ARMY ENGINEER DISTRICT, MOBILE

109 St. Joseph St

Mobile, Alabama 36602

Page 2: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

THIS PAGE INTENTIONALLY LEFT BLANK

FOR DUPLEX PRINTING

Page 3: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

TABLE OF CONTENTS

BIDDING REQUIREMENTS BIDDING SCHEDULES CERTIFICATION OF APPLICABILITY OF DEFENSE BASE ACT INSURANCE EXPLANATION OF BID ITEMS SPECIFICATIONS DIVISION 00 00 31 10 METRIC MEASUREMENTS DIVISION 01 - GENERAL REQUIREMENTS 01 00 00 ADDITIONAL SPECIAL CONTRACT REQUIREMENTS 01 10 10 DESIGN REQUIREMENTS 01 10 12 DESIGN AFTER AWARD 01 32 01 PROJECT SCHEDULE 01 33 00 SUBMITTAL PROCEDURES

SUBMITTAL REGISTER 01 35 29 SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS 01 42 00 SOURCES FOR REFERENCE PUBLICATIONS 01 45 02 QUALITY CONTROL SYSTEM (QCS) 01 45 04 CONTRACTOR QUALITY CONTROL

SAM FORM 696 01 62 35 RECYCLED / RECOVERED MATERIALS 01 78 23 OPERATION AND MAINTENANCE DATA APPENDIX DRAWINGS

-- End of Project Table of Contents –

Page 4: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

THIS PAGE INTENTIONALLY LEFT BLANK

FOR DUPLEX PRINTING

Page 5: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

BIDDER’S NAME:_____________________________________ ___________________________

BIDDING SCHEDULE

___________________________________________________ ___________________________ Item Estimated Unit Estimated Nº Description Quantity Unit Price Amount____ ___ Base Bid 1. Site Work 1 JOB XXX _____________ 2. Disaster Relief Warehouse 1 JOB XXX __________ ___ 3. Medium Tension Line

and Transformer 1 JOB XXX _____________ 4. Perimeter Fence 1 JOB XXX _____________ 5. Parking Lot 1 JOB XXX _____________ 6. Design 1 JOB XXX _____________ 7. Social Laws 1 JOB XXX _____________ Total Base Bid _____________

Bid Option

Bid Option Nº 1 8. Covered Parking 1 JOB XXX _____________ 9. Social Laws 1 JOB XXX _____________ Total Bid Option Nº 1 _____________

Total Base Bid and Bid Option 1 _____________

Page 6: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

NOTES FOR BIDDING SCHEDULE

NOTE NO. 1. Bidders must insert a price on all numbered items of each Bidding Schedule.

Failure to do so will disqualify the bid.

NOTE NO. 2. CHECKLIST FOR THE BIDDING SCHEDULE:

a. Is it completely filled out? Y__ NA__

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

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

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

e. If the bidding schedule has been changed by Amendment, is the bidding schedule that you are

submitting from the most recent amendment ? Y__ NA__

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

Y__ NA__

g. Is the cost of obtaining your bid and performance guarantee included in the total bid price

specified on the bid schedule? Y__ NA__

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

contracts? Y__ NA__

END OF BID SCHEDULE

Page 7: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

CERTIFICATION OF APPLICABILITY

OF

DEFENSE BASE ACT INSURANCE

The United States Department of Labor (DOL) requires that all U.S. government contractors and

subcontractors at every level must obtain Defense Base Act (DBA) insurance unless one of two exceptions

applies.

A. The place of performance of the contract is covered by a U.S. DOL country waiver. This waiver has

been granted to all countries in Latin America. However this waiver is not applicable to certain

employees. To determine if your company must obtain DBA insurance please answer the following

questions True or False.

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

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

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

If statements 1-3 are ALL true complete your certification by signing below. You do not have to purchase

DBA insurance. Please note that your subcontractors at all levels must purchase DBA insurance if any of

the above questions are not true for them.

If any of the above statements about your employees is false, you must purchase DBA insurance. The

insurance must be procured through a DBA self-insurance program approved by the U.S. Department of

Labor.

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

certification.

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

Signature: __________________________________

Contractor: ___________________________________

Date: ____________________________

Page 8: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

EXPLANATION OF BID ITEMS

GENERAL: This section comprises an explanation of t he bid items identified in the bid schedule for each item of work. The bid sch edules and the criteria documents shall be worked together to identify the various items of work to which each bid item will apply. The Contractor shal l bid the work under the applicable bid item for the specific areas identifi ed in the bid schedule. All work specified herein shall be accomplished in acco rdance with the requirements of the technical provisions of the spe cifications and the criteria documents. Payment described for the vario us bid items will be full compensation for all labor, materials, and equipmen t required to complete the work. Compensation for any item of work described i n the contract but not listed in the bid schedule shall be included in the payment for the item of work to which it is made subsidiary. BASE BID Bid Item No. 1: Site Work. Payment under Bid Item No. 1 includes all costs for labor, materials, equipment, etc., and all other items necessary and incidental to Disaster Relief Warehouse site work, to include clearing, gr ubbing, and grading the site, the installation of all exterior utilities in accordance with the contract documents as described herein. Bid Item No. 2: Disaster Relief Warehouse. Payment under Bid Item No. 2 includes all costs for labor, materials, equipment, etc., and all other items necessary and incidental to construct the Disaster Relief Warehouse building in accordance wi th the contract documents as decribed herein. Item includes all utility conne ctions, interior and exterior finishes, structures, electrical, plumbing , water, sanitary sewer, etc, as described in the specifications and indicat ed on the criteria drawings. Bid Item No. 3: Electric Transformer. Payment under Bid Item No. 3 includes all costs for labor, materials, equipment, etc., and all other items necessary and incidental to bringing the medium tension line to the site and Electric Trans former (15 kva) in general accordance with the criteria drawings and specifica tions. Item includes all utility connections, structures, electrical, auxili aries, power distribution, interconnection with the main power grid, etc, as d escribed in the specifications and indicated on the criteria drawin gs. Bid Item No. 4: Perimeter Fence. Payment under Bid Item No. 4 includes all costs for labor, materials, equipment, etc., and all other items necessary and incidental to the construction of the Perimeter Fencing in general ac cordance with the criteria drawings and specifications. Item includes chain l ink fencing, gates, posts, fasteners, concrete footing, tension wires, and any other associated site improvements not specifically named but identified on the criteria drawings or specifications. Bid Item No. 5: Parking Lot.

Page 9: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Payment under Bid Item No. 5 includes all costs for labor, materials, equipment, etc., and all other items necessary and incidental to the construction of the Parking lot in general accordan ce with the criteria drawings and project specifications. Item includes Base Coarse material, and any other associated site improvements not specific ally named but identified on the criteria drawings or specifications. Bid Item No. 6: Design Payment under Bid Item No. 6 includes all costs for labor, materials, equipment, etc., and all other items necessary and incidental to the total design of the Base Bid Items and Bid Options for th is project. Item includes travel, submittals, printing, meetings, etc, as req uired to cover the full design phase of the project. Bid Item No. 7: Social Laws Payment under Bid Item No. 7 includes all costs for IVA Tax and Local Social Laws. Bid Option Nº 1 Bid Item No. 8: Covered Parking. Payment under Bid Item No. 8 includes all costs for labor, materials, equipment, etc., and all other items necessary and incidental to the construction of the Covered Parking in accordance w ith the contract documents as described herein. Item includes all utility conn ections, interior and exterior finishes, structures, etc, as described in the specifications and indicated on the criteria drawings. Bid Item No. 9: Social Laws Payment under Bid Item No. 9 includes all costs for IVA Tax and Local Social Laws.

Page 10: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 00 31 10

METRIC MEASUREMENTS

04/06 1.1 REFERENCES The publications listed below form a part of this s pecification to the extent referenced. The publications are referred to withi n the text by the basic designation only. ASTM INTERNATIONAL (ASTM) ASTM E 621(1994; R 1999e1) Use of Metric (SI) Units in Building Design and Construction (Committee E-6 Supplement to E380) IEEE/ASTM SI 10(2002) American National Standard fo r Use of the International System of Units (SI): The Modern Metric System 1.2 GENERAL This project includes metric units of measurements. The metric units used are the International System of Units (SI) developed an d maintained by the General Conference on Weights and Measures (CGPM); the name International System of Units and the international abbreviation SI were ad opted by the 11th CGPM in 1960. A number of circumstances require that both metric SI units and English inch-pound (I-P) units be included in a section of the specifications. When both metric and I-P measurements are included, the section may contain measurements for products that are manufactured to I-P dimensions and then expressed in mathematically converted metric value (soft metric) or, it may contain measurements for products that are manufact ured to an industry recognized rounded metric (hard metric) dimensions but are allowed to be substituted by I-P products to comply with the law. Dual measurements are also included to indicate industry and/or Governmen t standards, test values or other controlling factors, such as the code require ments where I-P values are needed for clarity or to trace back to the referenc ed standards, test values or codes. 1.3 USE OF MEASUREMENTS IN SPECIFICATIONS Measurements in specifications shall be either in S I or I-P units as indicated, except for soft metric measurements or a s otherwise authorized. When only SI or I-P measurements are specified for a product, the product shall be procured in the specified units (SI or I-P ) unless otherwise authorized by the Contracting Officer. The Contrac tor shall be responsible for all associated labor and materials when authori zed to substitute one system of units for another and for the final assem bly and performance of the specified work and/or products. 1.3.1 Hard Metric A hard metric measurement is indicated by an SI val ue with no expressed correlation to an I-P value. Hard metric measureme nts are often used for field data such as distance from one point to anoth er or distance above the floor. Products are considered to be hard metric w hen they are manufactured to metric dimensions or have an industry recognized metric designation.

Page 11: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1.3.2 Soft Metric a. A soft metric measurement is indicated by an SI value which is a mathematical conversion of the I-P value shown in p arentheses (e.g. 38.1 mm (1-1/2 inches)). Soft metric measurements are used for measurements pertaining to products, test values, and other situ ations where the I-P units are the standard for manufacture, verification, or other controlling factor. The I-P value shall govern while the metric measure ment is provided for information. b. A soft metric measurement is also indicated for products that are manufactured in industry designated metric dimensio ns but are required by law to allow substitute I-P products. These measuremen ts are indicated by a manufacturing hard metric product dimension followe d by the substitute I-P equivalent value in parentheses (e.g., 190 x 190 x 390 mm (7-5/8 x 7-5/8 x 15-5/8 inches)). 1.3.3 Neutral A neutral measurement is indicated by an identifier which has no expressed relation to either an SI or an I-P value (e.g., Ame rican Wire Gage (AWG) which indicates thickness but in itself is neither SI nor I-P). 1.4 COORDINATION Discrepancies, such as mismatches or product unavai lability, arising from use of both metric and non-metric measurements and disc repancies between the measurements in the specifications and the measurem ents in the drawings shall be brought to the attention of the Contracting Offi cer for resolution. 1.5 RELATIONSHIP TO SUBMITTALS Submittals for Government approval or for informati on only shall cover the SI or I-P products actually being furnished for the pr oject. The Contractor shall submit the required drawings and calculations in the same units used in the contract documents describing the product or re quirement unless otherwise instructed or approved. The Contractor shall use I EEE/ASTM SI 10 and ASTM E 621 as the basis for establishing metric measuremen ts required to be used in submittals.

Page 12: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 00 00

ADDITIONAL SPECIAL CONTRACT REQUIREMENTS

URUGUAY PART 1 GENERAL 1.2 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK 1) Commence design under this portion of the contra ct within 8 calendar days after the date the Contractor receives the notice t o proceed. 2) The entire design and construction shall be comp leted and ready for use not later than 390 calendar days after the receipt of t he notice to proceed. These times stated for completion shall include fin al cleanup of the premises. Provisions stipulated for conducting tests on heati ng and air conditioning systems and planting and maintenance of grass are e xcluded from the completion time. 3) The time required for the Government to review t he design submittals, attend review conferences, and the Contractor to in corporate review comments as specified in specification Section 01 10 12 enti tled Design After Award, paragraph: "Design Schedule", will be included in t he calendar days, indicated above. 1.2 Site Visit For the site visit, the point of contact is Mr. Jor ge Valesco; phone number 011-591-2-2168053. 1.2 SUBMITTALS Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for inf ormation only. When used, a designation following the "G" designation identif ies the office that will review the submittal for the Government. The follo wing shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDUR ES: SD-01 Preconstruction Submittals Work Start; G,CD. Proposed Changes; G,CD. Hazard Analysis Plan; G,SO. Area Use Plan; G,CD. Electronic Mail System Plan; G,CD SD-02 Shop Drawings Protective Fence; G,CD SD-07 Certificates

Antonio
Resaltado
Antonio
Resaltado
Page 13: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Request for Interruption of Utility Services; G,CD Request for Road Closures; G,CD Request for Frequencies; G,CD. Cellular Telephone Numbers Request Use of Cranes; G,CD. Asbestos and Lead Based Paint Certification Letter; G,CD 1.3 LIQUIDATED DAMAGES (a) If the Contractor fails to complete the design and construction within the Contract Completion time specified in the paragrap h, COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK, or any extensi ons, the Contractor shall pay to the Government as liquidated damages per day of delay as set forth in the RFP Letter to be issued by the Contracting Offi cer's Representative. (b) If the Government terminated the Contractor's r ight to proceed, the resulting damage will consist of liquidated damages until such reasonable time as may be required for final completion of the work together with any increased costs occasioned the Government in comple ting the work. (c) If the Government does not terminate the Contra ctor's right to proceed, the resulting damage will consist of liqui dated damages until the work is completed or accepted. 1.7 ON-SITE UTILITIES a. Water: There are no sources of water on site tha t the Contractor may utilize for his operations. b. Electricity: The electricity shall be metered an d purchased from the local utility company. Transmission lines are avail able in limited locations with limited capacities. The contractor shall be re sponsible for coordinating with local utility company as to availability, capa cities, costs, metering, installation of new lines, and providing of transfo rmers. The local utility company shall approve all temporary utility-line co nnection locations, construction, metering and billing procedures. The Contractor shall pay all deposits, fees and utility usage bills. All new lin es installed for construction only purposes shall be removed after c ompletion. 1.9 BADGING OF CONTRACTOR PERSONNEL The Contractor shall provide the Contracting Offic er's Representative with the Cedula numbers for all personnel at least five days in advance of the personnel arriving on site. The Contracting Officer reserves the right to reject any person and to require the immediate remo val of any or all personnel. The Contractor shall provide all personn el with identification badges which shall be kept on their persons while p erforming work on this project. 1.12 CONTRACT DRAWINGS, MAPS AND SPECIFICATIONS

Antonio
Resaltado
Page 14: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

a) The Contractor will be furnished one CD-ROM cont aining a reproducible copy of the task order, including plans and specificatio ns. The work shall conform to the specifications and the contract drawings lis ted in the technical provisions. b) Omissions from the drawings or specifications, t he mis-description of details of work which are manifestly necessary to c arry out the intent of the drawings and specifications which are customarily p erformed shall not relieve the Contractor from performing such omitted or mis- described details of the work but they shall be performed as if fully and co rrectly set forth and described in the drawings and specifications. c) The Contractor shall check all drawings furnishe d him immediately upon their receipt and shall promptly notify the Contrac ting Officer's Representative of any discrepancies. Figures marke d on drawings shall in general be followed in preference to scale measurem ents. Large scale drawings shall in general govern small scale drawings. The Contractor shall compare all drawings and verify the figures before laying o ut the work and will be responsible for any errors which might have been av oided thereby. d)The list of drawings and maps provided in the Ind ex Sheet of the Plans for this solicitation are hereby incorporated by refere nce into these specifications. Any schedules included in the draw ings are for the purpose of defining requirements other than quantities. 1.13 PHYSICAL DATA Data and information furnished or referred to below is for the Contractor's information. The Government shall not be responsibl e for any interpretation of or conclusion drawn from the data or information by the Contractor. a. The indications of physical conditions on the dr awings and in the specifications are the result of site investigation s, surveys and design documents prepared for the project. Site conditions may vary from those depicted on the contract drawings. b. Weather Conditions. Weather conditions to be ant icipated are of the normal tropical nature. A rainy season, consisting of intermittent downpours, occurs during the months of December through May. c. Transportation Facilities. The Contractor shall investigate the condition and availability of transportation facili ties. The Contractor shall maintain access to the site during construction and shall repair any bridge or road damage resulting from its operations. 1.15 SECURITY a. The following special security provision shall a pply to all Contractor personnel, associate contractors, and subcontractor s working in the applicable areas. The Contractor can expect reasonable delays in complying with these requirements. The Contracting Officer reserves the right to refuse badges and entrance onto the Base to any persons and vehicles. b. Country I.D. numbers are required to be display ed on the badges. c. Personnel who are terminated prior to the expira tion date of their badges shall turn in the badge to the Prime Contractor.

Page 15: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

d. When required by the Contracting Officer's repre sentative, the Contractor shall obtain and submit fingerprints of all persons employed or to be employed on the project. The Contractor shall maintain a cur rent list of all personnel who were authorized badges for this project. The li st shall contain the expiration date and the date of the badge turn in i f terminated. The list shall be submitted to the Contracting Officer's rep resentative upon request. 1.16 QUARTERS No Contractor quarters or housing are available in the host country from the United States Government. 1.17 CONTRACTOR FURNISHED VEHICLE The contractor shall provide for use of the Contrac ting Officer or his representative, one vehicle and a driver during the life of the contract. The contractor shall provide a four door vehicle no t more than two years old. Contractor shall verify vehicle is fully insured du ring the life of the contract. The vehicle and the driver shall be available thre e days per month on a non-continuous basis. 1.19 ADDITION TO COMPLIANCE WITH LAWS, RULES AND CUSTOMS In the event of hostilities or the threat of hostil ities for which the Government assumes the risk of loss, damage, destru ction and/or increase in cost under Section 00800 Paragraph: War Risks of th e base contract. The Government of URUGUAY will determine the security r equirements for the contract. Prior to the commencement of work, the Co ntractor will assure that he is informed of the security requirements and coo rdination required for the project. Contractor security will be coordinated with the ap propriate agencies in the Government of URUGUAY. Exact security arrangements will depend on the need of the Contractor, the security risk at the time, and the security resources available in the Government of URUGUAY. Job Site Security: Security of personnel, equipment and materials is to be coordinated with the Government of URUGUAY. The poi nt of contact (SPOC) will be identified at the Preconstruction Conference. If the Government of URUGUAY determines that the Co ntractor requires security of equipment and materials during transport to the job site, the Contractor must coordinate directly with the Government of URU GUAY point of contact (SPOC) prior to transportation occurring. The SPOC will be identified at the Preconstruction Conference. Within 10 days after th e Preconstruction Conference, the Contractor must submit his proposed transportation schedule to the SPOC for approval. Based on the approved transp ortation schedule, the Contractor will make a formal request for security to the SPOC at least 10 days prior to the shipping occurring. Changes to th e initial transport schedule are permitted but must submitted at least 10 days prior to the change occurring. Nothing in this clause relieves the Cont ractor of his responsibilities under Paragraph: War Risks. 1.20 CONTRACTOR PREPARED AS-BUILT DRAWINGS a. In accordance with SPECIAL CONTRACT REQUIREMENT paragraph: CONTRACT

Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Page 16: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

DRAWINGS, MAPS AND SPECIFICATIONS, the Government w ill furnish the Contractor on CD ROM one electronic set of solicitation drawin g files and any amendments for use in preparation of as-built drawings by the Contractor. Copies of the drawings will be the responsibility of the Contract or. The as-built drawings shall be a record of the construction as installed and completed by the Contractor. They shall include all the information shown on the contract set of drawings and serve as a record of all deviations , modifications, or changes from those drawings, however minor, which were inco rporated in the work, all additional work not appearing on the contract drawi ngs, and all changes which are made after final inspection of the contract wor k. In the event the Contractor accomplishes additional work which chang es the as-built conditions of the facility after submission of the as-built dr awings, the Contractor shall furnish revised and/or additional drawings as required to depict asbuilt conditions. The requirements for these additional d rawings will be the same as for the as-built drawings included in the original submittal. b. Red line as-built drawings: The Contractor shall have on his staff, personnel to mark up a set of paper copy constructi on drawings to show the asbuilt conditions. These as-built marked copies sh all be kept current and available on the job site at all times. All changes from the contract plans which are made to the work or additional informatio n which might be uncovered in the course of construction shall be accurately a nd neatly recorded, as the events occur, by means of details and notes. The Co ntractor shall call attention to entries by redlining areas affected. T he red line as-built drawings will be jointly inspected for accuracy and completeness by the Contracting Officer's representative and a responsi ble representative of the Contractor prior to submittal of each request for p ayment. The Contracting Officer's approval of the current status of the as- built drawings shall be a prerequisite to the Contracting Officer's approval of request for progress payment and request for final payment under the con tract. The drawings shall show the following information, but not be limited thereto: (1). The location and description of any utility li nes or other installations of any kind or description known to e xist within the construction area. The location includes dimensions to permanent features. (2). The location and dimensions of any changes wit hin the building or structures. (3). Correct grade or alignment of roads, structure s or utilities if any changes were made from contract plans. (4). Changes in details of design or additional inf ormation obtained from working drawings specified to be prep ared and/or furnished by the Contractor including but not limited to fabrica tion, erection, installation plans and placing details, pipe sizes, insulation material, dimensions of equipment foundations, etc. (5). All changes or modifications which result from the final inspection. (6). Options: Where contract drawings or specificat ions allow options, only the option selected for construction shall be shown on the asbuilt drawings. (7). Extensions of Design: Shop Drawings such as st ructural fabrication and erection drawings, fire alarm syste ms, and sprinkler systems that will require extensive redrafting effort in or der to create a electronic

Page 17: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

set will not be required to be incorporated into th e electronic set. They will be included as an Appendix to the paper copy set. c. Submittal of as-built drawings for review and ap proval: The Contractor shall participate in monthly review meetings with t he Contracting Officer to show the progress made the preceding month and make all required changes. At time of final construction inspection, the Contract or shall submit one copy of the red lined as-built drawings to the Contracting Officer for his review and approval. The as-built drawings shall be certified as to their correctness by the signature of an authorized representative of th e Contractor. Upon Government approval of the Contractor's redlined co py of the as-built drawings, the Contractor shall prepare and provide two electronic sets of asbuilt drawings by incorporating the red line mark ed up notations on the construction drawings into the electronic set of so licitation drawings and amendments. In addition to the electronic sets of a s-built drawings which shall be submitted on a CD-ROM, the Contractor shal l also submit a full size set of as-built paper drawings. Submittals are to b e to the Contracting Officer not later than ten (10) calendar days after project completion date. d. Final Drawing Format. (1). The solicitation drawing files and any amendme nts thereto will be furnished to the Contractor in electronic format. T he solicitation drawing files have been prepared in MicroStation and/or Aut oCad format. The drawing file indicates the format which the drawing was dev eloped. The Contractor shall utilize the latest version of AutoCad to revi se/redraft each solicitation drawing and/or amendment drawing to re flect all changes made during construction as indicated by the red line ma rked up notations on the construction drawings. Revisions/redrafting shall m atch the font styles, sizes, and formats; line weights/thickness and styl es/types; and all other drafting elements used on the solicitation drawing/ amendments. All elements must be incorporated into each as-built drawing fil e; the use of reference files shall not be permitted. (2). All revisions made to the solicitation drawing s and/or amendment drawings to reflect changes made during constructio n shall be flagged and shall have the revision block completed as follows. The entry in the description column of the revision block shall read "AS-BUILT". The date of the revision and one approving initial from a respo nsible person within the Contractor's Firm shall also be included in the rev ision block. Above the drawing title block the drawing will be labeled in bold letters "AS-BUILT". The flagged changes and revision block format shall be in accordance with the examples shown in the Mobile District Design Manual located on the Internet at http://www.sam.usace.army.mil/sam/en/guides/DesMan/ desman.htm. The Contractor shall also furnish a revised index of drawings to m atch the actual design drawings. The drawing title blocks shall be in a un iform format to match the requirements as specified in the Design Manual. (3). The two electronic sets of as-built drawing fi les shall be submitted in AutoCad format. (4). The hard copy reproducible set of as-built dra wings shall be submitted unbound on paper. The drawings shall be t he full size. e. Payment: No separate payment will be made for th e as-built drawings required under this contract, and all costs in conn ection there-with will be considered a subsidiary obligation of the Contract.

Page 18: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1.23 COORDINATION CONFERENCES A Weekly Coordination Conference shall be conducted by the Contractor throughout the life of this contract. Coordination conferences will be held to discuss contract administration, Contractor qual ity control, phasing, scheduling, and other aspects relating to this cons truction. The customer, the using agencies, the Corps of Engineers and the Contractor will be represented at each of these meetings. The Contract or shall furnish a briefing package containing detailed current briefing inform ation. The Contractor will build and maintain briefing charts on the wall of t he Conference Room at the Office of the Contracting Officer. These charts wil l be of sufficient number and detail to clearly show current status, historic al data, projected status on all items of work. 1.25 CONTRACTOR'S AREA USE PLAN The Contractor shall submit an Area Use Plan to the Contracting Officer's Representative, for approval, within thirty (30) da ys after receipt of Notice to Proceed. The Area Use Plan shall show the follow ing: a) Location of Contractor, sheds and trailers. b) Location of all Contractor storage areas. c) Location of Contractor staging areas. d) Temporary utility tie-ins. e) Location of Contractor security fencing. f) Location of project sign. g) Required telephone service and locations. 1.26 CONSTRUCTION MATERIALS All construction materials shall remain in the desi gnated staging area until ready for use. Storage of materials in areas other that the designated area will not be allowed. 1.27 INTERRUPTION OF UTILITY SERVICES Planned interruptions of utility services (electric al power, water, natural gas, etc.) shall be detailed and coordinated by the Contractor. Requests for interruptions which will involve base facilities ot her than in this contract shall be submitted in writing by the Contractor to the Contracting Officer's Representative at least 10 (ten) working days befor e the planned outage. If the outage affects only the facility in this contra ct, the request shall be submitted at least 3 (three) working days before th e planned outage. Contractor shall not interrupt service(s) until app roval has been granted. Requests shall include facility/facilities affected , date of scheduled outage, and duration. Requests for interruption of service( s) will not be approved until all equipment and materials required for that particular phase of work are on the job site. Interruptions will be granted Monday through Friday for the following times: 7:15 A.M. until 11:00 A.M. and 12:30 P.M. until 4:00 P.M. If weekend (Saturday and Sunday) outages are requir ed or are preferred, they shall be coordinated as specified above. 1.28 ROAD CLOSURES Planned road closures shall be detailed and coordin ated by the Contractor. Requests for road closures shall be submitted in wr iting by the Contractor to the Contracting Officer's Representative at least 1 0 (ten) working days before the planned closure. When it becomes necessary to close roads for construction, the contractor shall immediately put in place the necessary

Page 19: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

signs and barricades required. All traffic control devices (signs, barricades, pavement markings, traffic signals, int ersection control beacons, delineators, etc.) shall conform to the FHWA Manua l on Uniform Traffic Control Devices and the FHWA publication Standard H ighway Signs, most current edition. These include but are not limited to begi n/end construction signs, standard traffic control signs including clearly ma rked detours and barricades with yellow flashing caution lights. Hand painted plywood signs (or other materials) are not allowed or acceptable. Upon com pletion of road work, all signs and barricades shall be immediately removed a nd all normal traffic control devices and signs returned to their origina l condition. Signs and barricades shall not be left along sides of roadway s. 1.29 RADIO TRANSMISSIONS To avoid conflict with transmission frequencies cur rently in use at the base, the Contractor shall submit a written request for u se of each radio device to be used at the job site. The request shall contain: (1) a list of all radios to be used with serial number, (2) frequencies to b e used, (3) power output, and (4) a copy of the FCC license for each device. The Contracting Officer's Representative reserves the right to order the Cont ractor not to use radios in times of sensitive base operations. The Contractor shall provide to the Contracting Officer's Representative a point of con tact to be notified when all radio transmissions must cease due to sensitive base operations and when radio operations can resume. Radios shall not be us ed until the Contractor receives written approval from the Contracting Offi cer's Representative. 1.30 CELLULAR TELEPHONES The Contractor may use cellular phone for communica tion with his personnel. This will not relieve the contractor from the requi rement to provide and use radios for communications with the control tower an d the Contracting Officer's Representative. The telephone number(s) and Points of Contact shall be furnished to the Contracting Officer's Representati ve. 1.31 REQUIREMENTS FOR TEMPORARY CRANES All cranes used by the Contractor for construction purposes will require written acceptance for their use by the Contracting Officer's Representative. All requests shall be made seven (7) days in advanc e of the crane's arrival on the job site and shall include such information as total operating height, mode of transportation and delivery to the project site, period of use and methods of conforming to all safety and airfield op erations procedures. Cranes operating at night shall require a red blinking lig ht at the highest point on the crane boom which conforms to Federal Aviation A dministration (FAA) requirements. When not in operation, crane booms s hall be in the lowered position. 1.32 SAFETY MARKINGS ON CRANE BOOMS All cranes shall have a red strobe light and two fl ags attached to the end of the boom. The flags shall be 46 cm square and inter national orange in color. The strobe does not need to be flashing during dayl ight hours or when the boom is lowered to the ground at night. The strobe shall be flashing when operating during weather in which visibility is reduced or wh en operating at night. The strobe shall remain flashing if the boom remains el evated at night. 1.21 HAZARD ANALYSIS

Page 20: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

A Hazard Analysis Plan, as described in Section 1, Article 01.A.05 of the Corps of Engineers Safety and Health Requirements M anual, EM 385-1-1, current edition, is required for this contract. 1.22 SANITATION The Contractor shall provide sanitation for workers in accordance with the latest edition of EM 385-1-1. 1.23 SAFETY AND HEALTH REQUIREMENTS The current edition of the Corps of Engineers Safet y and Health Manual, EM 385-1-1 shall apply in full to this contract. Also refer to Section 01 35 29 SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS. 1.24 CELEBRATE SAFETY The Contractor is invited to participate in the Cor ps of Engineer's CELEBRATE SAFETY initiative. The initiat ive is not mandatory and will be explained at the Preconstruction Conference . 1.36 COLLECTION OF TRASH AND DEBRIS The Contractor shall provide means for the daily co llection of all trash and debris generated by his operations. Collected mater ials shall be removed from the project site at least weekly or more frequently as required. 1.37 CONTRACTOR'S OFFICE STAGING AREA The Contractor shall be designated a staging area f or his temporary establishment of offices, storage facilities, and m aintenance areas. Office spaces provided by the contractor shall be kept in neat, clean conditions at all times. All staging areas shall be fenced. The C ontractor shall provide all necessary utility connections. All office areas sha ll be provided with sanitary facilities. 1.38 CONTRACTOR'S USE OF PUBLIC FACILITIES The Contractor shall demonstrate to the Contracting Officer's Representative that he has satisfactorily identified himself with all local government authorities, including but not limited to the Publi c Works Departments, in his area of operations. He shall provide a scope of his activities, his company name, address, telephone numbers , and local and ho me office points of contact. 1.39 ELECTRONIC MAIL SYSTEM The Contractor shall provide and maintain for the l ife of this contract an electronic mail system which shall interface, conne ct to and be compatible with the existing electronic mail system in the Cor ps of Engineers Resident Office. The Contractors electronic mail system shal l transfer and receive correspondence between the Resident Office without loss or modification of formatting codes or special characters. The Resident Office is currently utilizing Lotus No tes for Windows and is Internet accessible. The Corps Internet E-mail gate way accepts binary files in unencoded format, with a limit of 10Mb per E-mai l message. Internet

Page 21: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

messages may be sent to any Mobile District Corps o f Engineers Employee using the form <First Name>.<Middle Initial>.<Last Name>@ sam02.usace.army.mil without the brackets surrounding the names. The con tractor's electronic mail system shall have the capability of sending and rec eiving text, graphic, and drawing files developed on the following software: 1) Microsoft Word, Version 2000 or newer 2) WordPerfect, Version 12.0 3) AutoCad, Version 2002 4) Adobe Acrobat, Version 6.0 The Contractor shall bear the responsibility to ens ure total hardware and software compatibility with the Government's system when transferring and receiving information. All Requests For Information (RFIs) including field sketched drawings shall be scanned, saved into a ".pdf" format using Adobe Acr obat 3.0 software, and transmitted to the Corps electronically via email. Within 10 days after receipt of NTP, the Contractor shall submit for app roval an electronic mail system plan which details the hardware, software, c ommunication paths, processes and procedures for establishing and maint aining the Contractor's electronic mail system. 1.29 ASBESTOS MATERIALS AND LEAD BASED PAINTS The Contractor shall not use materials containing A sbestos or Lead Based Paints in the construction of this facility. Upon completion of the construction, the Contractor shall submit two copies of a Certified Letter to the Contracting Officer's Rep resentative (COR) stating that no lead based paints or materials containing a sbestos were used in the construction of the new facilities. One copy of th e letter will be filed with project documents in the Resident Engineer's Office . The COR will deliver the remaining copy to the Base Environmental Office. PART 2 PRODUCTS (NOT APPLICABLE) PART 3 EXECUTION (NOT APPLICABLE)

Page 22: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 01010 1. PROJECT DESCRIPTION

1.1. BACKGROUND

1.1.1. The Montevideo HAP Disaster Relief Warehouse will offer immediate response to natural disasters, and to min imize their impacts in an efficient manner. To properly functio n, the Warehouse must provide an effective working environment for t he organization.

The building includes a Warehouse, office, bathroom s, all of this to be implemented in Montevideo, Uruguay. The Design/B uild project will follow the criteria contained in this document, the building codes and any additional specifications that are availabl e on the web sites:

1.2. LOCATION

1.1.1. The project is located in Montevideo, Uruguay. Mont evideo is situated in the south of the country, at the northe rn mouth of the very wide River Plate (Río de la Plata) estuary. Th e geographic coordinates are 34,5°S, 56°W. Uruguay has a temper ate climate characterized by warm summers and mild winters. Rai nfall is fairly evenly distributed throughout the year with an aver age annual precipitation of 1,090 mm (36 inches). The coolest month is June and the warmest is January. The prevailing winds are a northerly hot wind that blows in summer and a cold southerly wind that blows in winter. Average temperatures in Montevideo range fr om 6 to 14 degrees Celsius (43 to 57 degrees Fahrenheit) in Ju ly to 17 to 28 degrees Celsius (63 to 82 degrees Fahrenheit) in Ja nuary. The population is about 1,300,000 people.

1.2. SITE

1.2.1. The site is located inside of (IMAE) (Instituto Mil itar de Armas y Especialidades del Ejercito), The geographi c coordinates of site are 34º 48` 53.5``S, 56º 5` 43.5``W. The fron t side of the land is on Maldonado Street. The land for the wareh ouse has an area of approximately 3136 m 2.

1.3. PURPOSE

1.3.1. The purpose of this specification section is to des cribe the requirements for appearance, function, and equipmen t, materials, and types of construction in sufficient detail to enabl e engineering and design to be completed by the Contractor. In this specification section, each engineering and design discipline des cribes design intent and outlines the parameters to which the Con tractor shall design.

1.3.2. Section 01010 - DESIGN REQUIREMENTS defines the des ign and

performance criteria. The applicable Uruguayan bui lding codes and standards shall be used as the minimum criteria to develop the construction documents for areas of work not specif ically defined.

Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Page 23: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1.3.3. Section 01012 - DESIGN AFTER AWARD defines the form at and

submittal requirements in which the design and the construction documents shall be prepared by the Contractor.

1.4. GENERAL FACILITY CRITERIA

1.4.1. The warehouse will be the answer to the immediate a ttention for the population in cases of disaster. A profess ional image is required and should be reflected in the facility’s functional arrangement and the overall quality of the facility ’s appearance.

1.4.2. The Contractor shall design and construct the wareh ouse at

IMAE resulting in a complete and useable facility. In order to work within budget constraints, the Contractor shall not design or construct any facilities outside of the 5 foot buil ding line. Procurement of furniture shall not be included in t his contract.

1.4.3. The warehouse is a one structure approximately 453 s.m. It

shall be steel and reinforced concrete construction as defined in the latest edition of the International Building Co de. No asbestos containing materials shall be used in this project.

1.4.4. Certain areas of the warehouse and additional facil ities

shall meet functional requirements. The facility s hall be provided with water systems and electrical systems as requir ed by local building codes.

1.4.5. All materials to be used in the construction shall comply

with the following requirements (at a minimum): • Certified quality; • Local availability of materials in commercial grad es; and • Local technical regulations shall be followed.

2. GENERAL DESIGN CRITERIA

2.1. QUALITY OF WORK

2.1.1. Construction documents shall be sufficient to affor d a clear

understanding of the construction work required. T he work shall be organized in a manner that will assure thorough coo rdination between the various details on the drawings, and between th e drawings and the specifications. The Contractor shall cross-che ck all work until all conflicts have been reconciled. The US Army Co rps of Engineers, Mobile District Design Manual, current edition, and Corps of Engineers Guide Specifications (UFGS) are available on the internet at: http://www.sam.usace.army.mil/en/en.htm shall b e used as the basis for format and preparation of construction do cuments.

2.1.2. Construction Documents. The Contractor shall prepa re

complete construction documents for all work design ed as required by the RFP. The construction documents to be prepared include, but are

Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Page 24: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

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

2.1.3. Responsibility. The Contractor shall be responsibl e for the

professional quality, code compliance, technical ac curacy and coordination of all designs, drawings, specificatio ns and other documents or publications upon which the design and construction are based.

2.2. COORDINATION BETWEEN THE VARIOUS DISCIPLINES 2.2.1. The Contractor shall be responsible for the coordin ation

between design, engineering and construction discip lines in order to fulfil the requirements of this contract and to pro vide for a complete, integrated and functional design.

2.3. ENVIRONMENTAL

2.3.1. There is no building demolition in this project, th erefore

the Government anticipates that the Contractor will NOT be required to remove or dispose of hazardous materials or wast e such as asbestos and lead paint during the site preparation phase of this project.

2.3.2. The Contractor shall identify, as a part of the sub mittals

required by this contract, the specific disposal si te or sites for any waste materials generated by the Contractor’s o perations.

2.4. OPERATIONS AND MAINTENANCE

2.4.1. O&M information shall be provided on the following equipment

if incorporated in the work: communication and ADP systems, security and intrusion alarm, material handling, ph otovoltaic, paging, HVAC and any other special systems not othe rwise specified.

2.5. CONFLICTS IN CRITERIA

2.5.1. Various codes or code requirements are cited throug hout this

RFP. Where there is a conflict between the RFP and building codes, the most stringent shall apply. When codes are in conflict, the most stringent shall apply. The code listing is no t intended to be a complete list. All work shall be designed and co nstructed to meet all state and federal codes, standards and laws. R efer to the technical specifications for other standards and re ferences not listed in this specification section. Where the va rious elements of technical criteria provided in this RFP (drawings a nd technical specifications) are in conflict, the following prio rity shall be used to establish precedence:

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

Antonio
Resaltado
Page 25: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

2.6. CODES, STANDARDS, REGULATIONS AND RECOMMENDED PRACTICES 2.6.1. Unless otherwise specified or noted hereinafter, th e

construction of all utility work, including site im provements shall conform to Uruguayan and International codes as fol lows:

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

2.6.2. All work shall be designed and constructed in accor dance

with the criteria contained herein using industry s tandard materials and efficient practices. The Contractor shall use materials and equipment accepted within the construction industry . The building design and the materials selected shall be high qua lity, durable and easily maintained.

3. SPECIFIC ENGINEERING AND DESIGN CRITERIA

3.1. SITE WORK

3.1.1. GENERAL

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

3.1.1.2. All spare material of waste shall be removed from t he

confines of the Site and disposed of in a legal and regulated manner off Government property. The Contractor sha ll be responsible for all disposal permits and regulation s.

3.1.1.3. The site has public utilities such as: electricity, water

distribution system, sanitary sewer system, storm d rainage system. The contractor shall be responsible for de termining the exact and nearest location of utility connectio ns, and obtaining any required permits.

3.1.2. GRADING AND DRAINAGE

3.1.2.1. The Contractor shall confine all work to within the project boundaries indicated on the attached drawings. Unde r no circumstances may the Contractor perform any work o ff the property limits unless authorized. To the maximum extent possible, the project site shall have a balanced cu t and fill.

Antonio
Resaltado
Antonio
Resaltado
Page 26: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

All structures and pipes shall incorporate protecti ve measures to prevent child access. All inlet and manhole str uctures shall not contain a sump so as to prevent pounded w ater at the bottom of the structures. If any conditions encoun tered are not acceptable to the government, these sections wi ll be repaired to the government’s satisfaction prior to acceptance.

3.1.2.2. Storm drainage shall be designed for a 10-year floo d and

shall meet minimum local requirements. All runoff onto the site from adjacent properties shall be included in the storm drainage calculations.

3.1.2.3. Provide positive drainage away from buildings. Dryw ells are

not desired and shall be permitted only on an excep tion basis. Surface drainage shall flow away from each building The minimum slope for a grassed area shall be 1% and the minimu m slope for a paved area shall be 0.50%.

3.1.3. WATER DISTRIBUTION SYSTEM

3.1.3.1. The Contractor shall connect to existing water distribution system at the site boundaries, and des ign and build additional water distribution lines (as requi red) for the new facility. The new water lines shall be designe d and constructed in accordance with the criteria contain ed herein.

3.1.3.2. The design of the water distribution lines shall pr ovide

adequate quantity at sufficient pressure for commer cial use. The Contractor shall determine minimum pressures re quired in accordance with applicable plumbing and fire protec tion criteria. The water service lines, distribution li nes, and appurtenances shall be designed and installed in ac cordance with the International Plumbing Code and manufactur er’s recommended procedures. In addition, the designer shall comply with local regulations that apply. Building supply lines shall be sized to meet peak demands with no more than 10- psi pressure loss between the mains and the building.

3.1.4. WASTEWATER

3.1.4.1. The wastewater collection and conveyance system sha ll be designed in accordance with local Uruguayan regulat ions that apply. The Contractor shall design and build a new sanitary sewer service or collection system, if required, th at will be connected to the existing gravity sewer system at t he boundary of the new warehouse. The new sewer lines shall be laid on adequate slopes in order to obtain the proper clean sing velocities. If gravity flow is unobtainable, a gri nder pump or raw water pump lift station with force main system shall be required to tie the new facility to the existing gr avity sewer system. The minimum size sewer laterals shall be 6 inch and the minimum slope of the 6-inch line is 0.6%. Prov ide a minimum of one lateral per building. Provide a cle anout at the entrance of the lateral to the building. The minim um size sewer main shall be 6 inch and the minimum slope of an 6-inch line is 0.4%. All sewer lines should be P.V.C. pip e unless otherwise approved.

Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Page 27: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

3.1.4.2. The wastewater conveyance system shall comply with all the

above requirements and shall be compatible with the wastewater to be conveyed. The materials specified shall with stand the effects of the wastewater and not deteriorate as a result of pollutants in the wastewater.

3.1.4.3. Manholes shall be provided at junctions of gravity sewers

and at each change in pipe direction, size or slope . Manholes may be brick, concrete block or cast-in-place concr ete. Manholes shall be in areas that are readily accessi ble for operation and maintenance purposes.

3.1.5. PERMITS

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

3.1.5.2. The Contractor shall obtain all permits for the pro ject.

The approved permit application must be provided to the Contracting Officer’s Representative prior to start ing construction on any of these activities.

3.2. GEOTECHNICAL

3.2.1. GENERAL

3.2.1.1. The contractor shall be responsible for determinati on of actual soil conditions present at the site, and des ign to suit those conditions. It shall be the contractor's res ponsibility to investigate the subsurface soil conditions, and ground water table beneath final structure locations, and comple te the design for the facility using contractor-developed data. The contractor shall be responsible for obtaining all r equired drilling permits.

3.2.2. BORINGS

3.2.2.1. The contractor shall provide a minimum of one (1) b oring per 400 square meters of building footprint or fraction thereof, one (1) boring per 100 linear meters of paved road, and one (1) boring per 2,300 square meters of parking. The con tractor shall provide a minimum of one boring at each build ing site. All borings shall be continuously sampled by a spli tspoon sampler in accordance with ASTM D-1586, with sample s visually classified at 0.5 meter intervals in accordance wit h the Unified Soil Classification System (ASTM D 2487). The depth to water (if encountered) shall be recorded. Under bu ildings, borings shall extend to the depth of 7 meters or re fusal, and under roads and/or parking areas, to a depth of 2 m eters.

3.2.2.2. The contractor shall obtain soil samples for testin g as

required for the computation of bearing capacities, settlement calculations, lateral earth pressure calculations, temporary and permanent dewatering designs, etc. A dated dri lling log shall be provided for each boring drilled. All bor ings shall

Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Page 28: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

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

3.2.3. REPORT

3.2.3.1. The contractor shall provide his own geotechnical r eport complete with recommendations specific to the geote chnical design requirements at the site. The report shall i nclude drilling logs, the results of soils test data, and a plan showing the location of each boring as drilled. Th e contractor shall use the data from his own investigation to pr ovide bearing capacity analyses, settlement calculations, lateral earth pressure calculations, temporary and permanen t dewatering designs, and deep foundation design such as piling and/or caissons, as applicable. A copy of the report shal l be provided to the Corps of Engineers for review appro ximately at mid-point of design.

3.3. TOPOGRAPHIC SURVEY

3.3.1. GENERAL

3.3.1.1. The contractor shall be responsible for verifying e levations and determining any additional required topographic al data.

3.4. ARCHITECTURAL DESIGN CRITERIA

3.4.1. GENERAL

3.4.1.1. Architectural Design Criteria will provide a cost e ffective design which give consideration to initial cost, ma intenance cost, local materials, safety and quality of life. Building design will be based on the floor plans, elevations , sections and generally of the dimensions shown on the criter ia drawings. However, in no case shall the building dimensions b e substantially smaller than what is indicated on the criteria drawings. Finished floor elevations for the buildin gs shall be established by the Contractor to provide positive d rainage and to conform to road elevations/site grading/site dra inage shown on the criteria drawings on the site grading plans. The Contractor shall be allowed some flexibility in the design and construction of the buildings in this project; howe ver, in general terms, the project shall be accomplished wi thin the following parameters:

3.4.1.2. Specific spaces shall include base bid: administrat ive

office, and bathroom, warehouse, chain link fence, power transformation. (bid option # 1: Storage)

3.4.2. CODES, STANDARDS, REGULATIONS AND RECOMMENDED PRACTICES

3.4.2.1. Structural design (construction and materials) shal l comply with the International Building Code, most recent e dition and local Uruguayan Code requirements. In case of a con flict

Page 29: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

between the requirements, the most stringent requir ements will govern.

3.4.3. FOUNDATIONS

3.4.3.1. Permanent foundations shall be provided. Footings shall be reinforced concrete.

3.4.3.2. SLABS ON GRADE: Reinforced Concrete.

3.4.4. COLUMNS 3.4.4.1. Shall be with structural shapes metallic

3.4.5. ROOF

3.4.5.1. Roof shall be steel or aluminum galvanized 26 gage or thicker panels. Provide minimum 10 year manufacture r’s warranty. Minimum slopes for roofs shall be 25%. Flashings made of nonferrous metal shall be provided at all v alleys and projections through the roof, and provide drip edge s at all eaves. Roof water shall be diverted away from entr ances. Splash blocks shall be provided under downspouts no t connected to storm drainage system. Heavy duty vinyl or meta l gutter and downspouts for each unit shall be provided at all r oof eaves where the water wills runoff directly onto the grou nd. Roof framing shall be structural steel with steel joists or cold-formed steel trusses. Profiles drawer will be used and coastal of structural steel of quality it to-37-24-is with limit of fluency of 2400 kg/cm2; normal welding AWS, electro de AND-6011 and fasteners of anchorage of quality SAE 1010

3.4.6. EXTERIOR WALLS AND FINISHES

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

3.4.7. INTERIOR WALLS AND FINISHES

3.4.7.1. The warehouse will have 4 m of height from the floo r to the lower cover level, the bathroom and the office they will have a height from 2.7 of the floor to the ceiling, the wa lls of the bathroom and the office they will be made of cerami c brick, both spaces will be covered by an lightened deck sl ab of armed concrete at the level of 2.7 m. Life Safety analysi s shall indicate which partitions must extend to the struct ural deck above. Interior partitions shall be as indicated i n the conceptual floor plan (attached). Provide fire rat ing construction per local life safety and fire codes. Floor slabs and interior partitions surrounding mechanical room s shall have isolation joints to restrict the passage of vibrati on to adjacent public use spaces.

3.4.8. DOORS

3.4.8.1. All exterior doors and frames shall be metal, paint ed galvanized hollow metal matching the adjacent wall color. Exterior doors shall be insulated. All exterior an d interior hollow metal frames shall be welded type constructi on. Frames

Antonio
Resaltado
Antonio
Resaltado
Page 30: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

shall be galvanized. Knock-down frames shall not b e used. Frames shall be field painted. To the maximum exte nt possible, frames shall wrap around partitions. Frames at mas onry walls shall be grout filled. Interior doors shall be min imum 4.4 cm thick wood (paint or natural grade) solid core, flu sh type. Provide interior thresholds of nonferrous metal, st one, or hardwood where flooring materials or floor levels c hange. Door hardware shall be provided for all doors. Hardware components shall be commercial grade. Wall mounted door bum pers shall be provided and installed and adequately blocked to protect adjacent walls. All locks shall have key removable type of cores with construction keying capability. Four ke ys shall be provided for each lock. A key cabinet shall be pro vided where designated by the user. The entire facility shall be "Master Keyed" with six sets of master keys furnished to th e Contracting Officer’s Representative.

3.4.9. WINDOWS

3.4.9.1. Single hung aluminum windows matching entry doors s hall be used. All exterior windows shall have solid surfac e sills with a minimum thickness of 1.9 cm and rounded edge. Wi ndows shall be of standard stock dimension and design. Weather stripping shall be factory applied. Factory standard locks s hall be included. Screens windows shall be the window manu facturer’s standard design for use with the windows being prov ided.

3.4.10. CHAIN LINK FENCING 3.4.10.1. Chain link fence shall be installed in the perimete r

of the place as it is shown in the schematic drawin gs in a longitude of 230 m approximately. Chain link fencin g shall be 2.5 m in height and constructed of 9 Ga. Galv. chai n link fabric and concertina wire or three stands barbed w ire.

3.4.10.2. Line posts shall be a minimum of 64mm (2.5”) diamet er Galvanized pipe with sufficient length for a minimu m of 0.9 m depth concrete footing and spaced no more than 3 m. on center. Corner and end posts shall be a minimum of 76mm (3” ) Galvanized pipe with sufficient length for a minimum of 0.9 m depth concrete footing. Local pre-fab concrete posts and local material/design to be approved by The Contracting O fficer’s Representative.

3.4.10.3. Accessories as required by manufacturer’s recommendation and/or common industrial practice.

3.4.11. MISCELLANEOUS

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

3.5. STRUCTURAL DESIGN CRITERIA

Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Page 31: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

3.5.1. GENERAL

3.5.1.1. The Contractor shall be responsible for the structu ral design or verification of all structural components of the project. Complete structural system for the struct ural components of the project shall include concrete fo undations, columns, floors, and walls, and masonry walls.

3.5.1.2. The Structural Engineer shall be responsible for th e design

of all structural components of the project. Compl ete structural drawings for these facilities shall incl ude foundations, walls, roof framing (if any), and vert ical and lateral load resisting systems. In addition, the S tructural Engineer is responsible for the design of all lesse r related structures such as utility vaults, pits, screen wal ls, retaining walls, pipe supports, etc., which may be shown on other disciplines’ drawings.

3.5.2. CODES, STANDARDS, REGULATIONS AND RECOMMENDED PRACTICES

3.5.2.1. Structural design (construction and materials) shal l comply with the International Building Code, most recent e dition and local Uruguayan Code requirements. In case of a con flict between the requirements, the most stringent requir ements will govern.

3.5.2.2. Assembly shall be true and plumb and within specifi ed

construction tolerances for all alignments represen ted on the drawings.

3.5.3. DESIGN LOADS

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

3.5.4. CONCRETE

3.5.4.1. Concrete shall have a minimum compressive strength at 28 days (f’c) of 3,000 psi, a maximum water-cement rat io of 0.5, and shall contain 5 to 7 percent entrained air. Fi ber reinforced concrete and structural plain concrete s hall not be used. Exterior concrete shall have a broom-finishe d concrete floor surface or other non-slip finish, and shall s lope away from the building. All slabs-on-grade shall be a m inimum of 10 cm thick Concrete floor slabs to remain exposed to view shall be treated with a hardener/sealer. The flatness of the floors shall be carefully controlled. Slabs-on-grade shal l be placed in a checkerboard or lane fashion

3.5.4.2. Reinforcing bars shall conform to ASTM A615, Grade 60.

Welded wire fabric shall conform to ASTM A185 and b e furnished in flat sheets. The minimum concrete cover shall b e in accordance with ACI 318. Steel embedded in concret e for such

Antonio
Resaltado
Page 32: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

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

3.5.5. STRUCTURAL STEEL

3.5.5.1. Cold-formed steel shall be designed in accordance w ith the American Iron and Steel Institute, “Specifications for the Design of Cold-Formed Steel Structural Members,” la test edition. All cold-formed steel framing shall be fo rmed from steel that conforms to the requirements of ASTM A-6 53, Grade 33 or higher, having a minimum yield strength of 33 ks i. Minimum uncoated steel thickness shall be 0.0346 inches (20 gage). All cold-formed steel framing, connectors, etc. shall r eceive a G60 galvanized coating. Studs, both interior and exter ior, shall be a maximum of 16-inches on center.

3.5.5.2. Cold-formed galvanized steel trusses and purlins sh all be pre-engineered and pre-fabricated in the manufactur er’s plant. Trusses constructed on site shall not be accepted. Cold-formed steel trusses shall be constructed from system comp onents specifically manufactured for trusses. Trusses desi gned and fabricated from standard light gauge framing member s shall not be accepted. Manufacturer’s standard steel truss m embers, bracing bridging, blocking, reinforcements, fastene rs and accessories for each type of steel farming required , as recommended by the manufacturer for the application indicated and as needed to provide a complete light gauge col d formed steel truss system shall be provided.

3.5.6. BRICK

3.5.6.1. Brick shall conform to Type FBS, ASTM C216, and Sta ndard Specification for Facing Brick. Brick shall be tes ted for efflorescence and shall be delivered factory-blende d to provide a uniform appearance and color range in the complet ed wall. Installation of brickwork shall comply with local c odes and locally accepted standards and practices.

3.5.7. STUCCO

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

3.5.8. METAL ROOFING AND EXTERIOR WALLS

3.5.8.1. Metal roof deck and exterior walls material shall b e galvanized steel and have a minimum thickness of 26 gages. Required section modulus and moment of inertia shal l be shown on drawings. If large areas of galvanized roof dec k will be exposed to view and is scheduled to be field painte d, specify that the underneath side of the roof deck shall be factory

Page 33: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

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

3.6. PLUMBING DESIGN CRITERIA 3.6.1. GENERAL

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

3.6.2. CODES, STANDARDS, REGULATIONS AND RECOMMENDED PRACTICES

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

� ACI American Concrete Institute � ANSI American National Standards Institute � ASTM American Society for Testing and Materials

Standards � AWWA American Water Works Association � International Building Code, International Code

Council � International Plumbing Code � International Building Code � International Fire Code � International Mechanical Code

3.6.3. WATER DISTRIBUTION

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

3.6.4. SANITARY SEWER

3.6.4.1. Soil, waste, vent, and drain, piping may be cast ir on, copper, steel, or plastic suitable for installation in a commercial waste, soil, vent, and drain system. Ea ch fixture and piece of equipment, except water closets, requi ring connection to the drainage system, shall be provide d with a trap. Provide deep seal trapped drain for cooling c oil condensate drain. Soil, waste, and drain piping in stalled below floor slabs shall be service weight hub and s pigot cast iron or plastic pipe. Building waste main lines sh all be no less than 4-inch diameter. All soil, waste, and dr ain piping shall be sized in accordance with the methods outli ned in the National Standard Plumbing Code. An isometric diag ram of the

Page 34: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

sanitary sewer system shall be included in the desi gn submittal.

3.6.4.2. Cleanouts shall be provided at each change in direc tion of

sanitary sewer lines, at the intervals specified in the National Standard Plumbing Code, and at the buildin g service entrance. All cleanouts shall be permanently acces sible. Ground cleanouts shall be installed in a 12-inch by 12-inch concrete pad, flush with grade.

3.6.4.3. Floor drains shall consist of a galvanized body, in tegral

seepage pan, and adjustable perforated or slotted c hromium-plated bronze, nickel-bronze, or nickel-brass strai ner, consisting of grate and threaded collar. Floor dra ins shall be cast iron except where metallic waterproofing membr ane is installed. Drains shall be of double drainage patt ern for embedding in the floor construction. The seepage p an shall have weep holes or channels for drainage to the dra inpipe. The strainer shall be adjustable to floor thickness. A clamping device for attaching flashing or waterproofing memb rane to the seepage pan without damaging the flashing or waterp roofing membrane shall be provided when required. Drains s hall be provided with threaded connection. Between the dra in outlet and waste pipe, a neoprene rubber gasket conforming to ASTM C 564 may be installed, provided that the drain is sp ecifically designed for the rubber gasket compression type joi nt. Floor drains shall conform to ASME 112.21.1M. ALL FLOOR DRAINS SHALL HAVE TRAP PRIMERS.

3.6.5. FIXTURES

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

3.6.5.2. All vitreous china plumbing fixtures shall conform to ANSI

A112.19.2M, Vitreous China Plumbing Fixtures. Stai nless steel fixtures shall be in accordance with ANSI A112.19.3 M, Stainless Steel Plumbing Fixtures (residential design).

3.6.5.3. Toilets shall be standard residential elongated bow l, low

tank, floor mounted. Gasket shall be wax type. Se at shall be white plastic, elongated, open front. The maximum water use shall be 1.6 gallons per flush.

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

Page 35: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

3.7. ELECTRICAL DESIGN CRITERIA

3.7.1. GENERAL

3.7.1.1. The warehouse shall be provided with electrical pow er service with adequate capacity, voltage profile and protection. The Contractor shall provide and install electric p ower transformer (15 KVA). A complete and functional ele ctrical system shall be provided and installed for the ware house. All materials, equipment, fixtures, and other appurtena nces shall comply with the applicable Underwriters' Laboratori es, Inc., standards or applicable standards of a similar inde pendent testing organization. The electrical distribution system shall consist of power panel boards with adequate capacit y, voltage profile, protection and power/branch circuits as re quired for facility utilization.

3.7.2. CODES, STANDARDS, REGULATIONS AND RECOMMENDED PRACTICES

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

• ANSI American National Standards Institute Standard s • ASTM American Society of Testing and Materials • EIA Electronic Industries Association • IEEE Institute of Electrical and Electronic Enginee rs • IES Illuminating Engineering Society Lighting Handb ook • IPCEA Insulated Power Cable Engineer’s Association

• ISA Instrument Society of America • NEC National Electrical Code • NEMA National Electrical Manufacturer’s Association • NESC National Electrical Safety Code • NFPA National Fire Protection Association Codes and

Standards

• TIA Telecommunications Industries Association • UL Underwriter’s Laboratories • UBC Uniform Building Code

3.7.3. PANELS

3.7.3.1. Surface mounted panels and equipment should only be

installed in safety spaces. All panels installed in normally occupied spaces should be flush mounted. All branch circuits should include a separate equipment ground wire reg ardless of the type of conduit used.

3.7.4. WIRING

Page 36: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

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

3.7.5. RECEPTACLES

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

3.7.6. LIGHTING.

3.7.6.1. Lighting levels for all areas shall use Illuminatin g Engineers Society (I.E.S.) recommended levels as ma ximum average maintained levels of illumination. Lightin g calculations for each area shall utilize data from the actual fixture to be used. Calculations and layout of fix tures in open office areas shall consider shadowing effects. The engineer designing the lighting system shall mainta in uniformity ratios equal to or better than that reco mmended by the I.E.S. standards. All offices shall be provide d with their own light switches, and shall also be provided wit h emergency lighting. Wall mounted emergency lighting shall no t be used

3.7.6.2. Fluorescent lighting systems should be utilized thr oughout

unless noted otherwise with the following energy sa ving considerations unless noted otherwise:

� Electronic Ballast � Highly Reflective Surfaces

3.7.7. GROUNDING

3.7.7.1. Separate grounding electrode systems shall be provi ded for power, lightning protection, signal, etc. All grou nding electrode systems shall have a maximum resistance t o ground of 10 ohms and shall be interconnected at a single poi nt. The designer should conduct measurements in a number of areas to

Page 37: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

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

BUILDING VENTILATION

The Contractor shall provide and install 6 exhaust fan type Aeolian. Supplemental ventilation shall be provided by ceil ing fans in the office

space. Fans shall have pull-chain switches and shal l be connected to conveniently located wall receptacle/switch.

The Contractor shall provide adequate attic and cr awl space ventilation. The Contractor shall design roof ridge, cornices, s offit and gable ends for adequate heat exhaust/condensation prevention. Insect screens shall be installed at all soffit/eave panels and attic ve nt locations. Total net vent are required at eaves shall be 1/300 of bu ilding area. An additional 1/600 of building area shall be provided by ridge vents. All vents shall be interconnected.

STRUCTURAL FOUNDATIONS Floor slab on grade shall be reinforced concrete. 15 cm thick. All slabs-on-grade shall be constructed over 6 mil visqueen or plastic

vapor barrier, 100mm (4”) thick gravel package capi llary water barrier. Vapor barrier shall be continuous and have sufficie nt overlap at joints to prevent penetration of moisture. Columns shall be metallic.

SIDEWALK Concrete sidewalks shall be constructed of non-rei nforced concrete with

a minimum compressive strength at 28 days of 20Mpa (3000psi). Sidewalks shall have a minimum of 1 meter by 10 cm thick and shall be placed on a prepared aggregate subgrade around all buildings an d interconnect with the adjacent buildings and/or roads/formation areas .

Contraction joints shall be provided at intervals not to exceed 1.5 times sidewalk width. Expansion joints shall be pro vided at all structures and at intervals no to exceed 15 meters of sidewalk length.

CHAIN LINK FENCING

Chain link fence shall be installed in the perimete r of the place as it is shown in the schematic drawings in a longitude o f 140 m approximately. Chain link fencing shall be 2 m in h eight and constructed of 9 Ga. Galv. chain link fabric and concertina wir e or three stands barbed wire.

Line posts shall be a minimum of 64mm (2.5”) diame ter Galvanized pipe with sufficient length for a minimum of 0.9 m depth concrete footing and spaced no more than 3 m. on center. Corner and end posts shall be a minimum of 76mm (3”) Galvanized pipe with sufficien t length for a minimum of 0.9 m depth concrete footing. Local pre- fab concrete posts

Page 38: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

and local material/design to be approved by The Con tracting Officer’s Representative.

Accessories as required by manufacturer’s recommen dation and/or common industrial practice.

BUILDING SYSTEM

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

FOUNDATION: Slab ribbed floor reinforced concrete. COLUMNS: Metalic profiles type “C”. MASONRY WALLS: Six hole Ceramic Brick wall at the o ffice and bathroom. EXTERIOR WALLS: Steel galvanized 26 gage sheet corr ugated over metallic support (trusses and purlins), profiles type “C”. FINISH INTERIOR WALLS:(Office) All masonry walls sh all be plastered with Portland cement. Plaster area not to exceed 13.3 me ter square without expansion joint. Paint shall be washable (epoxy bas e paint and/or fungus resistance base material). FINISH INTERIOR WALLS (BATHROOM): The interior wall shall be coated with ceramic wall tile. Coated height shall be 1.2 m fro m the floor. EXTERIOR WALLS: All metallic walls shall be galvani zed. ROOF: galvanized sheet No 26, over metal structure support (trusses and purlins). Roof eave with one meter overhang at each side is required translucid panels for natural lighting, 30 square m eters of translucid panels as a minimum) TRUSSES AND PURLINS: Exposed metal structure (C pro files type). TRUSSES AND PURLINS: Exposed metal structure protec ted with base oil paint. TRUSSES: Metal trusses and purlins are aloud to be used prior to certification structural design.

Page 39: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

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

WATER SUPPLY AND DISTRIBUTION SYSTEM The water distribution system shall be service the bathroom of the warehouse. The water supply shall be connected from nearest av ailable service line. The Contractor shall provide water service to the w arehouse in accordance with criteria drawings and as specified herein. PLUMBING

Page 40: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Plumbing shall be provided for cold water service o nly. Water service shall include a bathroom of warehouse. Plumbing fixtures shall be of vitreous china type o r approved by the Contracting Officer’s Representative. SANITARY SEWER SYSTEM Design and construct the water sewage system, Sanit ary Sewer Connection, Collection and Disposal System. All sewage effluent from the facility shall be routed to the sanitary sewer system. All sanitary l aterals shall be appropriately sized and sloped and shall have the a ppropriate number of clean-outs placed at the proper locations for proper syst em maintenance. All sewage effluent shall be connected to manholes from nearest available service line. MISCELLANEOUS: Install door stop hook for each door on the floor Insect screen used on windows shall be metal dark c olor type. Frames for insect screen shall be made of aluminum material. All electrical conduits, water and sewage PVC pipes and fitting shall be heavy duty type. Bathroom lavatories shall be vitreous china (Deca s tandard type). Water closet shall be same material floor mounted. Locks, locksets, latchets and deadlocks shall be, t o the maximum extent possible, of a single manufacturer and first qualit y. They shall be approved by Government Representative prior installation. Windows shall be aluminum type with glasses and mos quito screens with glass opening panels. All materials shall be first quality. All materials shall be approved, by the USACE repre sentative, prior to installation.

CONCRETE: Concrete for Structural Members/Slabs: 21 Mpa= 210Kg/cm2 @ 28 days, minimum. STEEL: Reinforcing Steel Bars or Mat: Grade 50 (500 00 psi) yield, minimum. DESIGN PARAMETERS: Design live loads: Roof = 50 Kg/ m2 (minimum) Copyright , The American Institute of Architects (A IA).

COVERED PARKING: COLUMNS: Type “C”. Metallic profiles. ROOF: galvanized sheet No 26, over metal structure support (trusses and purlins). TRUSSES AND PURLINS: Exposed metal structure (type “C” profiles). TRUSSES AND PURLINS: Exposed metal structure protec ted with base oil paint. TRUSSES: Metal trusses and purlins are aloud to be used prior to certification structural design. FOUNDATION: Reinforced Concrete for Structural Memb ers 21 Mpa= 210Kg/cm2 @ 28 days, minimum.

STEEL: Reinforcing Steel Bars or Mat: Grade 50 (500 00 psi) yield, minimum.

DESIGN PARAMETERS: Design live loads: Roof = 50 Kg/ m2 (minimum) Copyright , The American Institute of Architects (AIA).

Page 41: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 01012

DESIGN AFTER AWARD

PART 1 - GENERAL 1.1 DESIGN RESPONSIBILITY

The Contractor shall furnish and be responsible for a complete set of design documents as called for in Section 01010, Design Re quirements, and as called for hereinafter.

PART 2 - DESIGN SUBMITTAL

The Contractor shall submit its design in different phases and different stages to the Government for review. The number an d requirements of each design submittal are listed below. The number and contents of the design submittals shall be reflected in the Contractor’s p rogress charts. All review comments for each submittal shall have been annotat ed and incorporated into the design before approval is granted.

2.1 Technical Specifications: Utilize Unified Guide Spe cifications (UFGS) standard specifications in the SpecsIntact format. Utilize complete project specifications to cover the full scope of w ork. Delete references to materials that are not allowed or int ended to be provided. Government standards will not be referenced in the specifications; instead, provide any specific requirement of the st andard in the specification as applicable.

2.2 Permitting: The Contractor is responsible for iden tifying and obtaining all required permits prior to the start of construc tion.

2.3 Language: All submittals shall be in English. The calculations shall be segmented into the various major project element s, as listed below. All pages shall be numbered and diagrams provided a s appropriate to allow a checker to follow the flow of the calculati ons. Special features of the design that rely on a particular re ference shall have that reference so noted. All material properties u sed in the design shall be listed at the beginning of the calculation s. All calculations shall be in either English or S.I. units. Computer programs used in the design shall be fully described and a complete prin tout of input data, as well as full output data furnished as part of ca lculations.

PART 3 - GOVERNMENT APPROVED SUBMITTALS

The approval of submittals by the Contracting Offic er’s Representative (COR) shall not be construed as a complete check, but wil l indicate only that the design is in substantial conformance with the contr act requirements. Approval will not relieve the Contractor of the responsibili ty or liability for any error that may exist, as the Contractor is responsi ble for the design and construction of all work.

PART 4 - DESIGN SCHEDULE

Immediately following award of contract, the Contra ctor and all major sub-contractors shall attend a mandatory one-day projec t kick-off meeting, to discuss all questions and review issues related to the project. The meeting location and time will be determined by the COR. W ithin 21 days after Notice to Proceed, the Contractor shall submit, for approv al, a complete design schedule with all submittals and review times indic ated by calendar dates.

Page 42: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

The schedule shall be updated monthly with copies f urnished to the COR, Mobile District Project Manager. No progress payments wil l be made without an approved schedule. Any additional changes that the Contractor may wish to make to number or composition of design submittals shall be made 30 days prior to the expected submittal date. The Contractor shal l allow 21 days for the Government review period if submittal dates are met . If a scheduled design submittal date is not met without notifying the Con tracting Officer in writing one (1) week in advance, 28 days shall be allowed f or the Government review period. If a submittal date is not going to be met , the Contractor shall notify the contracting officer, in writing, one (1) week prior to the scheduled submittal date. Failure to do so will in crease the Government review time by seven (7) days. See Paragraph: "SUB MITTAL REVIEW".

PART 5 - PROGRESS CHARTS

The Contractor shall prepare and submit a progress chart to the COR. The progress chart shall show, as a percentage of the t otal design price, the various items included in the contract and the orde r in which the Contractor proposes to carry on the work. The dates on which the Contractor will start the features of the work and the contemplated dates for completing the same shall also be indicated. Significant milestones su ch as review submittals shall be shown. The Contractor shall assign suffic ient technical, supervisory and administrative personnel to insure the prosecut ion of the work in accordance with the progress schedule. The Contrac tor shall correct the progress schedule at the end of each month and shal l deliver three copies to the COR. In as much as monthly partial payments to the Contractor are based to a large extent on the progress schedule, the mon thly corrections should be realistically made to the best ability of the Contr actor.

PART 6 - STAGES AND CONTENTS OF DESIGN SUBMITTALS ( Information provided below is intended to supplement the COE Mobile District D esign Manual requirements) 6.1 50% DESIGN STAGE SUBMITTAL

The review of this submittal is primarily to ensure that the contract documents and design analysis are proceeding in a t imely manner and that the design criteria are being correctly interpreted. T he submittal shall consist of the following:

A. Sitework: 1. Provide drawings, narrative and supporting document ation

incorporating work as shown for an interim submitta l in the Mobile District Design Manual. Identify all required permi ts.

2. Provide marked-up specifications supporting work in this category. 3. The Contractor shall have identified any areas of t he project

scope which may need clarification based upon field investigation and shall submit such request in writing along with supporting data or justification.

4. Additionally, the Contractor shall submit in writin g any changes requested to project scope based upon field investi gation. The required “Site Investigation Report” shall be submi tted for review at this stage.

5. It shall be the sole responsibility of the Contract or to insure that all project requirements are clearly understoo d at this stage of the project.

6. The Contractor shall be responsible for any geotech nical investigation required to be able to construct all the facilities under this contract.

Page 43: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

B. Water Supply and Sanitary Sewerage:

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

2. The submittal shall contain the design narrative an d design

calculations for the water and sanitary sewer syste ms relating to this project. Include an analysis showing the requ ired size of all components of the water supply and sanitary sew erage system. The narrative shall discuss anticipated permit requ irements for water and sanitary sewer features. Identify any de viation in the design from what was originally proposed and provid e reasons and justifications for the deviation.

3. The Contractor shall perform a fire protection desi gn analysis in

accordance with UFC 3-600-01. The Contractor shall provide the services of a qualified fire protection engineer wh o shall be an integral part of the design team and shall be invol ved in all aspects of the design as it relates to fire protect ion, in accordance with UFC 3-600-01.

4. Provide marked-up specifications supporting work in this category.

5. The Drawings shall show, in plan, the anticipated w ater

distribution and sanitary sewerage collection syste ms and layout. The drawings shall include standard details.

C. Architectural Design:

1. Provide drawings, narrative, and supporting documen tation incorporating work as shown for an interim submitta l in the Mobile District Design Manual.

2. Provide marked-up specifications supporting work in this category. 3. Provide detail drawings (Building Sections, Elevati ons, etc.)

details of Windows, Doors, Rails, Walls, Partitions , Shelving and Cabinets, and Door Thresholds.

4. Provide building code analysis and a fire protectio n analysis in accordance with UFC 3-600-01.

D. Structural:

1. Provide drawings, narrative, design analysis to include calculations and supporting documentation incorpor ating work as shown for an interim submittal in the Mobile Distr ict Design Manual.

2. Design analysis shall include calculations demon strating that the floor system is acceptable in accordance with the "AISC Steel Design Guide Series #11: Floor Vibrations Due to Human Activity."

Page 44: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

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

E. Plumbing:

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

2. Provide justifications and brief descriptions of th e types of

plumbing fixtures, piping materials and equipment p roposed for use.

3. Provide pipe layouts and risers for each plumbing s ystem listed

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

4. The design analysis, submitted for review shall con sist of the

following:

a. Catalog cuts of equipment such as backflow preve nters

and plumbing fixtures.

5. Indicate locations and general arrangement of plumb ing fixtures

and major equipment. 6. Include equipment and fixture schedules with descri ptions,

capacities, locations, connection sizes and other i nformation as required.

7. Include technical specifications of materials and m ethods.

F. Interior Electrical System:

1. Narrative: In narrative, address the followin g to allow verification that the design complies with the requ irements of the project. The design analysis shall include all ca lculations required to support design decisions and estimates at this stage of design. The analysis shall include specific cri teria furnished, conference minutes, and cost analyses of all systems considered. a. Indicate electrical characteristics (voltage, ph ases, and

number of wires) for the electrical system. b. Provide a description of lighting systems(s) to be used for

all areas, referencing calculations. Also, include tabulation showing the following:

c. State the type of wiring system to be used, suc h as

insulated conductors installed in rigid or intermed iate metal conduit, insulated conductors installed in el ectrical metallic tubing, etc. and location of proposed use.

d. Describe the type of grounding system planned.

Page 45: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

e. Describe the basic characteristics of panel boa rds and other

major pieces of electrical equipment being provided . Short circuit and voltage drop calculations at all equipm ent with protective devices included shall be provided. Ind icate equipment interrupting ratings and short circuits w ithstand ratings based on these calculations.

f. Provide a statement that no duct or liquid pipi ng shall pass

over and/or through any electrical space and/or roo m as defined by the National Electrical Code.

g. Completed short circuit calculations and a coor dination

analysis for the entire electrical system shall be provided. All equipment shall be identified by manufacturer's name and catalog number.

h. Complete voltage drop calculations shall be prov ided. The

voltage drop calculations shall use the same single line diagram as the short circuit calculations and shall show drops at the same locations as short circuit curren ts are shown.

i. All details shall be completed at this stage. Co ngested

areas where there can be interferences with various systems shall be thoroughly detailed by expanded scale draw ings.

2. Drawings: In drawings, provide the following to allow

verification that the design complies with the requ irements of the project. The Contractor is fully responsible for t he design. It shall be thoroughly checked for errors and conflict s (both within and between disciplines).

a. The power riser or one-line diagram shall be ess entially

complete except for finalization of conduit and wir e sizes. b. Panel boards and all other utilization equipment shall be

located on the floor plans. Schedules for applicab le equipment shall be provided. The schedules shall i nclude all pertinent information to fully describe the equ ipment. Elevations for free standing equipment shall be pro vided but need not be entirely finalized. Details of the la youts for electrical room and closets shall be shown.

c. Branch circuits, lighting fixtures, receptacles, and

switches, shall be shown with number of conductors indicated.

d. A completed fixture schedule shall be included o n the

drawings.

G. Exterior Electrical Distribution System.

1. 50% design including as a minimum the following: 2. In a narrative, briefly describe the electrical dis tribution

system for this project. State any deficiencies to be corrected

Page 46: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

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

3. State the electrical characteristics of the power s upply from the

service point to the main service equipment. 4. Indicate the type, number, voltage rating and conne ctions, and KVA

rating of all transformers provided. 5. State the type of conductor to be used and provide a justification

for its use. 6. Include a statement describing the criteria used fo r the exterior

design such as primary and secondary voltage drop. Describe the physical characteristics of the power lines. Provi de the short circuit current available at the site and state the source of this value.

7. Include a description of all exterior security ligh ting included

in the design. Identify the fixture types, poles a nd design lighting levels. Provide point-to-point calculatio ns showing that all design levels have been achieved.

8. Describe energy conservation measures and/or techni ques that are

being incorporated into the design. 9. Provide exterior electrical design drawings showing the proposed

layout of the exterior electrical system and major components, thereof.

6.2 100% UNREVIEWED SUBMITTAL (All Submittals Shall Com ply With Mobile

District Design Manual)

The purpose of this submittal is to insure that the design is in accordance with directions provided the Contractor during the design process. The Contractor shall submit the following documents for Final Review:

• Design Analysis, developed to 100%. • 100% Complete Drawings. • Typed Specifications. • Annotated 50% Review Comments

The Contract Drawings submitted for Final Review sh all include the drawings previously submitted which have been revised and co mpleted as necessary. The Contractor is expected to have completed all of his coordination checks and have the drawings in a design complete condition. The drawings shall be complete at this time including the incorporation o f any design review comments generated by the Preliminary design review . The drawings shall contain all the details necessary to assure a clear understanding of the work throughout construction. Shop drawings will not be considered as design drawings. All designs shall be shown on design dra wings prior to submittal of shop drawings.

The Design Analysis submitted for 100% UFD Review s hall be in its final form. The Design Analysis shall include all backup materi al previously submitted and revised as necessary. All design calculations shal l be included. The Design Analysis shall contain all explanatory material giv ing the design rationale

Page 47: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

for any design decisions that would not be obvious to an engineer reviewing the Final Drawings and Specifications.

The Draft Specifications on all items of work submi tted for Final Review shall consist of typed specification sections.

A. Sitework: 1. Provide drawings, specifications, narrative, annota ted

comments, and supporting documentation revised to c omply with comments resulting from 50% submittal. Includ e copies of all required permit applications.

B. Water Supply: 1. The 100% un-review submittal shall be a refinement and

completion of the preliminary submittal. The Contr actor shall incorporate all earlier accepted comments int o the design package.

2. Drawings shall be completed and ready for implement ation by construction forces.

3. The submittal shall include all construction detail s and standard drawings.

4. Specifications shall be edited and complete. C. Architectural:

Provide drawings, specifications, narrative, annota ted comments, and supporting documentation revised to comply with comments resulting from 50% submittal.

D. Structural:

Provide drawings, specifications, narrative, annota ted comments, and supporting documentation revised to comply with comments resulting from 50% submittal.

E. Plumbing:

Provide drawings, specifications, narrative, annota ted comments, and supporting documentation revised to comply with comments resulting from 50% submittal.

F. Interior Electrical System:

Provide drawings, specifications, narrative, annota ted comments, and supporting documentation revised to comply with comments resulting from 50% submittal.

G. Exterior Electrical Distribution System.

Provide drawings, specifications, narrative, annota ted comments, and supporting documentation revised to comply with comments resulting from 50% submittal.

6.3 FINAL SUBMITTAL

A. Completed drawings, specifications and supporting d ocumentation for all disciplines per COE Design Manual with all comments incorporated.

Page 48: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

PART 7 - QUANTITY OF SUBMITTAL ITEMS

The documents that the Contractor shall submit to t he Government for each submittal are listed. At the Final submittal, the Contractor shall also submit one full size set of blackline paper plot dr awings and one original hard copy set of the specifications to the COE Mobi le District Office Project Manager. At the final submittal, the Contractor sh all also submit 2 CD’s each with a complete set of drawings and specifications.

PART 8 - MAILING OF SUBMITTALS

All submittals to the Government during design and construction shall be mailed using overnight mailing service. The addres ses to which each copy shall be mailed are listed below. In addition to t hose listed below, the Contractor shall provide one of each item listed to the COR. Each submittal shall have a transmittal letter accompanying it tha t indicates the date, design percentage, type of submittal, list of items submitted, transmittal number and point of contact with telephone number.

8.1 ADDRESSES AND SUBMITTAL DISTRIBUTION

A. CESAM-EN-HH U.S. Army, Corps of Engineers Mobile District 109 St. Joseph Street Mobile, AL 36602

B. CESAM-PM-LA U.S. Army, Corps of Engineers Mobile District Attn: Dennis Fails 109 St. Joseph Street Mobile, AL 36602

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

8.2 DESIGN SUBMITTAL REQUIREMENTS

The following table lists the number of copies of d esign submittal requirements for this project:

# Items 50% Submittal

# Items 100% Unreviewed

Submittal

# Items Final Submittal

CESAM-EN-HH (COE Mobile)

2 Design Analysis 2 Drawings 2 Specifications

2 Design Analysis 2 Drawings 2 Specifications 2 Annotated Comments

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

Antonio
Resaltado
Page 49: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1 Lessons Learned 1 Drawing Set, Full Size 2 CD- ROM containing plans and specs (PDF format)

CESAM-CD-LB (COE Mobile)

1 Design Analysis 1 Drawings 1 Specifications 1 Permit Applications

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

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

PART 9 – SUBMITTAL REVIEWS

MS Word will be the software used for preparing and annotating comments. The reviewers will e-mail the comments to the Project M anager who will in turn e-mail the review comments to the COR who will then e -mail the comments to the Contractor.

The review will be for conformance with the technic al requirements of the solicitation. The Government will take twenty-one (21) days to review and comment on each design submittal including the 100% unreviewed submittal. If the Contractor disagrees technically with any comme nt or comments and does not intend to comply with the comment, he shall clearly outline, with ample justification, the reasons for noncompliance within five (5) days after receipt of these comments in order that the comment can be resolved. The disposition of all comments shall be furnished in w riting with the next scheduled submittal. The Contractor is cautioned i n that if he believes the action required by any comment exceeds the requirem ents of this contract, that he should take no action and notify the COR in writ ing immediately.

Review conferences will be held for each design sub mittal by tele-conference. The Contractor shall have the personnel that develo ped the design submittal available for each conference call. A/E Team Membe rs will also available by phone. These tele-conferences will take place the w eek after the twenty-one (21) day review period. The Contractor shall be re sponsible for writing and distributing Minutes on each submittal review confe rence within 7 calendar days of the tele-conference. Distribution shall be to the offices shown under paragraph 8, Mailing of Submittals.

If a design submittal is over one (1) day late (in accordance with the latest design schedule) and the Contractor has not given t he COR a one (1) week notice that the submittal will be late, the Governm ent review period will be 28 days instead of 21 days. The review conference will be held the week after the 28-day review period.

PART 10 - PROGRESS BRIEFINGS

The Contractor shall receive official review commen ts from the COR only; comments forwarded from other sources shall not be accepted by the Contractor. The Contractor shall prepare and brief project prog ress at the approximate 35% construction stage. The briefing will be held at t he project site or another location to be determined.

Antonio
Resaltado
Antonio
Resaltado
Antonio
Resaltado
Page 50: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

PART 11 - PAYMENT DURING DESIGN

Payments, as authorized by the Authorized Represent ative Contracting Officer (COR), will be made monthly for the amount and valu e of the work and services performed by the Contractor. This estimate will be verified by the Contracting Officer utilizing the progress charts o r the CONTRACTOR-PREPARED NETWORK ANALYSIS SYSTEM submitted by the Contractor and independent analyses of progress. See Contract Clause entitled PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS for additional information.

PART 12 - DESIGN ANALYSIS

12.1 MEDIA AND FORMAT

The design analysis shall be presented on 21.6 cm b y 27.9 cm (8-1/2 inch by 11 inch) paper except that larger sheets may be used w hen required for graphs or other special calculation forms. All sheets shall be in reproducible form. The material may be typewritten, hand lettered, han dwritten, or a combination thereof, provided it is legible. Side margins shal l be 2.54 cm (1 inch) minimum to permit side binding and head to head pri nting. Bottom margins shall be 3.175 cm (1-1/4 inches), with page numbers 2.54 cm (1 inch) from the bottom.

Design documents shall include a listing of registe red professionals and the portion of the project for which they are responsib le. Registered Professional shall be interpreted to include only those individu als licensed to practice within a particular discipline in either the United States or Colombia. List shall also include names of persons responsible for checking documents and their qualifications. As a minimum, registered des igners and qualified checkers shall be identified for the following disc iplines: Architectural, Mechanical, Electrical and Structural.

12.2 DESIGN CALCULATIONS

Design calculations are a part of the design analys is. When they are voluminous, they shall be bound separately from the narrative part of the design analysis. The design calculations shall be presented in a clean and legible form incorporating a title page and index f or each volume. A table of contents, which shall be an index of the indices, s hall be furnished when there is more than one volume. The source of loadi ng conditions, supplementary sketches, graphs, formulae, and refer ences shall be identified. Assumptions ad conclusions shall be explained. Cal culation sheets shall carry the names or initials of the computer and the check er and the dates of calculations and checking. No portion of the calcu lations shall be computed and checked by the same person.

12.3 AUTOMATIC DATA PROCESSING SYSTEMS (ADPS)

When ADPS are used to perform design calculations, the design analysis shall include descriptions of the computer programs used and copies of the ADPS input data and output summaries. When the computer output is large, it may be divided into volumes at logical division points. E ach set of computer printouts shall be preceded by an index and by a de scription of the computation performed. If several sets of computat ions are submitted, they shall be accompanied by a general table of contents in addition to the

Page 51: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

individual indices. Preparation of the description s which must accompany each set of ADPS printouts shall include the following:

A. Explain the design method, including assumptions , theories, and formulae.

B. Include applicable diagrams, adequately identif ied.

D. State exactly the computation performed by the comp uter. E. Provide all necessary explanations of the computer printout

format, symbols, and abbreviations. F. Use adequate and consistent notation. G. Provide sufficient information to permit manual che cks of the

results. PART 13 - DRAWINGS

All drawings shall be Computer-Aided Design and Dra fting (CADD) in AutoCAD 2000 or later format. The Contractor shall prepare the drawings in such a manner that the Corps of Engineers could construct the facility without any additional assistance from the Contractor. Drawing s shall be complete. Unnecessary work such as duplicate views, notes and lettering, and repetition of details shall not be permitted. Standard detail s not applicable to the project shall not be shown, and unnecessary wasted space shall be minimized. Details of standard products or items which are ade quately covered by specifications shall not be included on the drawing s. Drawings shall be detailed such that conformance with the RFP can be checked and to the extent that shop drawings can be checked. Shop drawings s hall not be used as design drawings. The Contractor shall use standard Corps of Engineers title blocks and borders on all drawings at all submittal stages . Standard drawing sheet formats and title blocks, and file and drawing CADD file names will be furnished to the Contractor by the Government. The Contractor shall incorporate the drawing, file, and contract numbers on individual drawing sheets at the earliest submittal.

50% and 100% un-review Submittals. Drawing submitt als shall be half size 279 mm x 432 mm (11”x17”) black lines or plots.

Final Submittal. Drawing submittal shall be half s ize (11" x 17") black lines or plots. The full size plot shall be furnished on 559 mm x 864 mm (22”x34”) sheets. Refer to Section 8 for complete submittal requirements.

The building drawings shall consist of 1:100 minimu m floor plans and elevations. Building wall sections shall be drawn at a minimum of 1:20. The site and exterior utility drawings shall use a mini mum scale of 1:500 unless otherwise indicated. Additionally, the overall sit e plan for this project shall be on one drawing sheet. Minimum type size o n half size drawings is 1.5 mm.

PART 14 - SPECIFICATIONS

The Contractor shall submit marked-up specification s at the 50% submittal and final typed specifications at the 100% un-review an d final submittals. The specifications shall be Corps of Engineers Guide Sp ecifications. These specifications are available on the Internet at:

http://www.sam.usace.army.mil/sam/en/en.htm

Page 52: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

The specification shall be detailed enough such tha t another product meeting the specification could be substituted and it would not adversely impact the project. All marked-out or redlined text shall be deleted and all inserted text shall be typed at the 100% un-review and final submittals.

PART 15 - SUBMITTAL REGISTER

The Contractor shall develop submittal requirements required during construction as part of the design phase of the con tract. This shall be done by the Contractor’s Designer of Record by producing a Contractor Submittal Register at each submittal during design. A submit tal register shall be prepared for each section of the specifications for the submittal requirements of that section. The Contractor’s Designer of Reco rd shall be responsible for listing all required submittals necessary to insure the project requirements are complied with. The Register shall identify sub mittal items such as shop drawings, manufacturer's literature, certificates o f compliance, material samples, guarantees, test results, etc. that the Co ntractor shall submit for review and/or approval action during the life of th e construction contract. See Section: 01330 SUBMITTAL PROCEDURES (DESIGN BUI LD) for submittal and submittal register definitions and procedures.

PART 17 - LESSONS LEARNED

Mobile District has incorporated a system of compli ance with lessons learned from previous building projects. The Contractor sh all incorporate these lessons learned as part of this work. The lessons learned are available on the Internet at: http://www.sam.usace.army.mil/sam/en/en.htm

These lessons learned cover all engineering discipl ines. The Contractor shall submit the lessons learned summary sheet, signed an d dated, at the 100% and final submittals indicating awareness of, and compl iance with, recommended actions contained in the individual lessons learned .

PART 18 - AS-BUILTS

The Contractor shall submit as-built drawings accur ately reflecting the built condition for all site, utilities and building comp onents. The site utilities shall be certified by a licensed Surveyor. The Arc hitect and Engineer of Record shall certify all as-built drawings related to their disciplines.

-END OF SECTION-

Page 53: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 32 01

PROJECT SCHEDULE 04/06

PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this s pecification to the extent referenced. The publications are referred to withi n the text by the basic designation only. U.S. ARMY CORPS OF ENGINEERS (USACE) ER 1-1-11(1995) Progress, Schedules, and Network An alysis Systems 1.2 QUALIFICATIONS The Contractor shall designate an authorized repres entative who shall be responsible for the preparation of all required pro ject schedule reports. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS Pursuant to the Contract Clause, SCHEDULE FOR CONST RUCTION CONTRACTS, a Project Schedule as described below shall be prepar ed. The scheduling of design and construction shall be the responsibility of the Contractor. Contractor management personnel shall actively part icipate in its development. Designers, SubContractors and suppliers working on the project shall also contribute in developing and maintaining an accurat e Project Schedule. The approved Project Schedule shall be used to measure the progress of the work, to aid in evaluating time extensions, and to provid e the basis of all progress payments. 3.2 BASIS FOR PAYMENT The schedule shall be the basis for measuring Contr actor progress. Lack of an approved schedule or scheduling personnel will resu lt in an inability of the Contracting Officer to evaluate Contractor's progre ss for the purposes of payment. Failure of the Contractor to provide all information, as specified below, shall result in the disapproval of the entir e Project Schedule submission and the inability of the Contracting Off icer to evaluate Contractor progress for payment purposes. In the case where P roject Schedule revisions have been directed by the Contracting Officer and t hose revisions have not been included in the Project Schedule, the Contract ing Officer may hold retainage up to the maximum allowed by contract, ea ch payment period, until revisions to the Project Schedule have been made. 3.3 PROJECT SCHEDULE The computer software system utilized by the Contra ctor to produce the Project Schedule shall be capable of providing all requirem ents of this specification. Failure of the Contractor to meet the requirements of this specification shall

Page 54: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

result in the disapproval of the schedule. Manual methods used to produce any required information shall require approval by the Contracting Officer. 3.3.1 Use of the Critical Path Method The Critical Path Method (CPM) of network calculati on shall be used to generate the Project Schedule. The Contractor shal l provide the Project Schedule in the Precedence Diagram Method (PDM). 3.3.2 Level of Detail Required The Project Schedule shall include an appropriate l evel of detail. Failure to develop or update the Project Schedule or provide d ata to the Contracting Officer at the appropriate level of detail, as spec ified by the Contracting Officer, shall result in the disapproval of the sch edule. The Contracting Officer will use, but is not limited to, the follow ing conditions to determine the appropriate level of detail to be used in the P roject Schedule: 3.3.2.1 Activity Durations Contractor submissions shall follow the direction o f the Contracting Officer regarding reasonable activity durations. Reasonabl e durations are those that allow the progress of activities to be accurately d etermined between payment periods (usually less than 2 percent of all non-pro curement activities' Original Durations are greater than 20 days). 3.3.2.2 Design and Permit Activities Design and permitting activities, including necessa ry conferences and follow-up actions and design package submission dates, sha ll be integrated into the schedule. 3.3.2.3 Procurement Activities Tasks related to the procurement of long lead mater ials or equipment shall be included as separate activities in the project sche dule. Long lead materials and equipment are those materials that have a procu rement cycle of over 90 days. Examples of procurement process activities i nclude, but are not limited to: submittals, approvals, procurement, fabricatio n, and delivery. 3.3.2.4 Critical Activities The following activities shall be listed as separat e line activities on the Contractor's project schedule: a. Submission and approval of mechanical/electri cal layout drawings. b. Submission and approval of O & M manuals. c. Submission and approval of as-built drawings. d. Submission and approval of 1354 data and inst alled equipment lists. e. Submission and approval of testing and air ba lance (TAB). f. Submission of TAB specialist design review re port. g. Submission and approval of fire protection sp ecialist.

Page 55: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

h. Submission and approval of testing and balanc ing of HVAC plus commissioning plans and data. i. Air and water balance dates. j. HVAC commissioning dates. k. Controls testing plan. l. Controls testing. m. Performance Verification testing. n. Other systems testing, if required. o. Prefinal inspection. p. Correction of punchlist from prefinal inspect ion. q. Final inspection. 3.3.2.5 Government Activities Government and other agency activities that could i mpact progress shall be shown. These activities include, but are not limit ed to: approvals, design reviews, environmental permit approvals by State re gulators, inspections, utility tie-in, Government Furnished Equipment (GFE ) and Notice to Proceed (NTP) for phasing requirements. 3.3.2.6 Responsibility All activities shall be identified in the project s chedule by the party responsible to perform the work. Responsibility in cludes, but is not limited to, the subcontracting firm, Contractor work force, or government agency performing a given task. Activities shall not belo ng to more than one responsible party. The responsible party for each activity shall be identified by the Responsibility Code. 3.3.2.7 Work Areas All activities shall be identified in the project s chedule by the work area in which the activity occurs. Activities shall not be allowed to cover more than one work area. The work area of each activity shal l be identified by the Work Area Code. 3.3.2.8 Modification or Claim Number Any activity that is added or changed by contract m odification or used to justify claimed time shall be identified by a mod o r claim code that changed the activity. Activities shall not belong to more than one modification or claim item. The modification or claim number of ea ch activity shall be identified by the Mod or Claim Number. Whenever po ssible, changes shall be added to the schedule by adding new activities. Ex isting activities shall not normally be changed to reflect modifications. 3.3.2.9 Bid Item

Page 56: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

All activities shall be identified in the project s chedule by the Bid Item to which the activity belongs. An activity shall not contain work in more than one bid item. The bid item for each appropriate ac tivity shall be identified by the Bid Item Code. 3.3.2.10 Phase of Work All activities shall be identified in the project s chedule by the phases of work in which the activity occurs. Activities shal l not contain work in more than one phase of work. The project phase of each activity shall be by the unique Phase of Work Code. 3.3.2.11 Category of Work All Activities shall be identified in the project s chedule according to the category of work which best describes the activity. Category of work refers, but is not limited, to the procurement chain of act ivities including such items as designs, design package submissions design reviews, review conferences, permits, submittals, approvals, procur ement, fabrication, delivery, installation, start-up, and testing. The category of work for each activity shall be identified by the Category of Wor k Code. 3.3.2.12 Feature of Work All activities shall be identified in the project s chedule according to the feature of work to which the activity belongs. Fea ture of work refers, but is not limited to, a work breakdown structure for the project. The feature of work for each activity shall be identified by the F eature of Work Code. 3.3.3 Scheduled Project Completion The schedule interval shall extend from NTP to the contract completion date. 3.3.3.1 Project Start Date The schedule shall start no earlier than the date o n which the NTP was acknowledged. The Contractor shall include as the first activity in the project schedule an activity called "Start Project" . The "Start Project" activity shall have an "ES" constraint date equal t o the date that the NTP was acknowledged, and a zero day duration. 3.3.3.2 Constraint of Last Activity Completion of the last activity in the schedule sha ll be constrained by the contract completion date. Calculation on project u pdates shall be such that if the early finish of the last activity falls afte r the contract completion date, then the float calculation shall reflect a ne gative float on the critical path. The Contractor shall include as the last activity in the project schedule an activity called "End Project". The "End Project" activity shall have an "LF" constraint date equal to the com pletion date for the project, and a zero day duration. 3.3.3.3 Early Project Completion In the event the project schedule shows completion of the project prior to the contract completion date, the Contractor shall iden tify those activities that have been accelerated and/or those activities that are scheduled in parallel to support the Contractor's "early" completion. Co ntractor shall specifically

Page 57: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

address each of the activities noted in the narrati ve report at every project schedule update period to assist the Contracting Of ficer in evaluating the Contractor's ability to actually complete prior to the contract period. 3.3.4 Interim Completion Dates Contractually specified interim completion dates sh all also be constrained to show negative float if the early finish date of the last activity in that phase falls after the interim completion date. 3.3.4.1 Start Phase The Contractor shall include as the first activity for a project phase an activity called "Start Phase X" where "X" refers to the phase of work. The "Start Phase X" activity shall have an "ES" constra int date equal to the date on which the NTP was acknowledged, and a zero day d uration. 3.3.4.2 End Phase The Contractor shall include as the last activity i n a project phase an activity called "End Phase X" where "X" refers to t he phase of work. The "End Phase X" activity shall have an "LF" constraint dat e equal to the completion date for the project, and a zero day duration. 3.3.4.3 Phase X The Contractor shall include a hammock type activit y for each project phase called "Phase X" where "X" refers to the phase of w ork. The "Phase X" activity shall be logically tied to the earliest an d latest activities in the phase. 3.3.5 Default Progress Data Disallowed Actual Start and Finish dates shall not be automati cally updated by default mechanisms that may be included in CPM scheduling s oftware systems. Actual Start and Finish dates on the CPM schedule shall ma tch those dates provided from Contractor Quality Control Reports. Failure o f the Contractor to document the Actual Start and Finish dates on the D aily Quality Control report for every in-progress or completed activity, and fa ilure to ensure that the data contained on the Daily Quality Control reports is the sole basis for schedule updating shall result in the disapproval o f the Contractor's schedule and the inability of the Contracting Officer to eva luate Contractor progress for payment purposes. Updating of the percent comp lete and the remaining duration of any activity shall be independent funct ions. Program features which calculate one of these parameters from the ot her shall be disabled. 3.3.6 Out-of-Sequence Progress Activities that have posted progress without all pr eceding logic being satisfied (Out-of-Sequence Progress) will be allowe d only on a case-by-case approval of the Contracting Officer. The Contracto r shall propose logic corrections to eliminate all out of sequence progre ss or justify not changing the sequencing for approval prior to submitting an updated project schedule. 3.3.7 Negative Lags Lag durations contained in the project schedule sha ll not have a negative value.

Page 58: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

3.4 PROJECT SCHEDULE SUBMISSIONS The Contractor shall provide the submissions as des cribed below. The data disk, reports, and network diagrams required for ea ch submission are contained in paragraph SUBMISSION REQUIREMENTS. 3.4.1 Preliminary Project Schedule Submission The Preliminary Project Schedule, defining the Cont ractor's planned operations for the first 60 calendar days shall be submitted f or approval within 20 calendar days after the NTP is acknowledged. The a pproved preliminary schedule shall be used for payment purposes not to exceed 60 calendar days after NTP. 3.4.2 Initial Project Schedule Submission The Initial Project Schedule shall be submitted for approval within 40 calendar days after NTP. The schedule shall provid e a reasonable sequence of activities which represent work through the entire project and shall be at a reasonable level of detail. 3.4.3 Periodic Schedule Updates Based on the result of progress meetings, specified in "Periodic Progress Meetings," the Contractor shall submit periodic sch edule updates. These submissions shall enable the Contracting Officer to assess Contractor's progress. If the Contractor fails or refuses to fu rnish the information and project schedule data, which in the judgement of th e Contracting Officer or authorized representative is necessary for verifyin g the Contractor's progress, the Contractor shall be deemed not to hav e provided an estimate upon which progress payment may be made. 3.4.4 Standard Activity Coding Dictionary The Contractor shall use the activity coding struct ure defined in the Standard Data Exchange Format (SDEF) in ER 1-1-11, Appendix A. This exact structure is mandatory, even if some fields are not used. 3.5 SUBMISSION REQUIREMENTS The following items shall be submitted by the Contr actor for the preliminary submission, initial submission, and every periodic project schedule update throughout the life of the project: 3.5.1 Data Disks Two data disks containing the project schedule shal l be provided. Data on the disks shall adhere to the SDEF format specified in ER 1-1-11, Appendix A. 3.5.1.1 File Medium Required data shall be submitted on 3.5 disks, form atted to hold 1.44 MB of data, under the MS-DOS Version 5. or 6.x, unless ot herwise approved by the Contracting Officer. 3.5.1.2 Disk Label

Page 59: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

A permanent exterior label shall be affixed to each disk submitted. The label shall indicate the type of schedule (Preliminary, I nitial, Update, or Change), full contract number, project name, project locatio n, data date, name and telephone number of person responsible for the sche dule, and the MS-DOS version used to format the disk. 3.5.1.3 File Name Each file submitted shall have a name related to ei ther the schedule data date, project name, or contract number. The Contra ctor shall develop a naming convention that will ensure that the names of the f iles submitted are unique. The Contractor shall submit the file naming convent ion to the Contracting Officer for approval. 3.5.2 Narrative Report A Narrative Report shall be provided with the preli minary, initial, and each update of the project schedule. This report shall be provided as the basis of the Contractor's progress payment request. The Nar rative Report shall include: a description of activities along the 2 m ost critical paths, a description of current and anticipated problem area s or delaying factors and their impact, and an explanation of corrective acti ons taken or required to be taken. The narrative report is expected to relay t o the Government, the Contractor's thorough analysis of the schedule outp ut and its plans to compensate for any problems, either current or pote ntial, which are revealed through that analysis. 3.5.3 Approved Changes Verification Only project schedule changes that have been previo usly approved by the Contracting Officer shall be included in the schedu le submission. The Narrative Report shall specifically reference, on a n activity by activity basis, all changes made since the previous period a nd relate each change to documented, approved schedule changes. 3.5.4 Schedule Reports The format for each activity for the schedule repor ts listed below shall contain: Activity Numbers, Activity Description, O riginal Duration, Remaining Duration, Early Start Date, Early Finish Date, Late Start Date, Late Finish Date, Total Float. Actual Start and Actual Finish Dates shall be printed for those activities in progress or completed. 3.5.4.1 Activity Report A list of all activities sorted according to activi ty number. 3.5.4.2 Logic Report A list of Preceding and Succeeding activities for e very activity in ascending order by activity number. Preceeding and succeedin g activities shall include all information listed above in paragraph Schedule Reports. A blank line shall be left between each activity grouping. 3.5.4.3 Total Float Report A list of all incomplete activities sorted in ascen ding order of total float. Activities which have the same amount of total floa t shall be listed in

Page 60: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

ascending order of Early Start Dates. Completed ac tivities shall not be shown on this report. 3.5.4.4 Earnings Report A compilation of the Contractor's Total Earnings on the project from the NTP until the most recent Monthly Progress Meeting. Th is report shall reflect the Earnings of specific activities based on the agreem ents made in the field and approved between the Contractor and Contracting Off icer at the most recent Monthly Progress Meeting. Provided that the Contra ctor has provided a complete schedule update, this report shall serve a s the basis of determining Contractor Payment. Activities shall be grouped by bid item and sorted by activity numbers. This report shall: sum all acti vities in a bid item and provide a bid item percent; and complete and sum al l bid items to provide a total project percent complete. The printed report shall contain, for each activity: the Activity Number, Activity Descriptio n, Original Budgeted Amount, Total Quantity, Quantity to Date, Percent C omplete (based on cost), and Earnings to Date. 3.5.5 Network Diagram The network diagram shall be required on the initia l schedule submission and on monthly schedule update submissions. The networ k diagram shall depict and display the order and interdependence of activities and the sequence in which the work is to be accomplished. The Contracting Of ficer will use, but is not limited to, the following conditions to review comp liance with this paragraph: 3.5.5.1 Continuous Flow Diagrams shall show a continuous flow from left to right with no arrows from right to left. The activity number, description, d uration, and estimated earned value shall be shown on the diagram. 3.5.5.2 Project Milestone Dates Dates shall be shown on the diagram for start of pr oject, any contract required interim completion dates, and contract com pletion dates. 3.5.5.3 Critical Path The critical path shall be clearly shown. 3.5.5.4 Banding Activities shall be grouped to assist in the unders tanding of the activity sequence. Typically, this flow will group activiti es by category of work, work area and/or responsibility. 3.5.5.5 S-Curves Earnings curves showing projected early and late ea rnings and earnings to date. 3.6 PERIODIC PROGRESS MEETINGS Progress meetings to discuss payment shall include a monthly onsite meeting or other regular intervals mutually agreed to at the p reconstruction conference. During this meeting the Contractor shall describe, on an activity by activity

Page 61: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

basis, all proposed revisions and adjustments to th e project schedule required to reflect the current status of the project. The Contracting Officer will approve activity progress, proposed revisions, and adjustments as appropriate. 3.6.1 Meeting Attendance The Contractor's Project Manager and Scheduler shal l attend the regular progress meeting. 3.6.2 Update Submission Following Progress Meetin g A complete update of the project schedule containin g all approved progress, revisions, and adjustments, based on the regular pr ogress meeting, shall be submitted not later than 4 working days after the m onthly progress meeting. 3.6.3 Progress Meeting Contents Update information, including Actual Start Dates, A ctual Finish Dates, Remaining Durations, and Cost-to-Date shall be subj ect to the approval of the Contracting Officer. As a minimum, the Contractor shall address the following items on an activity by activity basis during each progress meeting. 3.6.3.1 Start and Finish Dates The Actual Start and Actual Finish dates for each a ctivity currently in-progress or completed . 3.6.3.2 Time Completion The estimated Remaining Duration for each activity in-progress. Time-based progress calculations shall be based on Remaining D uration for each activity. 3.6.3.3 Cost Completion The earnings for each activity started. Payment wi ll be based on earnings for each in-progress or completed activity. Payment fo r individual activities will not be made for work that contains quality def ects. A portion of the overall project amount may be retained based on del ays of activities. 3.6.3.4 Logic Changes All logic changes pertaining to NTP on change order s, change orders to be incorporated into the schedule, Contractor proposed changes in work sequence, corrections to schedule logic for out-of-sequence p rogress, lag durations, and other changes that have been made pursuant to contr act provisions shall be specifically identified and discussed. 3.6.3.5 Other Changes Other changes required due to delays in completion of any activity or group of activities include: 1) delays beyond the Contracto r's control, such as strikes and unusual weather. 2) delays encountered due to submittals, Government Activities, deliveries or work stoppages which make re-planning the work necessary. 3) Changes required to correct a s chedule which does not represent the actual or planned prosecution and pro gress of the work. 3.7 REQUESTS FOR TIME EXTENSIONS

Page 62: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

In the event the Contractor requests an extension o f the contract completion date, or any interim milestone date, the Contractor shall furnish the following for a determination as to whether or not the Contractor is entitled to an extension of time under the provisions of the contract: justification, project schedule data, and supporting evidence as t he Contracting Officer may deem necessary. Submission of proof of delay, base d on revised activity logic, duration, and costs (updated to the specific date that the delay occurred) is obligatory to any approvals. 3.7.1 Justification of Delay The project schedule shall clearly display that the Contractor has used, in full, all the float time available for the work inv olved with this request. The Contracting Officer's determination as to the n umber of allowable days of contract extension shall be based upon the project schedule updates in effect for the time period in question, and other factual information. Actual delays that are found to be caused by the Contractor's own actions, which result in the extension of the schedule, will not be a cause for a time extension to the contract completion date. 3.7.2 Submission Requirements The Contractor shall submit a justification for eac h request for a change in the contract completion date of under 2 weeks based upon the most recent schedule update at the time of the NTP or construct ive direction issued for the change. Such a request shall be in accordance with the requirements of other appropriate Contract Clauses and shall includ e, as a minimum: a. A list of affected activities, with their assoc iated project schedule activity number. b. A brief explanation of the causes of the change . c. An analysis of the overall impact of the change s proposed. d. A sub-network of the affected area. Activities impacted in each justification for chang e shall be identified by a unique activity code contained in the required data file. 3.7.3 Additional Submission Requirements For any requested time extension of over 2 weeks, t he Contracting Officer may request an interim update with revised activities f or a specific change request. The Contractor shall provide this disk wi thin 4 days of the Contracting Officer's request. 3.8 DIRECTED CHANGES If the NTP is issued for changes prior to settlemen t of price and/or time, the Contractor shall submit proposed schedule revisions to the Contracting Officer within 2 weeks of the NTP being issued. The propos ed revisions to the schedule will be approved by the Contracting Office r 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 unt il revisions are submitted, and final changes and impacts have been negotiated. If the Contractor has any

Page 63: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

objections to the revisions furnished by the Contra cting Officer, the Contractor shall advise the Contracting Officer wit hin 2 weeks of receipt of the revisions. Regardless of the objections, the C ontractor shall continue to update the schedule with the Contracting Officer's revisions until a mutual agreement in the revisions is reached. If the Cont ractor fails to submit alternative revisions within 2 weeks of receipt of the Contracting Officer's proposed revisions, the Contractor will be deemed t o have concurred with the Contracting Officer's proposed revisions. The prop osed revisions will then be the basis for an equitable adjustment for performan ce of the work. 3.9 OWNERSHIP OF FLOAT Float available in the schedule, at any time, shall not be considered for the

exclusive use of either the Government or the Contr actor.

Page 64: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 33 00

SUBMITTAL PROCEDURES 04/06

PART 1 GENERAL 1.1 DEFINITIONS 1.1.2 Submittal Descriptions (SD) Submittals requirements are specified in the techni cal sections. Submittals are identified by SD numbers and titles as follows. SD-01 Preconstruction Submittals Certificates of insurance. Surety bonds. List of proposed subcontractors. List of proposed products. Construction Progress Schedule. Submittal register. Schedule of prices. Health and safety plan. Work plan. Quality control plan. Environmental protection plan. SD-02 Shop Drawings Drawings, diagrams and schedules specifically prepa red to illustrate some portion of the work. Diagrams and instructions from a manufacturer or fa bricator for use in producing the product and as aids to the Contractor for integrating the product or system into the project. Drawings prepared by or for the Contractor to show how multiple systems and interdisciplinary work will be coordinated. SD-03 Product Data Catalog cuts, illustrations, schedules, diagrams, p erformance charts, instructions and brochures illustrating size, physi cal appearance and other characteristics of materials, systems or equipment for some portion of the work. Samples of warranty language when the contract requ ires extended product warranties. SD-04 Samples Fabricated or unfabricated physical examples of mat erials, equipment or workmanship that illustrate functional and aestheti c characteristics of a material or product and establish standards by whic h the work can be judged. Color samples from the manufacturer's standard line (or custom color samples if specified) to be used in selecting or approving colors for the project.

Page 65: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Field samples and mock-ups constructed on the proje ct site establish standards by which the ensuring work can be judged. Includes assemblies or portions of assemblies which are to be incorporated into the pr oject and those which will be removed at conclusion of the work. SD-05 Design Data Design calculations, mix designs, analyses or other data pertaining to a part of work. SD-06 Test Reports Report signed by authorized official of testing lab oratory that a material, product or system identical to the material, produc t or system to be provided has been tested in accord with specified requiremen ts. (Testing must have been within three years of date of contract award f or the project.) Report which includes findings of a test required t o be performed by the Contractor on an actual portion of the work or prot otype prepared for the project before shipment to job site. Report which includes finding of a test made at the job site or on sample taken from the job site, on portion of work during or after installation. Investigation reports. Daily logs and checklists. Final acceptance test and operational test procedur e. SD-07 Certificates Statements printed on the manufacturer's letterhead and signed by responsible officials of manufacturer of product, system or mat erial attesting that product, system or material meets specification req uirements. Must be dated after award of project contract and clearly name th e project. Document required of Contractor, or of a manufactur er, supplier, installer or subcontractor through Contractor, the purpose of wh ich is to further quality of orderly progression of a portion of the work by documenting procedures, acceptability of methods or personnel qualification s. Confined space entry permits. Text of posted operating instructions. SD-08 Manufacturer's Instructions Preprinted material describing installation of a pr oduct, system or material, including special notices and Material Safety Data sheets concerning impedances, hazards and safety precautions. SD-09 Manufacturer's Field Reports Documentation of the testing and verification actio ns taken by manufacturer's representative at the job site, in the vicinity of the job site, or on a sample taken from the job site, on a portion of the work, during or after

Page 66: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

installation, to confirm compliance with manufactur er's standards or instructions. The documentation must be signed by an authorized official of a testing laboratory or agency and must state the tes t results; and indicate whether the material, product, or system has passed or failed the test. Factory test reports. SD-10 Operation and Maintenance Data Data that is furnished by the manufacturer, or the system provider, to the equipment operating and maintenance personnel. This data is needed by operating and maintenance personnel for the safe an d efficient operation, maintenance and repair of the item. This Data is intended to be incorporated in an oper ations and maintenance manual or control system. SD-11 Closeout Submittals 1.1.3 Approving Authority Office or designated person authorized to approve s ubmittal. 1.1.4 Work As used in this section, on- and off-site construct ion required by contract documents, including labor necessary to produce sub mittals, construction, materials, products, equipment, and systems incorpo rated or to be incorporated in such construction. 1.2 SUBMITTALS Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for inf ormation only or as otherwise designated. When used, a designation fol lowing the "G" designation identifies the office that will review the submitta l for the Government. The following shall be submitted in accordance with Sec tion 01 33 00 SUBMITTAL PROCEDURES: SD-01 Preconstruction Submittals Submittal register; G,CD 1.8 SUBMITTAL CLASSIFICATION Submittals are classified as follows: 1.8.1 Designer of Record Approved Designer of Record (DOR) approval is required for e xtensions of design, critical materials, any deviations from the solicit ation, the accepted proposal, or the completed design, equipment whose compatibility with the entire system must be checked, and other items as d esignated by the Contracting Officer's Representative. Within the t erms of the Contract Clause entitled "Specifications and Drawings for Construct ion", they are considered to be "shop drawings". The Contractor shall provid e the Government the number of copies designated hereinafter of all Designer of Record approved submittals. The Government may review any or all D esigner of Record approved submittals for conformance to the Solicitation and Accepted Proposal. The Government will review all submittals designated as deviating from the

Page 67: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Solicitation or Accepted Proposal, as described bel ow. Design submittals shall be in accordance with Section 01 10 12 DESIGN AFTER AWARD. Generally, design submittals should be identified as SD-05 DESIGN DAT A submittals. 1.3.2 Approved Submittals Approval is required for any deviations from the So licitation or Accepted Proposal and other items as designated by the Contr acting Officer's Representative.Within the terms of the Contract Cla use entitled "Specifications and Drawings for Construction," the y are considered to be "shop drawings." Designations to be used in editing the technical sp ecifications are as follows: "G" Government Approval "DOR" Designer of Record Approval "ED" Engineering Division "CD" Construction Division "OP" Operations Division "SO" Safety Office The following illustrates a sample of the method to edit the technical specification, where Designer of Record approval is required; SD-02 Shop Drawings Metal Building Systems; DOR The following illustrates a sample of the method to edit the technical specification, where no approval is required, and t he submittal is "For Information Only"; SD-04 Samples Acoustic Ceiling Tile 1.8.3 Government Reviewed Design or Extension of Design The Government will review all 50% and 95% design s ubmittals for conformance with the technical requirements of the solicitation . Section 01 10 12 DESIGN AFTER AWARD covers the design submittal and review process in detail. Government review is required for extension of desi gn construction submittals, used to define contract conformity, and for deviati on from the completed design. Review will be only for conformance with th e contract requirements. Included are only those construction submittals for which the Designer of Record design documents do not include enough detai l to ascertain contract compliance. The Government may, but is not required , to review extensions of design such as structural steel or reinforcement sh op drawings. 1.8.4 Information Only All submittals not requiring Designer of Record or Government approval will be for information only. They are not considered to b e "shop drawings" within the terms of the Contract Clause referred to above.

Page 68: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

All submittals not requiring Government approval wi ll be for information only. They are not considered to be "shop drawings" withi n the terms of the Contract Clause referred to above. 1.9 APPROVED SUBMITTALS The Contracting Officer's Representative approval o f submittals shall not be construed as a complete check, but will indicate on ly that design, general method of construction, materials, detailing and ot her information appear to meet the Solicitation and Accepted Proposal. Appro val will not relieve the Contractor of the responsibility for any error whic h may exist, as the Contractor under the Contractor Quality Control (CQ C) requirements of this contract is responsible for design, dimensions, all design extensions, such as the design of adequate connections and details, etc ., and the satisfactory construction of all work. After submittals have be en approved by the Contracting Officer's Representative, no resubmitta l for the purpose of substituting materials or equipment will be conside red unless accompanied by an explanation of why a substitution is necessary. 1.10 DISAPPROVED SUBMITTALS The Contractor shall make all corrections required by the Contracting Officer's Representative, obtain the Designer of Re cord's approval when applicable, and promptly furnish a corrected submit tal in the form and number of copies specified for the initial submittal. Any "information only" submittal found to contain errors or unapproved dev iations from the Solicitation or Accepted Proposal shall be resubmit ted as one requiring "approval" action, requiring both Designer of Recor d and Government approval. If the Contractor considers any correction indicate d on the submittals to constitute a change to the contract, a notice in ac cordance with the Contract Clause "Changes" shall be given promptly to the Con tracting Officer's Representative. 1.11 WITHHOLDING OF PAYMENT No payment for materials incorporated in the work w ill be made if all required Designer of Record or required Government approvals have not been obtained. No payment will be made for any materials incorporated into the work for any conformance review submittals or information only s ubmittals found to contain errors or deviations from the Solicitation or Accep ted Proposal. 1.12 GENERAL The Contractor shall make submittals as required by the specifications. The Contractor shall change all Government approved des ignations to “DOR” (Designer of Record Approved) in the submittal para graphs of the technical specifications. The Contracting Officer's Represen tative may request submittals in addition to those specified when deem ed necessary to adequately describe the work covered in the respective section s. Units of weights and measures used on all submittals shall be the same a s those used in the contract drawings. Each submittal shall be complet e and in sufficient detail to allow ready determination of compliance with con tract requirements. Prior to submittal, all items shall be checked and approv ed by the Contractor's Quality Control (CQC) System Manager and the Design er of Record, if applicable, and each item shall be stamped, signed, and dated by the CQC System Manager indicating action taken. Proposed de viations from the contract requirements shall be clearly identified. Submitta ls shall include items such as: Contractor's, manufacturer's, or fabricator's drawings; descriptive

Page 69: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

literature including (but not limited to) catalog c uts, diagrams, operating charts or curves; test reports; test cylinders; sam ples; O&M manuals (including parts list); certifications; warranties; and other such required submittals. Submittals requiring Government approv al shall be scheduled and made prior to the acquisition of the material or eq uipment covered thereby. Samples remaining upon completion of the work shall be picked up and disposed of in accordance with manufacturer's Material Safet y Data Sheets (MSDS) and in compliance with existing laws and regulations. 1.13 SUBMITTAL REGISTER The Designer of Record shall develop a complete lis t of submittals during design. The Designer of Record shall identify requi red submittals in the specifications, and use the list to prepare the Sub mittal Register. The list may not be all inclusive and additional submittals may be required by other parts of the contract. The Contractor is required t o complete the submittal register and submit it to the Contracting Officer's Representative for approval within 30 calendar days after Notice to Pr oceed. The approved submittal register will serve as a scheduling docum ent for submittals and will be used to control submittal actions throughout the contract period. The submit dates and need dates used in the submittal r egister shall be coordinated with dates in the Contractor prepared p rogress schedule. Updates to the submittal register showing the Contractor ac tion codes and actual dates with Government action codes and actual dates shall be submitted monthly or until all submittals have been satisfactorily compl eted. When the progress schedule is revised, the submittal register shall a lso be revised and both submitted for approval. 1.14 SCHEDULING Submittals covering component items forming a syste m or items that are interrelated shall be scheduled to be coordinated a nd submitted concurrently. Certifications to be submitted with the pertinent d rawings shall be so scheduled. Adequate time (a minimum of 30 calendar days exclusive of mailing time) shall be allowed and shown on the register fo r review and approval. No delay damages or time extensions will be allowed fo r time lost in late submittals. An additional 30 calendar days shall b e allowed and shown on the register for review and approval of submittals for food service equipment and refrigeration and HVAC control systems. 1.15 TRANSMITTAL FORM (ENG FORM 4025) The sample transmittal form (ENG Form 4025) attache d to this section shall be used for submitting both Government approved and in formation only submittals in accordance with the instructions on the reverse side of the form. These forms are included in the QCS software that the Con tractor is required to use for this contract. This form shall be properly com pleted by filling out all the heading blank spaces and identifying each item submitted. Special care shall be exercised to ensure proper listing of the specification paragraph and/or sheet number of the contract drawings pertin ent to the data submitted for each item. 1.16 SUBMITTAL PROCEDURES Submittals shall be made as follows: 1.16.1 Procedures

Page 70: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

The Government will further discuss detailed submi ttal procedures with the Contractor at the Post-Award Conference. 1.16.2 Deviations For submittals which include proposed deviations re quested by the Contractor, the column "variation" of ENG Form 4025 shall be ch ecked. The Contractor shall set forth in writing the reason for any devia tions and annotate such deviations on the submittal. The Government reserv es the right to rescind inadvertent approval of submittals containing unnot ed deviations. 1.17 CONTROL OF SUBMITTALS The Contractor shall carefully control his procurem ent operations to ensure that each individual submittal is made on or before the Contractor scheduled submittal date shown on the approved "Submittal Reg ister." 1.18 GOVERNMENT APPROVED SUBMITTALS Upon completion of review of submittals requiring G overnment approval, the submittals will be identified as having received ap proval by being so stamped and dated. Four copies of the submittal will be re tained by the Contracting Officer's Representative and two copies of the subm ittal will be returned to the Contractor. If the Government performs a confo rmance review of other Designer of Record approved submittals, the submitt als will be so identified and returned, as described above. 1.19 INFORMATION ONLY SUBMITTALS Normally submittals for information only will not b e returned. Approval of the Contracting Officer's Representative is not req uired on information only submittals. The Government reserves the right to require the Contractor to resubmit any item found not to comply with the cont ract. This does not relieve the Contractor from the obligation to furni sh material conforming to the plans and specifications; will not prevent the Contracting Officer's Representative from requiring removal and replaceme nt of nonconforming material incorporated in the work; and does not rel ieve the Contractor of the requirement to furnish samples for testing by the G overnment laboratory or for check testing by the Government in those instances where the technical specifications so prescribe. For design-build cons truction the Government will retain four copies of information only submitt als. 1.20 STAMPS Stamps used by the Contractor on the submittal data to certify that the submittal meets contract requirements shall be simi lar to the following:

Page 71: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

________________________________________________ ________________________ | CONTRACTOR | | | | (Firm Name) | | | | | | | | _____ Approved | | | | | | _____ Approved with corrections as noted on submittal data and/or | | attached sheets(s). | | | | | | | | SIGNATURE: ___________________________________ _______________________ | | | | TITLE: _______________________________________ _______________________ | | | | DATE: ________________________________________ _______________________ | | | |________________________________________________ ________________________| For design-build construction, both the Contractor Quality Control System Manager and the Designer of Record shall stamp and sign to certify that the submittal meets contract requirements. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used

Page 72: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 35 29

SAFETY AND OCCUPATIONAL HEALTH REQUIREMENTS 04/06

PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this s pecification to the extent referenced. The publications are referred to withi n the text by the basic designation only. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) ANSI A10.32Personal Fall Protection - Safety Requir ements for Construction and Demolition Operations ANSI Z359.1(1992; R 1999) Safety Requirements for P ersonal Fall Arrest Systems, Subsystems and Components ANSI/ASSE A10.34(2001) Protection of the Public on or Adjacent to Construction Sites ASME INTERNATIONAL (ASME) ASME B30.22(2005) Articulating Boom Cranes ASME B30.3(1996) Construction Tower Cranes ASME B30.5(2004) Mobile and Locomotive Cranes ASME B30.8(2004) Floating Cranes and Floating Derr icks NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA 10(2002) Portable Fire Extinguishers NFPA 241(2004) Safeguarding Construction,Alteration , and Demolition Operations NFPA 51B(2003) Fire Prevention During Welding, Cutt ing, and Other Hot Work NFPA 70(2005) National Electrical Code NFPA 70E(2004) Electrical Safety in the Workplace U.S. ARMY CORPS OF ENGINEERS (USACE) EM 385-1-1(2003) Safety -- Safety and Health Requir ements U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION ( NARA) 29 CFR 1910Occupational Safety and Health Standards 29 CFR 1910.146Permit-required Confined Spaces 29 CFR 1915Confined and Enclosed Spaces and Other D angerous Atmospheres in Shipyard Employment

Page 73: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

29 CFR 1919Gear Certification 29 CFR 1926Safety and Health Regulations for Constr uction 29 CFR 1926.500Fall Protection 1.2 SUBMITTALS Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for inf ormation only. When used, a designation following the "G" designation identif ies the office that will review the submittal for the Government. The follo wing shall be submitted in accordance with Section 01 33 00 SUBMITTAL PROCEDUR ES: Government acceptance is required for submittals wi th a "G" designation. SD-01 Preconstruction Submittals Accident Prevention Plan (APP); G, SO Activity Hazard Analysis (AHA); G, SO Crane Critical Lift Plan; G, SO Proof of qualification for Crane Operators; G, SO SD-06 Test Reports Reports Submit reports as their incidence occurs, in acco rdance with the requirements of the paragraph entitled, "Reports." Accident Reports Monthly Exposure Reports Crane Reports Regulatory Citations and Violations SD-07 Certificates Confined Space Entry Permit Hot work permit Certificate of Compliance (Crane) Submit one copy of each permit/certificate attach ed to each Daily Quality Control Report. 1.3 DEFINITIONS a. High Visibility Accident. Any mishap which ma y generate publicity and/or high visibility.

Page 74: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

b. Medical Treatment. Treatment administered by a physician or by registered professional personnel under the standing orders of a physician. Medical treatment does not include first aid treatment even through provided by a physician or registered personnel. c. Recordable Injuries or Illnesses. Any work-rel ated injury or illness that results in: (1) Death, regardless of the time between the inj ury and death, or the length of the illness; (2) Days away from work (any time lost after day of injury/illness onset); (3) Restricted work; (4) Transfer to another job; (5) Medical treatment beyond first aid; (6) Loss of consciousness; or (7) A significant injury or illness diagnosed by a physician or other licensed health care professional, even if it did n ot result in (1) through (6) above. d. "USACE" property and equipment specified in US ACE EM 385-1-1 should be interpreted as Government property and equipment. e. Weight Handling Equipment (WHE) Accident. A W HE accident occurs when any one or more of the six elements in the operating en velope fails to perform correctly during operation, including operation dur ing maintenance or testing resulting in personnel injury or death; material or equipment damage; dropped load; derailment; two-blocking; overload; and/or co llision, including unplanned contact between the load, crane, and/or o ther objects. A dropped load, derailment, two-blocking, overload and collis ion are considered accidents even though no material damage or injury occurs. A component failure (e.g., motor burnout, gear tooth failure, b earing failure) is not considered an accident solely due to material or eq uipment damage unless the component failure results in damage to other compon ents (e.g., dropped boom, dropped load, roll over, etc.). 1.5 REGULATORY REQUIREMENTS In addition to the detailed requirements included i n the provisions of this contract, work performed shall comply with USACE EM 385-1-1, and the following federal, state, and local, laws, ordinances, criter ia, rules and regulations. Submit matters of interpretation of standards to th e appropriate administrative agency for resolution before startin g work. Where the requirements of this specification, applicable laws , criteria, ordinances, regulations, and referenced documents vary, the mos t stringent requirements shall apply. 1.6 SITE QUALIFICATIONS, DUTIES AND MEETINGS 1.6.1 Personnel Qualifications 1.6.1.1 Site Safety and Health Officer (SSHO)

Page 75: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Site Safety and Health Officer (SSHO) shall be prov ided at the work site at all times to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contrac tor. The Contractor Quality Control (QC) person can be the SSHO on this project . The SSHO shall meet the following requirements: Level 3: A minimum of 5 years safety work on similar project s. 30-hour OSHA construction safety class or equivalen t within the last 5 years. An average of at least 24 hours of formal safety tr aining each year for the past 5 years. Competent person training as needed. 1.6.1.5 Crane Operators Crane operators shall meet the requirements in USAC E EM 385-1-1, Section 16 and Appendix G. In addition, for mobile cranes wit h Original Equipment Manufacturer (OEM) rated capacitates of 50,000 poun ds or greater, crane operators shall be designated as qualified by a sou rce that qualifies crane operators (i.e., union, a government agency, or and organization that tests and qualifies crane operators). Proof of current q ualification shall be provided. 1.6.2 Personnel Duties 1.6.2.1 Site Safety and Health Officer (SSHO)/Sup erintendent a. Conduct daily safety and health inspections and maintain a written log which includes area/operation inspected, date of in spection, identified hazards, recommended corrective actions, estimated and actual dates of corrections. Safety inspection logs shall be attach ed to the Contractors' daily quality control report. b. Conduct mishap investigations and complete requ ired reports. Maintain the OSHA Form 300 and Daily Production reports for prim e and sub-contractors. c. Maintain applicable safety reference material o n the job site. d. Attend the pre-construction conference, pre-wor k meetings including preparatory inspection meeting, and periodic in-pro gress meetings. e. Implement and enforce accepted APPS and AHAs. f. Maintain a safety and health deficiency trackin g system that monitors outstanding deficiencies until resolution. A list of unresolved safety and health deficiencies shall be posted on the safety b ulletin board. g. Ensure sub-contractor compliance with safety an d health requirements. Failure to perform the above duties will result in dismissal of the superintendent and/or SSHO, and a project work stop page. The project work stoppage will remain in effect pending approval of a suitable replacement. 1.6.3 Meetings

Page 76: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1.6.3.1 Preconstruction Conference a. Contractor representatives who have a responsibi lity or significant role in accident prevention on the project shall attend the preconstruction conference. This includes the project superintende nt, site safety and health officer, quality control supervisor, or any other a ssigned safety and health professionals who participated in the development o f the APP (including the Activity Hazard Analyses (AHAs) and special plans, program and procedures associated with it). b. The Contractor shall discuss the details of the submitted APP to include incorporated plans, programs, procedures and a list ing of anticipated AHAs that will be developed and implemented during the p erformance of the contract. This list of proposed AHAs will be reviewed at the conference and an agreement will be reached between the Contractor and the Cont racting Officer's representative as to which phases will require an a nalysis. In addition, a schedule for the preparation, submittal, review, an d acceptance of AHAs shall be established to preclude project delays. c. Deficiencies in the submitted APP will be brough t to the attention of the Contractor at the preconstruction conference, and t he Contractor shall revise the plan to correct deficiencies and re-submit it f or acceptance. Work shall not begin until there is an accepted APP. d. The functions of a Preconstruction conference may take place at the Post-Award Kickoff meeting for Design Build Contracts. 1.7 ACCIDENT PREVENTION PLAN (APP) The Contractor shall use a qualified person to prep are the written site-specific APP. Prepare the APP in accordance with th e format and requirements of USACE EM 385-1-1 and as supplemented herein. Cov er all paragraph and subparagraph elements in USACE EM 385-1-1, Appendix A, "Minimum Basic Outline for Accident Prevention Plan". Specific requiremen ts for some of the APP elements are described below. The APP shall be job -specific and shall address any unusual or unique aspects of the project or act ivity for which it is written. The APP shall interface with the Contract or's overall safety and health program. Any portions of the Contractor's o verall safety and health program referenced in the APP shall be included in the applicable APP element and made site-specific. The Government considers th e Prime Contractor to be the "controlling authority" for all work site safet y and health of the subcontractors. Contractors are responsible for inf orming their subcontractors of the safety provisions under the terms of the con tract and the penalties for noncompliance, coordinating the work to prevent one craft from interfering with or creating hazardous working conditions for o ther crafts, and inspecting subcontractor operations to ensure that accident pr evention responsibilities are being carried out. The APP shall be signed by the person and firm (senior person) preparing the APP, the Contractor, the on-s ite superintendent, the designated site safety and health officer and any d esignated CSP and/or CIH. Submit the APP to the Contracting Officer 15 calend ar days prior to the date of the preconstruction conference for acceptance. Work cannot proceed without an accepted APP. Once accepted by the Contracting Officer, the APP a nd 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 w ork, at the discretion of the Contracting Officer, until the matter has been rectified.

Page 77: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Once work begins, changes to the accepted APP shall be made with the knowledge and concurrence of the Contracting Officer, project superintendent, SSHO and quality control manager. Should any hazard become evident, stop work in the area, secure the area, and develop a plan to remove the hazard. Notify the Contracting Officer within 24 hours of discovery. Eliminate/remove the hazard. In the interim, all necessary action shall be taken to restore and maintain safe working conditions in order to safegu ard onsite personnel, visitors, the public (as defined by ANSI/ASSE A10.3 4,) and the environment. Copies of the accepted plan will be maintained at t he resident engineer's office and at the job site. The APP shall be continuously reviewed and amended, as necessary, throughout the life of the contract. Unusual or high-hazard a ctivities not identified in the original APP shall be incorporated in the plan as they are discovered. 1.7.1 EM 385-1-1 Contents In addition to the requirements outlines in Appendi x A of USACE EM 385-1-1, the following is required: a. Crane Critical Lift Plan. Prepare and sign weigh t handling critical lift plans for lifts over 75 percent of the capacity of the crane or hoist (or lifts over 50 percent of the capacity of a barge mo unted mobile crane's hoists) at any radius of lift; lifts involving more than one crane or hoist; lifts of personnel; and lifts involving non-routine rigging or operation, sensitive equipment, or unusual safety risks. The plan shall be submitted 15 calendar days prior to on-site work and include the requirements of USACE EM 385-1-1, paragraph 16.C.18. and the following: (1) For lifts of personnel, the plan shall demons trate compliance with the requirements of 29 CFR 1926.550(g). (2) For barge mounted mobile cranes, barge stabil ity calculations identifying barge list and trim based on anticipate d loading; and load charts based on calculated list and trim. The amount of l ist and trim shall be within the crane manufacturer's requirements. 1.8 ACTIVITY HAZARD ANALYSIS (AHA) The Activity Hazard Analysis (AHA) format shall be in accordance with USACE EM 385-1-1. Submit the AHA for review at least 15 cale ndar days prior to the start of each phase. Format subsequent AHAs as ame ndments to the APP. The analysis should be used during daily inspections to ensure the implementation and effectiveness of the activity's safety and heal th controls. The AHA list will be reviewed periodically (at leas t monthly) at the Contractor supervisory safety meeting and updated a s necessary when procedures, scheduling, or hazards change. The activity hazard analyses shall be developed usi ng the project schedule as the basis for the activities performed. Any activi ties listed on the project

Page 78: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

schedule will require an AHA. The AHAs will be dev eloped by the contractor, supplier or subcontractor and provided to the prime contractor for submittal to the Contracting Officer. 1.9 DISPLAY OF SAFETY INFORMATION Within 1 calendar day after commencement of work, e rect a safety bulletin board at the job site. The safety bulletin board s hall include information and be maintained as required by EM 385-1-1, sectio n 01.A.06. Additional items required to be posted include: a. Confined space entry permit. b. Hot work permit. 1.10 SITE SAFETY REFERENCE MATERIALS Maintain safety-related references applicable to th e project, including those listed in the article "References." Maintain appli cable equipment manufacturer's manuals. 1.11 EMERGENCY MEDICAL TREATMENT Contractors will arrange for their own emergency me dical treatment. Government has no responsibility to provide emergen cy medical treatment. 1.12 REPORTS 1.12.1 Accident Reports a. For recordable injuries and illnesses, and prop erty damage accidents resulting in at least $2,000 in damages, the Prime Contractor shall conduct an accident investigation to establish the root cause( s) of the accident, complete the USACE Accident Report Form 3394 and pr ovide the report to the Contracting Officer within 5 calendar days of the a ccident. The Contracting Officer will provide copies of any required or spec ial forms. b. For any weight handling equipment accident (inc luding rigging gear accidents) the Prime Contractor shall conduct an ac cident investigation to establish the root cause(s) of the accident, comple te the WHE Accident Report (Crane and Rigging Gear) form and provide the repor t to the Contracting Officer within 30 calendar days of the accident. C rane operations shall not proceed until cause is determined and corrective ac tions have been implemented to the satisfaction of the contracting officer. Th e Contracting Officer will provide a blank copy of the accident report form. 1.12.2 Accident Notification Notify the Contracting Officer as soon as practical , but not later than four hours, after any accident meeting the definition of Recordable Injuries or Illnesses or High Visibility Accidents, property da mage equal to or greater than $2,000, or any weight handling equipment accid ent. Information shall include contractor name; contract title; type of co ntract; name of activity, installation or location where accident occurred; d ate and time of accident; names of personnel injured; extent of property dama ge, if any; extent of injury, if known, and brief description of accident (to include type of construction equipment used, PPE used, etc.). Pres erve the conditions and

Page 79: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

evidence on the accident site until the Government investigation team arrives on-site and Government investigation is conducted. 1.12.3 Monthly Exposure Reports Monthly exposure reporting to the Contracting Offic er is required to be attached to the monthly billing request. This repo rt is a compilation of employee-hours worked each month for all site worke rs, both prime and subcontractor. The Contracting Officer will provid e copies of any special forms. 1.12.4 Crane Reports Submit crane inspection reports required in accorda nce with USACE EM 385-1-1, Appendix H and as specified herein with Daily Repor ts of Inspections. 1.12.5 Certificate of Compliance The Contractor shall provide a Certificate of Compl iance for each crane entering an activity under this contract (see Contr acting Officer for a blank certificate). Certificate shall state that the cra ne and rigging gear meet applicable OSHA regulations (with the Contractor ci ting which OSHA regulations are applicable, e.g., cranes used in construction, demolition, or maintenance shall comply with 29 CFR 1926 and USACE EM 385-1-1 section 16 and Appendix H. Certify on the Certificate of Compliance that the c rane operator(s) is qualified and trained in the operation of the crane to be used. For cranes at DOD activities in foreign countries, the Contractor shall certify that the crane and rigging gear conform to the appropriate h ost country safety standards. The Contractor shall also certify that all of its crane operators working on the DOD activity have been trained in th e proper use of all safety devices (e.g., anti-two block devices). These cert ifications shall be posted on the crane. 1.13 HOT WORK Prior to performing "Hot Work" (welding, cutting, e tc.) or operating other flame-producing/spark producing devices, a written permit shall be requested from the Base Fire Marshall. CONTRACTORS ARE REQUI RED TO MEET ALL CRITERIA BEFORE A PERMIT IS ISSUED. The Contractor will pro vide at least two (2) twenty (20) pound 4A:20 BC rated extinguishers for normal "Hot Work". All extinguishers shall be current inspection tagged, a pproved safety pin and tamper resistant seal. It is also mandatory to hav e a designated FIRE WATCH for any "Hot Work" done at this activity. The Fire Watch shall be trained in accordance with NFPA 51B and remain on-site for a m inimum of 30 minutes after completion of the task or as specified on the hot w ork permit. When starting work in the facility, Contractors sha ll require their personnel to familiarize themselves with the location of the nearest fire alarm boxes and place in memory the emergency Base Fire Marshal l's office phone number. ANY FIRE, NO MATTER HOW SMALL, SHALL BE REPORTED TO THE RESPONSIBLE BASE FIRE MARSHALL OFFICE IMMEDIATELY. Obtain services from a NFPA Certified Marine Chemis t for "HOT WORK" within or around flammable materials (such as fuel systems, w elding/cutting on fuel pipes) or confined spaces (such as sewer wet wells, manholes, vaults, etc.) that have the potential for flammable or explosive atmospheres. PART 2 PRODUCTS

Page 80: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Not used. PART 3 EXECUTION 3.1 CONSTRUCTION AND/OR OTHER WORK 3.1.2 Hazardous Material Exclusions Notwithstanding any other hazardous material used i n this contract, radioactive materials or instruments capable of pro ducing ionizing/non-ionizing radiation (with the exception of radioacti ve material and devices used in accordance with USACE EM 385-1-1 such as nu clear density meters for compaction testing and laboratory equipment with ra dioactive sources) as well as materials which contain asbestos, mercury or pol ychlorinated biphenyls, di-isocynates, lead-based paint are prohibited. The C ontracting Officer, upon written request by the Contractor, may consider exc eptions to the use of any of the above excluded materials. 3.1.3 Unforeseen Hazardous Material The design should have identified materials such as PCB, lead paint, and friable and non-friable asbestos. If additional ma terial, not indicated, that may be hazardous to human health upon disturbance d uring construction operations is encountered, stop that portion of wor k and notify the Contracting Officer immediately. Within 14 calenda r days the Government will determine if the material is hazardous. If materia l is not hazardous or poses no danger, the Government will direct the Contracto r to proceed without change. If material is hazardous and handling of t he material is necessary to accomplish the work, the Government will issue a mo dification pursuant to "FAR 52.243-4, Changes" and "FAR 52.236-2, Differing Sit e Conditions." 3.2 PRE-OUTAGE COORDINATION MEETING Contractors are required to apply for utility outag es at least 15 days in advance. As a minimum, the request should include the location of the outage, utilities being affected, duration of outage and an y necessary sketches. Special requirements for electrical outage requests are contained elsewhere in this specification section. Once approved, and pri or to beginning work on the utility system requiring shut down, the Contractor shall attend a pre-outage coordination meeting with the Contracting Officer and the Installation representative or Public Utilities representativeto review the scope of work and the lock-out/tag-out procedures for worker prot ection. No work will be performed on energized electrical circuits unless p roof is provided that no other means exist. 3.3 FALL HAZARD PROTECTION AND PREVENTION PROGRAM The Contractor shall establish a fall protection an d prevention program, for the protection of all employees exposed to fall haz ards. The program shall include company policy, identify responsibilities, education and training requirements, fall hazard identification, preventio n and control measures, inspection, storage, care and maintenance of fall p rotection equipment and rescue and evacuation procedures. 3.3.1 Training

Page 81: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

The Contractor shall institute a fall protection tr aining program. As part of the Fall Hazard Protection and Prevention Program, the Contractor shall provide training for each employee who might be exp osed to fall hazards. A competent person for fall protection shall provide the training. Training requirements shall be in accordance with USACE EM 3 85-1-1, section 21.A.16. 3.3.2 Fall Protection Equipment and Systems The Contractor shall enforce use of the fall protec tion equipment and systems designated for each specific work activity in the F all Protection and Prevention Plan and/or AHA at all times when an emp loyee is exposed to a fall hazard. Employees shall be protected from fall haz ards as specified in EM 385-1-1, section 21. In addition to the required f all protection systems, safety skiff, personal floatation devices, life rin gs etc., are required when working above or next to water in accordance with U SACE EM 385-1-1, paragraphs 05.H. and 05.I. Personal fall arrest systems are r equired when working from an articulating or extendible boom, swing stages, o r suspended platform. In addition, personal fall arrest systems are required when operating other equipment such as scissor lifts if the work platfor m is capable of being positioned outside the wheelbase. The need for tyi ng-off in such equipment is to prevent ejection of the employee from the equipm ent during raising, lowering, or travel. Fall protection must comply w ith 29 CFR 1926.500, Subpart M, USACE EM 385-1-1 and ANSI A10.32. 3.3.2.1 Personal Fall Arrest Equipment Personal fall arrest equipment, systems, subsystems , and components shall meet ANSI Z359.1. Only a full-body harness with a shock -absorbing lanyard or self-retracting lanyard is an acceptable personal fall a rrest body support device. Body belts may only be used as a positioning device system (for uses such as steel reinforcing assembly and in addition to an ap proved fall arrest system). Harnesses shall have a fall arrest attachment affix ed to the body support (usually a Dorsal D-ring) and specifically designat ed for attachment to the rest of the system. Only locking snap hooks and ca rabiners shall be used. Webbing, straps, and ropes shall be made of synthet ic fiber. The maximum free fall distance when using fall arrest equipment shal l not exceed 1.8 m (6 feet). The total fall distance and any swinging of the worker (pendulum-like motion) that can occur during a fall shall always b e taken into consideration when attaching a person to a fall arrest system. 3.3.3 Fall Protection for Roofing Work Fall protection controls shall be implemented based on the type of roof being constructed and work being performed. The roof area to be accessed shall be evaluated for its structural integrity including we ight-bearing capabilities for the projected loading. a. Low Sloped Roofs: (1) For work within 6 feet of an edge, on low-slop e roofs, personnel shall be protected from falling by use of personal fall arre st systems, guardrails, or safety nets. (2) For work greater than 6 feet from an edge, war ning lines shall be erected and installed in accordance with 29 CFR 1926.500 an d USACE EM 385-1-1.

Page 82: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

b. Steep-Sloped Roofs: Work on steep-sloped roofs requires a personal fall arrest system, guardrails with toe-boards, or safet y nets. This requirement also includes residential or housing type construct ion. 3.3.4 Existing Anchorage Existing anchorages, to be used for attachment of p ersonal fall arrest equipment, shall be certified (or re-certified) by a qualified person for fall protection in accordance with ANSI Z359.1. Exiting horizontal lifeline anchorages shall be certified (or re-certified) by a registered professional engineer with experience in designing horizontal li feline systems. 3.3.5 Horizontal Lifelines Horizontal lifelines shall be designed, installed, certified and used under the supervision of a qualified person for fall prot ection as part of a complete fall arrest system which maintains a safet y factor of 2 (29 CFR 1926.500). 3.3.6 Guardrails and Safety Nets Guardrails and safety nets shall be designed, insta lled and used in accordance with EM 385-1-1 and 29 CFR 1926 Subpart M. 3.3.7 Rescue and Evacuation Procedures When personal fall arrest systems are used, the con tractor must ensure that the mishap victim can self-rescue or can be rescued promptly should a fall occur. A Rescue and Evacuation Plan shall be prepa red by the contractor and include a detailed discussion of the following: met hods of rescue; methods of self-rescue; equipment used; training requirement; specialized training for the rescuers; procedures for requesting rescue and medical assistance; and transportation routes to a medical facility. The R escue and Evacuation Plan shall be included in the Activity Hazard Analysis ( AHA) for the phase of work, in the Fall Protection and Prevention (FP&P) Plan, and the Accident Prevention Plan (APP). 3.5 SCAFFOLDING 3.5.1 Stilts The use of stilts for gaining additional height in construction, renovation, repair or maintenance work is prohibited. 3.6 EQUIPMENT 3.6.1 Material Handling Equipment a. Material handling equipment such as forklifts s hall not be modified with work platform attachments for supporting employees unless specifically delineated in the manufacturer's printed operating instructions. b. The use of hooks on equipment for lifting of ma terial must be in accordance with manufacturer's printed instructions . c. Operators of forklifts or power industrial tru cks shall be licensed in accordance with OSHA.

Page 83: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

3.6.2 Weight Handling Equipment a. Cranes and derricks shall be equipped as specifi ed in EM 385-1-1, section 16. b. The Contractor shall comply with the crane manu facturer's specifications and limitations for erection and operation of crane s and hoists used in support of the work. Erection shall be performed u nder the supervision of a designated person (as defined in ASME B30.5). All testing shall be performed in accordance with the manufacturer's recommended p rocedures. c. The Contractor shall comply with ASME B30.5 for mobile and locomotive cranes, ASME B30.22 for articulating boom cranes, A SME B30.3 for construction tower cranes, and ASME B30.8 for floating cranes an d floating derricks. d. Under no circumstance shall a Contractor make a lift at or above 90% of the cranes rated capacity in any configuration. e. When operating in the vicinity of overhead tran smission lines, operators and riggers shall be alert to this special hazard a nd shall follow the requirements of USACE EM 385-1-1 section 11 and ASM E B30.5 or ASME B30.22 as applicable. f. Crane suspended personnel work platforms (baske ts) shall not be used unless the Contractor proves that using any other a ccess to the work location would provide a greater hazard to the workers or is impossible. Personnel shall not be lifted with a line hoist or friction c rane. g. Portable fire extinguishers shall be inspected, maintained, and recharged as specified in NFPA 10, Standard for Portable Fire Extinguishers. h. All employees shall be kept clear of loads abou t to be lifted and of suspended loads. i. The Contractor shall use cribbing when performi ng lifts on outriggers. j. The crane hook/block must be positioned directl y over the load. Side loading of the crane is prohibited. k. A physical barricade must be positioned to prev ent personnel from entering the counterweight swing (tail swing) area of the cr ane. l. Certification records which include the date of inspection, signature of the person performing the inspection, and the seria l number or other identifier of the crane that was inspected shall al ways be available for review by Contracting Officer personnel. m. Written reports listing the load test procedure s used along with any repairs or alterations performed on the crane shall be available for review by Contracting Officer personnel. n. Certify that all crane operators have been tra ined in proper use of all safety devices (e.g. anti-two block devices). 3.7 EXCAVATIONS

Page 84: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

The competent person shall perform soil classificat ion in accordance with 29 CFR 1926. 3.7.1 Utility Locations Prior to digging, the appropriate digging permit mu st be obtained. All underground utilities in the work area must be posi tively identified by a private utility locating service in addition to any station locating service and coordinated with the station utility department . Any markings made during the utility investigation must be maintained throug hout the contract. 3.7.2 Utility Location Verification The Contractor must physically verify underground u tility locations by hand digging using wood or fiberglass handled tools when any adjacent construction work is expected to come within three feet of the u nderground system. Digging within 2 feet of a known utility must not be perfor med by means of mechanical equipment; hand digging shall be used. If construc tion is parallel to an existing utility the utility shall be exposed by ha nd digging every 100 feet if parallel within 5 feet of the excavation. 3.7.3 Shoring Systems Trench and shoring systems must be identified in th e accepted safety plan and AHA. Manufacture tabulated data and specifications or registered engineer tabulated data for shoring or benching systems shal l be readily available on-site for review. Job-made shoring or shielding sha ll have the registered professional engineer stamp, specifications, and ta bulated data. Extreme care must be used when excavating near direct burial ele ctric underground cables. 3.7.4 Trenching Machinery Trenching machines with digging chain drives shall be operated only when the spotters/laborers are in plain view of the operator . Operator and spotters/laborers shall be provided training on the hazards of the digging chain drives with emphasis on the distance that nee ds to be maintained when the digging chain is operating. Documentation of th e training shall be kept on file at the project site. 3.8 UTILITIES WITHIN CONCRETE SLABS Utilities located within concrete slabs or pier str uctures, bridges, and the like, are extremely difficult to identify due to th e reinforcing steel used in the construction of these structures. Whenever con tract work involves concrete chipping, saw cutting, or core drilling, t he existing utility location must be coordinated with station utility d epartments in addition to a private locating service. Outages to isolate utili ty systems shall be used in circumstances where utilities are unable to be posi tively identified. The use of historical drawings does not alleviate the contr actor from meeting this requirement. 3.9 ELECTRICAL 3.9.1 Conduct of Electrical Work Underground electrical spaces must be certified saf e for entry before entering to conduct work. Cables that will be cut must be p ositively identified and de-energized prior to performing each cut. Positive cable identification must

Page 85: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

be made prior to submitting any outage request for electrical systems. Arrangements are to be coordinated with the Contrac ting Officer and Station Utilities for identification. The Contracting Offi cer will not accept an outage request until the Contractor satisfactorily documents that the circuits have been clearly identified. Perform all high vol tage cable cutting remotely using hydraulic cutting tool. When racking in or l ive switching of circuit breakers, no additional person other than the switc h operator will be allowed in the space during the actual operation. Plan so that work near energized parts is minimized to the fullest extent possible. Use of electrical outages clear of any energized electrical sources is the pr eferred method. When working in energized substations, only qualified el ectrical workers shall be permitted to enter. When work requires Contractor to work near energized circuits as defined by the NFPA 70, high voltage pe rsonnel must use personal protective equipment that includes, as a minimum, e lectrical hard hat, safety shoes, insulating gloves with leather protective sl eeves, fire retarding shirts, coveralls, face shields, and safety glasses . In addition, provide electrical arc flash protection for personnel as re quired by NFPA 70E. Insulating blankets, hearing protection, and switch ing suits may also be required, depending on the specific job and as deli neated in the Contractor's AHA. 3.9.2 Portable Extension Cords Portable extension cords shall be sized in accordan ce with manufacturer ratings for the tool to be powered and protected fr om damage. All damaged extension cords shall be immediately removed from s ervice. Portable extension cords shall meet the requirements of NFPA 70. 3.10 WORK IN CONFINED SPACES The Contractor shall comply with the requirements i n Section 06.I of USACE EM 385-1-1, OSHA 29 CFR 1910.146 and OSHA 29 CFR 1926. 21(b)(6). Any potential for a hazard in the confined space requires a permi t system to be used.

Page 86: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 42 00

SOURCES FOR REFERENCE PUBLICATIONS 07/06

PART 1 GENERAL 1.1 REFERENCES Various publications are referenced in other sectio ns of the specifications to establish requirements for the work. These referen ces are identified in each section by document number, date and title. The do cument number used in the citation is the number assigned by the standards pr oducing organization, (e.g. ASTM B 564 Nickel Alloy Forgings). However, when t he standards producing organization has not assigned a number to a documen t, an identifying number has been assigned for reference purposes. 1.2 ORDERING INFORMATION The addresses of the standards publishing organizat ions whose documents are referenced in other sections of these specification s are listed below, and if the source of the publications is different from th e address of the sponsoring organization, that information is also provided. D ocuments listed in the specifications with numbers which were not assigned by the standards producing organization should be ordered from the source by t itle rather than by number. ACOUSTICAL SOCIETY OF AMERICA (ASA) 2 Huntington Quadrangle, Suite 1NO1 Melville, NY 11747-4502 Ph: 516-576-2360 Fax: 516-576-2377 E-mail: [email protected] Internet: http://asa.aip.org ACI INTERNATIONAL (ACI) 38800 Country Club Drive Farmington Hills, MI 48331 Ph: 248-848-3700 Fax: 248-848-3701 E-mail: [email protected] Internet: http://www.concrete.org AIR-CONDITIONING AND REFRIGERATION INSTITUTE (ARI) 4100 North Fairfax Drive, Suite 200 Arlington, VA 22203 Ph: 703-524-8800 Fax: 703-528-3816 E-mail: [email protected] Internet: http://www.ari.org AIR CONDITIONING CONTRACTORS OF AMERICA (ACCA) 2800 Shirlington Road, Suite 300 Arlington, VA 22206 Ph: 703-575-4477 Fax: 703-575-4449 E-mail: [email protected] Internet: http://www.acca.org

Page 87: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

AIR DIFFUSION COUNCIL (ADC) 104 So. Michigan Ave., No. 1500 Chicago, IL 60603 Ph: 312-201-0101 Fax: 312-201-0214 AIR MOVEMENT AND CONTROL ASSOCIATION INTERNATIONAL (AMCA) 30 West University Drive Arlington Heights, IL 60004-1893 Ph: 847-394-0150 Fax: 847-253-0088 E-mail: [email protected] Internet: http://www.amca.org ALLIANCE FOR TELECOMMUNICATIONS INDUSTRY SOLUTIONS (ATIS) 1200 G Street, NW, Suite 500 Washington, D.C. 20005 Ph: 202-628-6380 Fax: 202-393-5453 Internet: http://www.atis.org ALUMINUM ASSOCIATION (AA) National Headquarters 1525 Wilson Boulevard, Suite 600 Arlington, VA 22209 Ph: 703-358-2960 Fax: 703-358-2961 Internet: http://www.aluminum.org AMERICAN ARCHITECTURAL MANUFACTURERS ASSOCIATION (AAMA) 1827 Walden Office Square Suite 550 Schaumburg, IL 60173-4268 Ph: 847-303-5664 Fax: 847-303-5774 E-mail: [email protected] Internet: http://www.aamanet.org AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO) 444 North Capital Street, NW, Suite 249 Washington, DC 20001 Ph: 202-624-5800 Fax: 202-624-5806 E-Mail: [email protected] Internet: http://www.aashto.org AMERICAN ASSOCIATION OF TEXTILE CHEMISTS AND COLORI STS (AATCC) 1 Davis Drive P.O. Box 12215 Research Triangle Park, NC 27709-2215 Ph: 919-549-8141 Fax: 919-549-8933 E-mail: [email protected] Technical Questions: [email protected] Internet: http://www.aatcc.org AMERICAN BEARING MANUFACTURERS ASSOCIATION (ABMA) 2025 M Street, NW, Suite 800

Page 88: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Washington, DC 20036 Ph: 202-367-1155 Fax: 202-367-2155 E-mail: [email protected] Internet: http://www.abma-dc.org AMERICAN BOILER MANUFACTURERS ASSOCIATION (ABMA) 8221 Old Courthouse Road Suite 207 Vienna, VA 22182 Ph: 703-356-7172 Fax: 703-356-4543 Internet: http://www.abma.com AMERICAN BUREAU OF SHIPPING (ABS) Internet: http://www.eagle.org AMERICAN CONCRETE PIPE ASSOCIATION (ACPA) 222 West Las Colinas Boulevard, Suite 641 Irving, TX 75039-5423 Ph: 972-506-7216 Fax: 972-506-7682 E-mail: [email protected] Internet: http://www.concrete-pipe.org AMERICAN CONFERENCE OF GOVERNMENTAL INDUSTRIAL HYGIENISTS (ACGIH) 1330 Kemper Meadow Drive Cincinnati, OH 45240 Ph: 513-742-2020 Fax: 513-742-3355 E-mail: [email protected] Internet: http://www.acgih.org AMERICAN FOREST & PAPER ASSOCIATION (AF&PA) American Wood Council ATTN: Publications Department 1111 Nineteenth Street NW, Suite 800 Washington, DC 20036 Ph: 800-890-7732 or 202-463-2766 Fax: 202-463-2791 Internet: http://www.awc.org/ AMERICAN GAS ASSOCIATION (AGA) 400 North Capitol Street N.W. Suite 450 Washington, D.C. 20001 Ph: 202-824-7000 Fax: 202-824-7115 E-mail: [email protected] Internet: http://www.aga.org AMERICAN GEAR MANUFACTURERS ASSOCIATION (AGMA) 500 Montgomery Street, Suite 350 Alexandria, VA 22314-1560 Ph: 703-684-0211 Fax: 703-684-0242 E-mail: [email protected] Internet: http://www.agma.org

Page 89: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

AMERICAN HARDBOARD ASSOCIATION (AHA) c/o Composite Panel Association 18922 Premiere Court Gaithersburg, MD 20879-1574 Ph: 301-670-0604 Fax: 301-840-1252 Internet: http://www.pbmdf.org AMERICAN INDUSTRIAL HYGIENE ASSOCIATION (AIHA) 2700 Prosperity Ave., Shite 250 Fairfax, VA 22031 Tel: 703-849-8888 Fax: 703-207-3561 E-mail: [email protected] Internet http://www.aiha.org AMERICAN INSTITUTE OF STEEL CONSTRUCTION (AISC) One East Wacker Drive Chicago, IL 60601-1802 Ph: 312-670-2400 Fax: 312-670-5403 Publications: 800-644-2400 E-mail: [email protected] Internet: http://www.aisc.org AMERICAN INSTITUTE OF TIMBER CONSTRUCTION (AITC) 7012 South Revere Parkway, Suite 140 Englewood, CO 80112 Ph: 303-792-9559 Fax: 303-792-0669 E-mail: [email protected] Internet: http://www.aitc-glulam.org AMERICAN IRON AND STEEL INSTITUTE (AISI) 1140 Connecticut Avenue, NW, Suite 705 Washington, DC 20036 Ph: 202-452-7100 Fax: 202-463-6573 Internet: http://www.steel.org AMERICAN LADDER INSTITUTE (ALI/LADDER) 410 North Michigan Avenue Chicago, IL 60611 Tel: 312-644-6610 Fax: 312-527-6705 E-mail: [email protected] Internet: http://www.americanladderinstitute.org AMERICAN LUMBER STANDARDS COMMITTEE (ALSC) P.O. Box 210 Germantown, MD 20875-0210 Ph: 301-972-1700 Fax: 301-540-8004 E-mail: [email protected] Internet: http://www.alsc.org AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) 1819 L Street, NW, 6th Floor

Page 90: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Washington, DC 20036 Ph: 202-293-8020 Fax: 202-293-9287 E-mail: [email protected] Internet: http://www.ansi.org/ --- ANSI documents beginning with the letter "S" ca n be ordered from: Acoustical Society of America (ASA) 2 Huntington Quadrangle, Suite 1NO1 Melville, NY 11747-4502 Ph: 516-576-2360 Fax: 516-576-2377 E-mail: [email protected] Internet: http://asa.aip.org AMERICAN NURSERY AND LANDSCAPE ASSOCIATION (ANLA) 1000 Vermont Avenue, NW, Suite 300 Washington, DC 20005-4914 Ph: 202-789-2900 Fax: 202-789-1893 Internet: http://www.anla.org AMERICAN PETROLEUM INSTITUTE (API) 1220 L Street, NW Washington, DC 20005-4070 Ph: 202-682-8000 Fax: 202-682-8223 Internet: http://www.api.org AMERICAN PUBLIC HEALTH ASSOCIATION (APHA) 800 I Street, NW Washington, DC 20001 Ph: 202-777-2742 Fax: 202-777-2534 E-mail: [email protected] Internet: http://www.apha.org AMERICAN RAILWAY ENGINEERING AND MAINTENANCE-OF-WAY ASSOCIATION (AREMA) 10003 Derekwood Lane, Suite 210 Lanham, MD 20706 Ph: 301-459-3200 Fax: 301-459-8077 Internet: http://www.arema.org AMERICAN SOCIETY FOR NONDESTRUCTIVE TESTING (ASNT) 1711 Arlingate Lane P.O. Box 28518 Columbus, OH 43228-0518 Ph: 800-222-2768; 614-274-6003 Fax: 614-274-6899 E-mail: [email protected] Internet: http://www.asnt.org AMERICAN SOCIETY FOR QUALITY (ASQ) 600 North Plankinton Avenue Milwaukee, WI 53203

Page 91: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

-or- P.O. Box 3005 Milwaukee, WI 53201-3005 Ph: 800-248-1946; 414-272-8575 Fax: 414-272-1734 E-mail: [email protected] or [email protected] Internet: http://www.asq.org AMERICAN SOCIETY OF CIVIL ENGINEERS (ASCE) 1801 Alexander Bell Drive Reston, VA 20191-4400 Ph: 703-295-6300 - 800-548-2723 Fax: 703-295-6222 E-mail: [email protected] Internet: http://www.asce.org AMERICAN SOCIETY OF HEATING, REFRIGERATING AND AIR- CONDITIONING ENGINEERS (ASHRAE) 1791 Tullie Circle, NE Atlanta, GA 30329 Ph: 800-527-4723 or 404-636-8400 Fax: 404-321-5478 E-mail: [email protected] Internet: http://www.ashrae.org AMERICAN SOCIETY OF SAFETY ENGINEERS (ASSE/SAFE) 1800 East Oakton Street Des Plaines, IL 60018-2187 Ph: 847-699-2929 Fax: 847-768-3434 E-mail: [email protected] Internet: http://www.asse.org AMERICAN SOCIETY OF SANITARY ENGINEERING (ASSE) 901 Canterbury, Suite A Westlake, OH 44145 Ph: 440-835-3040 Fax: 440-835-3488 E-mail: [email protected] Internet: http://www.asse-plumbing.org AMERICAN WATER WORKS ASSOCIATION (AWWA) 6666 West Quincy Avenue Denver, CO 80235 Ph: 800-926-7337 Fax: 303-347-0804 Internet: http://www.awwa.org AMERICAN WELDING SOCIETY (AWS) 550 N.W. LeJeune Road Miami, FL 33126 Ph: 800-443-9353 - 305-443-9353 Fax: 305-443-7559 E-mail: [email protected] Internet: http://www.aws.org AMERICAN WOOD-PRESERVERS' ASSOCIATION (AWPA) P.O. Box 361784

Page 92: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Birmingham, AL 35236-1784 Ph: 205-733-4077 Fax: 205-733-4075 E-mail: [email protected] Internet: http://www.awpa.com APA - THE ENGINEERED WOOD ASSOCIATION (APA) 7011 South 19th Tacoma, WA 98466 Ph: 253-565-6600 Fax: 253-565-7265 E-mail: [email protected] Internet: http://www.apawood.org ARCHITECTURAL WOODWORK INSTITUTE (AWI) 146179 Westlake Drive, Suite 120 Potomac Falls, VA 20165 Ph: 571-323-3636 Fax: 571-323-3630 Internet: http://www.awinet.org ASM INTERNATIONAL (ASM) 9639 Kinsman Road Materials Park, OH 44073-0002 Ph: 440-338-5151 Fax: 440-338-4634 E-mail: [email protected] Internet: http://www.asm-international.org ASME INTERNATIONAL (ASME) Three Park Avenue, M/S 10E New York, NY 10016 Ph: 212-591-7722 or 800-843-2763 Fax: 212-591-7674 E-mail: [email protected] Internet: http://www.asme.org ASPHALT INSTITUTE (AI) Research Park Drive P.O. Box 14052 Lexington, KY 40512-4052 Ph: 859-288-4960 Fax: 859-288-4999 E-mail: [email protected] Internet: http://www.asphaltinstitute.org ASPHALT ROOFING MANUFACTURER'S ASSOCIATION (ARMA) 1156-15TH Street, NW, Suite 900 Washington D.C. 20005 Ph: 202-207-0917 Fax: 202-223-9741 Internet: http://www.asphaltroofing.org ASSOCIATED AIR BALANCE COUNCIL (AABC) 1518 K Street, NW Washington, DC 20005 Ph: 202-737-0202 Fax: 202-638-4833

Page 93: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

E-mail: [email protected] Internet: http://www.aabchq.com ASSOCIATION FOR THE ADVANCEMENT OF MEDICAL INSTRUMENTATION (AAMI) 1110 North Glebe Road, Suite 220 Arlington, VA 22201-4795 Ph: 800-332-2264 or 703-525-4890 E-mail: [email protected] Internet: http://www.aami.org ASSOCIATION FOR IRON AND STEEL TECHNOLOGY (AIST) 186 Thorn Hill Road Warrendale, PA 15086-7528 Ph: 724-776-6040 Fax: 724-776-1880 E-Mail: [email protected] Internet: http://www.aistech.org ASSOCIATION FOR IRON AND STEEL TECHNOLOGY (AIST) (F ORMERLY: IRON & STEEL SOCIETY (ISS)) 186 Thorn Hill Road Warrendale, PA 15086-7528 Ph: 724-776-6040 Fax: 724-776-1880 E-Mail: [email protected] Internet: http://www.aistech.org ASSOCIATION OF EDISON ILLUMINATING COMPANIES (AEIC) 600 North 18th Street P.O. Box 2641 Birmingham, AL 35291 Ph: 205-257-2530 Fax: 205-257-2540 Internet: http://www.aeic.org ASSOCIATION OF HOME APPLIANCE MANUFACTURERS (AHAM) 1111 19th Street NW, Suite 402 Washington, DC 20036 Ph: 202-872-5955 Fax: 202-872-9354 E-mail: [email protected] Internet: http://www.aham.org ASSOCIATION OF THE WALL AND CEILING INDUSTRIES - IN TERNATIONAL (AWCI) 513 West Broad Street, Suite 210 Falls Church, VA 22046 Ph: 703-534-8300 Fax: 703-534-8307 E-mail: [email protected] Internet: http://www.awci.org ASTM INTERNATIONAL (ASTM) 100 Barr Harbor Drive, P.O. Box C700 West Conshohocken, PA 19428-2959 Ph: 610-832-9500 Fax: 610-832-9555 E-mail: [email protected]

Page 94: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Internet: http://www.astm.org BAY AREA AIR QUALITY MANAGEMENT DISTRICT (Bay Area AQMD) 939 Ellis Street San Francisco, CA 94109 Ph: 415-771-6000 Fax: 415-928-8560 Internet: http://www.baaqmd.gov/ BAY AREA AIR RESOURCES BOARD (BAARB) Address and contact information unavailable. BIFMA INTERNATIONAL (BIFMA) 2680 Horizon Drive SE, Suite A-1 Grand Rapids, MI 49546-7500 Ph: 616-285-3963 Fax: 616-285-3765 E-mail: [email protected] Internet: http://www.bifma.org BIOCYCLE, JOURNAL OF COMPOSTING AND RECYCLING (BIOCYCLE) The JG Press Inc. 419 State Avenue Emmaus, PA 18049 Ph: 610-967-4135, Ext. 22 E-mail: [email protected] Internet: http://www.biocycle.net BRICK INDUSTRY ASSOCIATION (BIA) 11490 Commerce Park Drive Reston, VA 22091-1525 Ph: 703-620-0010 Fax: 703-620-3928 E-mail: [email protected] Internet: http://www.bia.org BRITISH STANDARDS INSTITUTE (BSI) 389 Chiswick High Road London W4 4AL United Kingdom Ph: +44 (0)20 8996 9000 Fax: +44 (0)20 8996 7001 E-mail: [email protected] Internet: http://www.bsi-global.com BUILDERS HARDWARE MANUFACTURERS ASSOCIATION (BHMA) 355 Lexington Avenue 17th Floor New York, NY 10017 Ph: 212-297-2122 Fax: 212-370-9047 E-mail: [email protected] Internet: http://www.buildershardware.com CSA AMERICA INC (CSA/AM) 8501 East Pleasant Valley Road Cleveland, OH 44131-5575 Ph: 216-524-4990

Page 95: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Fax: 216-520-8979 E-mail: [email protected] Internet: http://www.csa-america.org CSA INTERNATIONAL (CSA) 8501 East Pleasant Valley Road Cleveland, OH 44131-5575 Ph: 216-524-4990 Fax: 216-642-3463 E-mail: [email protected] Internet: http://www.csa-international.org CALIFORNIA ENERGY COMMISSION (CEC) Media and Public Communications Office 1516 Ninth Street, MS-29 Sacramento, CA 95814-5512 Ph: 916-654-4287 Internet: http://www.energy.ca.gov/ CARPET AND RUG INSTITUTE (CRI) P.O. Box 2048 Dalton, GA 30722-2048 Ph: 800-882-8846 or 706-278-3176 Fax: 706-278-8835 Internet: http://www.carpet-rug.com CAST IRON SOIL PIPE INSTITUTE (CISPI) 5959 Shallowford Road, Suite 419 Chattanooga, TN 37421 Ph: 423-892-0137 Fax: 423-892-0817 Internet: http://www.cispi.org CEILINGS & INTERIOR SYSTEMS CONSTRUCTION ASSOCIATIO N (CISCA) 1500 Lincoln Highway, Suite 202 St. Charles, IL 60174 Ph: 630-584-1919 Fax: 630-584-2003 E-mail: [email protected] Internet: http://www.cisca.org CENTERS FOR DISEASE CONTROL AND PREVENTION (CDC) 1600 Clifton Road Atlanta, GA 30333 Ph: 404-639-3311 Internet: http://www.cdc.gov CHEMICAL FABRICS & FILM ASSOCIATION (CFFA) 1300 Sumner Avenue Cleveland OH 44115-2851 Ph: 216-241-7333 Fax: 216-241-0105 E-mail: [email protected] Internet: http://www.chemicalfabricsandfilm.com/ CHLORINE INSTITUTE (CI) 1300 Wilson Boulevard Arlington, VA 22209

Page 96: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Ph: 703-741-5760 Fax: 703-741-6068 E-mail: [email protected] Internet: http://www.CL2.com COMPOSITE PANEL ASSOCIATION (CPA) 18922 Premeire Court Gaithersburg, MD 20879-1574 Ph: 301-670-0604 Fax: 301-840-1252 Internet: http://www.pbmdf.com COMPRESSED AIR AND GAS INSTITUTE (CAGI) 1300 Sumner Avenue Cleveland OH 44115-2851 Ph: 216-241-7333 Fax: 216-241-0105 E-mail: [email protected] Internet: http://www.cagi.org/ COMPRESSED GAS ASSOCIATION (CGA) 4221 Walney Road, 5th Floor Chantilly, VA 20151-2923 Ph: 703-788-2700 Fax: 703-961-1831 E-mail: [email protected] Internet: http://www.cganet.com CONCRETE REINFORCING STEEL INSTITUTE (CRSI) 933 North Plum Grove Road Schaumburg, IL 60173-4758 Ph: 847-517-1200 Fax: 847-517-1206 Internet: http://www.crsi.org/ CONCRETE SAWING AND DRILLING ASSOCIATION (CSDA) 11001 Danka Way North, Suite 1 St Petersburg, FL 33716 PH: 727-577-5004 Fax: 272-577-5012 E-mail: [email protected] Internet: http://www.csda.org CONSUMER ELECTRONICS ASSOCIATION (CEA) 2500 Wilson Blvd. Arlington, VA 22201-3834 Ph: 866-858-1555 or 703-907-7600 Fax: 703-907-7675 E-mail: [email protected] Internet: http://www.CE.org CONSUMER PRODUCT SAFETY COMMISSION (CPSC) 4330 East-West Highway Bethesda, MD 20814-4408 Ph: 301-504-7923 Fax: 301-504-0124 or 301-504-0025 E-mail: [email protected]

Page 97: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Internet: http://www.cpsc.gov CONVEYOR EQUIPMENT MANUFACTURERS ASSOCIATION (CEMA) 6724 Lone Oak Boulevard Naples, FL 34109 Ph: 239-514-3441 Fax: 239-514-3470 E-mail: [email protected] Internet: http://www.cemanet.org COOLING TECHNOLOGY INSTITUTE (CTI) 2611 FM 1960 West Suite A-101 Houston, TX 77068-3730 Ph: 281-583-4087 Fax: 281-537-1721 Internet: http://www.cti.org COPPER DEVELOPMENT ASSOCIATION (CDA) 260 Madison Avenue New York, NY 10016 Ph: 212-251-7200 Fax: 212-251-7234 E-mail: [email protected] Internet: http://www.copper.org CRANE MANUFACTURERS ASSOCIATION OF AMERICA (CMAA) 8720 Red Oak Boulevard, Suite 201 Charlotte, NC 28217-3992 Ph: 704-676-1190 Fax: 704-676-1199 Internet: www.mhia.org/psc/PSC_Products_Cranes.cfm CSA AMERICA, INC. (CSA/AM) 8501 East Pleasant Valley Road Cleveland, OH 44131-5575 Ph: 216-524-4990 Fax: 216-520-8979 E-mail: [email protected] Internet: http://www.csa-america.org DOOR AND HARDWARE INSTITUTE (DHI) 14150 Newbrook Dr. Chantily, VA 20151-2232 Ph: 703-222-2010 Fax: 703-222-2410 E-mail: [email protected] Internet: http://www.dhi.org DISTRICT OF COLUMBIA MUNICIPAL REGULATIONS (DCMR) 441 4th Street NW, Suite 520S Washington DC 20001 PH: 202-727-6306 Fax: 202-727-3582 Internet: http://os.dc.gov/info/odai/odai.shtm

Page 98: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

DOOR AND ACCESS SYSTEM MANUFACTURERS ASSOCIATION (DASMA) 1300 Sumner Avenue Cleveland, OH 44115-2851 Ph: 216-241-7333 Fax: 216-241-0105 E-mail: [email protected] Internet: http://www.dasma.com DUCTILE IRON PIPE RESEARCH ASSOCIATION (DIPRA) 245 Riverchase Parkway East, Suite O Birmingham, AL 35244 Ph: 205-402-8700 Fax: 205-402-8730 E-mail: [email protected] Internet: http://www.dipra.org EIFS INDUSTRY MEMBERS ASSOCIATION (EIMA) 3000 Corporate Center Drive, Suite 270 Morrow, GA 30260 Ph: 800-294-3462 Fax: 770-968-5818 E-mail: [email protected] Internet: http://www.eima.com ELECTRICAL GENERATING SYSTEMS ASSOCIATION (EGSA) 1650 South Dixie Highway, Suite 500 Boca Raton, FL 33432-7462 Ph: 561-750-5575 Fax: 561-395-8557 E-mail: [email protected] Internet: http://www.egsa.org ELECTRONIC INDUSTRIES ALLIANCE (EIA) 2500 Wilson Boulevard Arlington, VA 22201-3834 Ph: 703-907-7500 Fax: 703-907-7501 Internet: http://www.eia.org U.S. DEPARTMENT OF ENERGY (DOE) 1000 Independance Ave. SW Washington, DC 20585 Ph: 800-342-5363 Fax: 202-586-4403 E-mail: [email protected] Internet: http://www.eh.doe.gov/ ETL TESTING LABORATORIES (ETL) Intertek Testing Services, ETL SEMKO 70 Codman Hill Road Boxborough, MA 01719 Ph: 978-263-2662 Fax: 978-263-7086 E-mail: [email protected] Internet: http://www.etlsemko.com EUROPEAN COMMITTEE FOR STANDARDIZATION (CEN/CENELEC)

Page 99: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

CEN Management Centre 36, rue de Stassart B-1050 Brussels Ph: 32-2-550-08-11 Fax: 32-2-550-08-19 E-mail: [email protected] Internet: http://www.cenorm.be EXPANSION JOINT MANUFACTURERS ASSOCIATION (EJMA) 25 North Broadway Tarrytown, NY 10591 Ph: 914-332-0040 Fax: 914-332-1541 E-mail: [email protected] Internet: http://www.ejma.org FEDERAL ENERGY REGULATORY COMMISSION (FERC) 888 First Street, NE Washington, DC 20426 Ph: 202-502-6088 E-mail: [email protected] Internet: http://www.ferc.gov/default.asp FLAT GLASS MARKETING ASSOCIATION (FGMA) White Lakes Professional Bldg. 3310 Harrison St. Topeka, KS 66611-2279 Ph: 913-266-7013 Fax: 913-266-0272 FLUID CONTROLS INSTITUTE (FCI) 1300 Sumner Avenue Cleveland, OH 44115 Ph: 216-241-7333 Fax: 216-241-0105 E-mail: [email protected] Internet: www.fluidcontrolsinstitute.org FLUID SEALING ASSOCIATION (FSA) 994 Old Eagle School Rd. #1019 Wayne, PA 19087 Ph: 610-971-4850 E-mail: [email protected] Internet: www.fluidsealing.com FM GLOBAL (FM) 1301 Atwood Avenue P.O. Box 7500 Johnston, RI 02919 Ph: 401-275-3000 Fax: 401-275-3029 E-mail: [email protected] Internet: http://www.fmglobal.com FOREST STEWARDSHIP COUNCIL (FSC) 1155 30th Street NW Suite 300 Washington, DC 20007

Page 100: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Ph: 202.342.0413 Fax: 202.342.6589 E-mail: [email protected] Internet: http://www.fscus.org FORESTRY SUPPLIERS INC. (FSUP) 205 West Rankin Street P.O. Box 8397 Jackson, MS 39284-8397 Ph: 601-354-3565 Fax: 601-292-0165 E-mail: [email protected] Internet: http://www.forestry-suppliers.com FOUNDATION FOR CROSS-CONNECTION CONTROL AND HYDRAULIC RESEARCH (FCCCHR) University of South California Kaprielian Hall 200 Los Angeles, CA 90089-2531 Ph: 213-740-2032 or 800-545-6340 Fax: 213-740-8399 E-mail: [email protected] Internet: http://www.usc.edu/dept/fccchr GEOLOGICAL SOCIETY OF AMERICA (GSA) P.O. Box 9140 Boulder, CO 80301-9140 Ph: 303-357-1000 Fax: 303-357-1070 E-mail: [email protected] Internet: http://www.geosociety.org GEOSYNTHETIC INSTITUTE (GSI) 475 Kedron Avenue Folsom, PA 19033 Ph: 610-522-8440 Fax: 610-522-8441 Internet: http://www.geosynthetic-institute.org GLASS ASSOCIATION OF NORTH AMERICA (GANA) 2945 SW Wanamaker Drive, Suite A Topeka, KS 66614 Ph: 785-271-0208 Fax: 785-271-0166 E-mail: [email protected] Internet: http://www.glasswebsite.com GREEN BUILDING INITIATIVE (GBI) 222 SW Columbia St. Suite 1800 Portland, Oregon 97201 Ph: 877-424-4241 Fax: 503.961.8991 Email: [email protected] Internet: http://www.thegbi.org/gbi/ GREEN SEAL (GS) 1001 Connecticut Avenue, NW

Page 101: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Suite 827 Washington, DC 20036-5525 Ph: 202-872-6400 Fax: 202-872-4324 E-mail: [email protected] Internet: http://www.greenseal.org GYPSUM ASSOCIATION (GA) 810 First Street, NE, Suite 510 Washington, DC 20002 Ph: 202-289-5440 Fax: 202-289-3707 E-mail: [email protected] Internet: http://www.gypsum.org HARDWOOD PLYWOOD AND VENEER ASSOCIATION (HPVA) P.O. Box 2789 Reston, VA 20195-0789 Ph: 703-435-2900 Fax: 703-435-2537 E-mail: [email protected] Internet: http://www.hpva.org HEAT EXCHANGE INSTITUTE (HEI) 1300 Sumner Avenue Cleveland, OH 44115-2851 Ph: 216-241-7333 Fax: 216-241-0105 E-mail: [email protected] Internet: http://www.heatexchange.org HOIST MANUFACTURERS INSTITUTE (HMI) 8720 Red Oak Boulevard, Suite 201 Charlotte, NC 28217 Ph: 704-676-1190 Fax: 704-676-1199 E-mail: [email protected] Internet: http://www.mhia.org/psc/PSC_Products_Hoi sts.cfm H.P. WHITE LABORATORY (HPW) 3114 Scarboro Road Street, MD 21154 Ph: 410-838-6550 Fax: 410-838-2802 E-mail: [email protected] Internet: http://www.hpwhite.com HYDRAULIC INSTITUTE (HI) 9 Sylvan Way Parsippany, NJ 07054-3802 Ph: 973-267-9700 Fax: 973-267-9055 E-mail: [email protected] Internet: http://www.pumps.org HYDRONICS INSTITUTE DIVISION OF GAMA (HYI) 35 Russo Place P.O. Box 218

Page 102: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Berkeley Heights, NJ 07922-0218 Ph: 908-464-8200 Fax: 908-464-7818 E-mail: [email protected] Internet: http://www.gamanet.org/publist/hydroordr .htm ICC EVALUATION SERVICE, INC. (ICC-ES) 5360 Workman Mill Road Whitier, CA 90601 Ph: 562-699-0543 Fax: 562-695-4694 E-mail: [email protected] Internet: http://www.icc-es.org ILLUMINATING ENGINEERING SOCIETY OF NORTH AMERICA ( IESNA) 120 Wall Street, 17th Floor New York, NY 10005 Ph: 212-248-5000 Fax: 212-248-5018 E-mail: [email protected] Internet: http://www.iesna.org INDUSTRIAL FASTENERS INSTITUTE (IFI) 6363 Oak Tree Boulevard Independance, OH 44131 Ph: 216-241-1482 Fax: 216-241-5901 E-mail: [email protected] Internet: http://www.industrial-fasteners.org INTERNATIONAL SAFETY EQUIPMENT ASSOCIATION (ISEA) 1901 North Moore Street Arlington, VA 2ee09-1762 Ph: 703-525-1695 Fax: 703-528-2148 E-mail: isea@safety equipment.org Internet: http://www.safetyequipment.org/ INNOVATIVE PAVEMENT RESEARCH FOUNDATION (IPRF) 5420 Old Orchard Rd, Suite A-100 Skokie, IL 60077-1059 Internet: www.iprf.org INSTITUTE OF TRANSPORTATION ENGINEERS (ITE) 1099 14th Street, Suite 300 West Washington, DC 20005-3438 Ph: 202-289-0222 Fax: 202-289-7722 E-mail: [email protected] Internet: http://www.ite.org INTERNATIONAL AIR TRANSPORT ASSOCIATION (IATA) 703 Waterford Way (NW 62nd Avenue), Suite 600 Miami, FL 33126 Ph: 305-264-7772 Fax: 305-264-8088 Internet: http://www.iata.org

Page 103: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

INSTITUTE OF CLEAN AIR COMPANIES (ICAC) 1730 M Street NW, Suite 206 Washington, DC 20036-4535 Ph: 202-457-0911 Fax: 202-331-1388 E-mail: [email protected] Internet: http://icac.com INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS ( IEEE) 445 Hoes Lane Piscataway, NJ 08855-1331 Ph: 732-981-0060 Fax: 732-981-1712 E-mail: [email protected] Internet: http://www.ieee.org INSTITUTE OF ENVIRONMENTAL SCIENCES AND TECHNOLOGY (IEST) 5005 Newport Drive, Suite 506 Rolling Meadows, IL 60008-3841 Ph: 847-255-1561 Fax: 847-255-1699 E-mail: [email protected] Internet: http://www.iest.org INSTRUCTIONS AND STANDARDS FOR NAVBASE GUANTANAMO BAY CUBA (COMNAVBASEGTMOINST) Address Not Available INSULATED CABLE ENGINEERS ASSOCIATION (ICEA) P.O. Box 1568 Carrollton, GA 30112 Ph: 770-830-0369 Fax: 770-830-8501 Internet: http://www.icea.net INSULATING GLASS MANUFACTURERS ALLIANCE (IGMA) 1500 Bank Street, Suite 300 Ottawa, Ontario CANADA K1H 1B8 Ph: 613-233-1510 Fax: 613-482-9436 E-mail: [email protected] Internet: http://www.igmaonline.org INTERNATIONAL ASSOCIATION OF PLUMBING AND MECHANICAL OFFICIALS (IAPMO) 5001 E. Philadelphia St. Ontario, CA 91761 Ph: 909-472-4100 Fax: 909-472-4150 E-mail: [email protected] Internet: www.iampo.org INTERNATIONAL CODE COUNCIL (ICC) 5360 Workman Mill Road Whittier, CA 90601 Ph: 562-699-0541 Fax: 562-699-9721 E-mail: [email protected] Internet: www.iccsafe.org

Page 104: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

INTERNATIONAL CONCRETE REPAIR INSTITUTE (ICRI) 3166 South River Road, Suite 132 Des Plaines, IL 60018 Ph: 847-827-0830 Fax: 847-827-0832 Internet: http://www.icri.org INTERNATIONAL CONFERENCE OF BUILDING OFFICIALS (ICB O) 5360 Workman Mill Road Whittier, CA 90601-2298 Ph: 800-284-4406 and 562-699-0541 Fax: 562-692-3853 Internet: http://www.icbo.org INTERNATIONAL ELECTRICAL TESTING ASSOCIATION (NETA) P.O. Box 687 106 Stone Street Morrison, CO 80465 Ph: 303-697-8441 Fax: 303-697-8431 E-mail: [email protected] Internet: http://www.netaworld.org INTERNATIONAL ELECTROTECHNICAL COMMISSION (IEC) 3, rue de Varembe, P.O. Box 131 CH-1211 Geneva 20, Switzerland Ph: 41-22-919-0211 Fax: 41-22-919-0300 E-mail: [email protected] Internet: http://www.iec.ch INTERNATIONAL GROUND SOURCE HEAT PUMP ASSOCIATION (IGSHPA) Oklahoma State University 374 Cordell South Stillwater OK 74078-8018 Ph: 405-744-5175 Fax: 405-744-5283 Internet: http://www.igshpa.okstate.edu/ INTERNATIONAL INSTITUTE OF AMMONIA REFRIGERATION (I IAR) 1110 North Glebe Road, Suite 250 Arlington, VA 22201 Ph: 703-312-4200 Fax: 703-312-0065 E-mail: [email protected] Internet: http://www.iiar.org INTERNATIONAL MUNICIPAL SIGNAL ASSOCIATION (IMSA) P.O. Box 539 165 East Union Street Newark, NY 14513-0539 Ph: 315-331-2182 and 800-723-4672 Fax: 315-331-8205 E-mail: [email protected] Internet: http://www.imsasafety.org/ INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO )

Page 105: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1, rue de Varembe' Case Postale 56 CH-1211 Geneve 20 Switzerland Ph: 41-22-749-0111 Fax: 41-22-733-3430 E-mail: [email protected] Internet: http://www.iso.ch INTERNATIONAL TELECOMMUNICATION UNION (ITU) For documents not available from Dept of Commerce: Sales Service International Telecommunication Union Place des Nations CH-1211 Geneve 20 Switzerland Ph: 41-22-730-5111 Fax: 41-22-733-7256 E-mail: [email protected] Internet: http://www.itu.org For documents available from Dept of Commerce: U.S. Dept of Commerce National Technical Information Service (NTIS) 5285 Port Royal Road Springfield, VA 22161 Ph: 703-605-6585 FAX: 703-605-6887 E-mail: [email protected] Internet: http://www.ntis.gov IPI - ASSOCIATION CONNECTING ELECTRONICS INDUSTRIES (IPC) 3000 Lakeside Drive, 309S Bannockburn, IL 60015 Ph: 847-615-7100 Fax: 847-615-7105 Internet: http://www.ipc.org e-mail: [email protected] ISA - THE INSTRUMENTATION, SYSTEMS AND AUTOMATION S OCIETY (ISA) 67 Alexander Drive Research Triangle Park, NC 27709 Ph: 919-549-8411 Fax: 919-549-8288 E-mail: [email protected] Internet: http://www.isa.org INTERNATIONAL WINDOW CLEANING ASSOCIATION (IWCA) 6277 Franconia Rd. Alexandria, VA 22310 Ph: 800-875-4922 or 703-971-7771 FAX: 703-971-7772 E-mail: [email protected] Internet: http://www.iwca.org THE INTERNET ENGINEERING TASK FORCE (IETF) IETF, Internet Society 1775 Wiehle Ave, Suite 102 Reston, VA 20190-5108 Ph: 703-326-9880

Page 106: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Fax: 703-326-9881 E-mail: [email protected] Internet: http://www.ietf.org/ ITALIAN LAWS AND DECREES (D.M.) Unable to locate organization or documents. KITCHEN CABINET MANUFACTURERS ASSOCIATION (KCMA) 1899 Preston White Drive Reston, VA 20191-5435 Ph: 703-264-1690 Fax: 703-620-6530 E-mail: [email protected] Internet: http://www.kcma.org L.H. BAILEY HORTORIUM (LHBH) Dept of Plant Biology c/o Cornell University 228 Plant Science Building Ithaca, NY 14853 Ph: 607-255-4477 Internet: http://www.plantbio.cornell.edu/Hort.php LONMARK INTERNATIONAL (LonMark) 550 Meridan Ave. San Jose, CA 95126 Ph: 408-938-5266 Fax: 408-790-3838 E-mail: [email protected] Internet: http://www.lonmark.org MANUFACTURERS STANDARDIZATION SOCIETY OF THE VALVE AND FITTINGS INDUSTRY (MSS) 127 Park Street, NE Vienna, VA 22180-4602 Ph: 703-281-6613 Fax: 703-281-6671 E-mail: [email protected] Internet: http://www.mss-hq.com MAPLE FLOORING MANUFACTURERS ASSOCIATION (MFMA) 60 Revere Drive, Suite 500 Northbrook, IL 60062 Ph: 847-480-9138 Fax: 847-480-9282 E-mail: [email protected] Internet: http://www.maplefloor.org MARBLE INSTITUTE OF AMERICA (MIA) 28901 Clemens Road, Suite 100 Westlake, OH 44145 Ph: 440-250-9222 Fax: 440-250-9223 E-mail: [email protected] Internet: http://www.marble-institute.com MASTER PAINTERS INSTITUTE (MPI) 4090 Graveley Street Burnaby, BC CANADA V5C 3T6

Page 107: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Ph: 888-674-8937 Fax: 888-211-8708 E-mail: [email protected] Internet: http://www.paintinfo.com/mpi MATERIAL HANDLING INDUSTRY OF AMERICA INC (MHIA) 8720 Red Oak Blvd., Suite 201 Charlotte, NC 28717-3992 Ph: 704-676-1190 Fax: 704-676-1199 Internet: http://www.mhia.org METAL BUILDING MANUFACTURERS ASSOCIATION (MBMA) 1300 Sumner Avenue Cleveland, OH 44115-2851 Ph: 216-241-7333 Fax: 216-241-0105 E-mail: [email protected] Internet: http://www.mbma.com MIDWEST INSULATION CONTRACTORS ASSOCIATION (MICA) 16712 elm Circle Omaha, NE 68130 Ph: 800-747-6422 Fax: 402-330-9702 E-mail: [email protected] Internet: http://www.micainsulation.org MIDWEST ROOFING CONTRACTORS ASSOCIATION (MRCA) 4840 Bob Billings Parkway, Suite 1000 Lawrence, Kansas 66094-3862 Ph: 785-843-4888 or 800-497-6722 Fax: 785-843-7555 E-mail: [email protected] Interent: General Information: http://www.mrca.or g MONORAIL MANUFACTURERS ASSOCIATION (MMA) 8720 Red Oak Boulevard, Suite 201 Charlotte, NC 28217 Ph: 704-676-1190 Fax: 704-676-1199 E-mail: [email protected] Internet: http://www.mhia.org/mma NACE INTERNATIONAL (NACE) 1440 South Creek Drive Houston, TX 77084-4906 Ph: 281-228-6200 Fax: 281-228-6300 E-mail: [email protected] Internet: http://www.nace.org NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (NASA) Publication(s) Available From Superintendent of Documents U.S. Government Printing Office Washington, DC 20402 Ph: 202-783-3238

Page 108: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

NATIONAL ASSOCIATION OF ARCHITECTURAL METAL MANUFACTURERS (NAAMM) 8 South Michigan Avenue, Suite 1000 Chicago, IL 60603 Ph: 312-322-0405 Fax: 312-332-0706 E-mail: [email protected] Internet: ht tp://www.naamm.org NATIONAL BOARD OF BOILER AND PRESSURE VESSEL INSPECTORS (NBBPVI) 1055 Crupper Avenue Columbus, OH 43229-1183 Ph: 614-888-8320 Fax: 614-847-1147 E-mail: getinfo@national board.org Internet: http://www.nationalboard.org NATIONAL CABLE AND TELECOMMUNICATIONS ASSOCIATION (NCTA) 1724 Massachusetts Avenue, NW Washington, DC 20036 Ph: 202-775-3550 Fax: 202-775-1055 E-mail: [email protected] Internet: http://www.ncta.com NATIONAL CONCRETE MASONRY ASSOCIATION (NCMA) 13750 Sunrise Valley Drive Herndon, VA 20171-4662 Ph: 703-713-1900 Fax: 703-713-1910 E-mail: [email protected] Internet: http://www.ncma.org NATIONAL COUNCIL ON RADIATION PROTECTION AND MEASUREMENTS (NCRP) 7910 Woodmont Avenue, Suite 400 Bethesda, MD 20814-3095 Ph: 301-657-2652 Fax: 301-907-8768 E-mail: [email protected] Internet: http://www.ncrp.com NATIONAL DRILLING ASSOCIATION (NDA) 11001 Danka Way North, Suite 1 St. Petersburg, FL 33716 Ph: 727-577-5006 Fax: 727-577-5012 E-mail: [email protected] Internet: http://www.nda4u.com/ NATIONAL ELECTRICAL CONTRACTORS ASSOCIATION (NECA) 3 Bethesda Metro Center, Suite 1100 Bethesda, MD 20814 Ph: 301-657-3110 Fax: 301-215-45002 Internet: http://www.necanet.org/ NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA)

Page 109: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1300 North 17th Street, Suite 1752 Rosslyn, VA 22209 Ph: 703-841-3200 Fax: 703-841-5900 E-mail: [email protected] Internet: http://www.nema.org/ NATIONAL ENVIRONMENTAL BALANCING BUREAU (NEBB) 8575 Grovemont Circle Gaithersburg, MD 20877 Ph: 301-977-3698 Fax: 301-977-9589 Internet: http://www.nebb.org NATIONAL FENESTRATION RATING COUNCIL (NFRC) 8484 Georgia Avenue, Suite 320 Silver Spring, MD 20910 Ph: 301-589-1776 Fax: 301-589-3884 E-Mail: [email protected] Internet: http://www.nfrc.org NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 1 Batterymarch Park Quincy, MA 02169-7471 Ph: 617-770-3000 Fax: 617-770-0700 E-mail: [email protected] Internet: http://www.nfpa.org NATIONAL FLUID POWER ASSOCIATION (NFLPA) 3333 North Mayfair Road, Suite 211 Milwaukee, WI 53222-3219 Ph: 414-778-3344 Fax: 414-778-3361 E-mail: [email protected] Internet: http://www.nfpa.com NATIONAL HARDWOOD LUMBER ASSOCIATION (NHLA) 6830 Raleigh LaGrange Road Memphis, TN 38184-0518 Ph: 901-377-1818 Fax: 901-382-6419 E-mail: [email protected] Internet: http://www.natlhardwood.org NATIONAL INSTITUTE FOR CERTIFICATION IN ENGINEERING TECHNOLOGIES (NICET) 1420 King Street Alexandria, VA 22314-2794 Ph: 888-476-4238 E-mail: [email protected] Internet: http://www.nicet.org NATIONAL INSTITUTE FOR OCCUPATIONAL SAFETY AND HEAL TH (NIOSH) Mail Stop C-13 4676 Columbia Parkway Cincinnati, OH 45226-1998 Ph: 800-356-4674

Page 110: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Fax: 513-533-8573 E-mail: [email protected] Internet: http://www.cdc.gov/niosh/homepage.html NATIONAL INSTITUTE OF JUSTICE (NIJ) National Law Enforcement and Corrections Technology Center 2277 Research Boulevard - Mailstop 8J Rockville, MD 20850 Ph: 800-248-2742 or 301-519-5060 Fax: 301-519-5149 E-mail: [email protected] Internet: http://www.nlectc.org NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (NIST) 100 Bureau Drive Stop 2100 Gaithersburg, MD 20899-2100 Ph: 301-975-NIST Internet: http://www.nist.gov Order Publications From: Superintendent of Documents U.S. Government Printing Office (GPO) 732 North Capitol Street, NW Washington, DC 20401 Ph: 888-293-6498 or 202-512-1530 Fax: 202-512-1262 E-mail: [email protected] Internet: http://www.gpoaccess.gov or National Technical Information Service (NTIS) 5285 Port Royal Road Springfield, VA 22161 Ph: 703-605-6585 Fax: 703-605-6900 E-mail: [email protected] Internet: http://www.ntis.gov NATIONAL LIME ASSOCIATION (NLA) 200 North Glebe Road, Suite 800 Arlington, VA 22203 Ph: 703-243-5463 Fax: 703-243-5489 E-mail: [email protected] Internet: http://www.lime.org NATIONAL PRECAST CONCRETE ASSOCIATION (NPCA) 10333 N. Meridian Street, Suite 272 Indianapolis, Indiana 46290 Ph: 317-571-9500 or 800 366 7731 Fax: 317-571-0041 E-mail: [email protected] Internet: www.precast.org NOFMA: THE WOOD FLOORING MANUFACTURERS ASSOCIATION (NOFMA) 22 N. Front Street, Suite 660 Memphis, TN 38103 Ph: 901-526-5016 Fax: 901-526-7022

Page 111: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

E-mail: [email protected] Internet: http://www.nofma.org NATIONAL READY MIXED CONCRETE ASSOCIATION (NRMCA) 900 Spring Street Silver Spring, MD 20910 Ph: 301-587-1400 Fax: 301-585-4219 Internet: http://www.nrmca.org NATIONAL ROOFING CONTRACTORS ASSOCIATION (NRCA) 10255 West Higgins Road, Suite 600 Rosemont, IL 60018 Ph: 847-299-9070 Fax: 847-299-1183 Internet: http://www.nrca.net NATIONAL TERRAZZO & MOSAIC ASSOCIATION (NTMA) 201 North Maple Avenue, Suite 208 Purcellville, VA 20132 Ph: 540-751-0930 or 800-323-9736 Fax: 540-751-0935 E-mail: [email protected] Internet: http://www.ntma.com NATIONAL WOOD WINDOW AND DOOR ASSOCIATION (NWWDA) 1400 East Touhy Avenue, Suite 470 Des Plaines, IL 60018 Ph: 847-299-5200 Fax: 847-299-1286 E-mail: [email protected] Internet: http://www.wdma.com NATURAL RESOURCE, AGRICULTURAL AND ENGINEERING SERVICE (NRAES) Cooperative Extension P.O. Box 4557 Ithaca, NY 14852-4557 Ph: 607-255-7654 Fax: 607-254-8770 E-mail: [email protected] Internet: http://www.nraes.org NORTH AMERICAN INSULATION MANUFACTURERS ASSOCIATION (NAIMA) 44 Canal Center Plaza, Suite 310 Alexandria, VA 22314 Ph: 703-684-0084 Fax: 703-684-0427 E-mail: [email protected] Internet: http://www.naima.org NORTHEASTERN LUMBER MANUFACTURERS ASSOCIATION (NELMA) 272 Tuttle Road Cumberland, ME 04021 Ph: 207-829-6901 Fax: 207-829-4293 E-mail: [email protected] Internet: http://www.nelma.org

Page 112: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

NORTHWEST AIR POLLUTION AUTHORITY (NWAPA) 1600 2nd Street Mt. Vernon, WA 98273 Ph: 360-428-4627 E-mail: [email protected] NSF INTERNATIONAL (NSF) 789 North Dixboro Road P.O. Box 130140 Ann Arbor, MI 48113-0140 Ph: 734-769-8010 or 800-NSF-MARK Fax: 734-769-0109 E-mail: [email protected] Internet: http://www.nsf.org ORGANISATION FOR ECONOMIC CO-OPERATION AND DEVELOPMENT (OECD) 2, rue Andre Pascal F-75775 Paris Cedex 16 France Ph: + 33 1 45 24 82 00 Fax: 33 1 45 24 85 00 E-mail: [email protected] Internet: http://www.oecd.org U.S. Contact Center OECD Washington Center 2001 L Streeet, NW, Suite 650 Washington, DC 20036-4922 Ph: 202-785-6323 Fax: 202-785-0350 E-mail: [email protected] PIPE FABRICATION INSTITUTE (PFI) 666 5th Avenue, #325 New York, NY 10103 Ph: 514-634-3434 Fax: 514-634-9736 E-mail: [email protected] Internet: http://www.pfi-institute.org Canada Office 655-32nd Ave., Suite 201 Lachine, QC H8T 3G6 PLASTIC PIPE AND FITTINGS ASSOCIATION (PPFA) 800 Roosevelt Road, Building C, Suite 20 Glen Ellyn, IL 60137 Ph: 630-858-6540 Fax: 630-790-3095 Internet: http://www.ppfahome.org PLASTICS PIPE INSTITUTE (PPI) 1825 Connecticut Avenue, NW, Suite 680 Washington, D.C. 20009 Ph: 202-462-9607 Fax: 202-462-9779 Internet: http://www.plasticpipe.org

Page 113: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

PLUMBING AND DRAINAGE INSTITUTE (PDI) 800 Turnpike Street, Suite 300 North Andover, MA 01845 Ph: 978-557-0720 or 800-589-8956 Fax: 978-557-0721 E-Mail: [email protected] Internet: http://www.pdionline.org PLUMBING AND MECHANICAL CONTRACTORS ASSOCIATION (PMCA) 8600 SW Saint Helens Drive, Suite 200 Wilsonville, OR 97070 Ph: 503-682-7919 Fax: 503-682-6241 Internet: http://www.pmcaoregon.com/ PLUMBING-HEATING-COOLING CONTRACTORS NATIONAL ASSOCIATION (PHCC) 180 South Washington Street P.O. Box 6808 Falls Church, VA 22046 Ph: 800-533-7694 or 703-237-8100 Fax: 703-237-7442 E-mail: [email protected] Internet: http://www.phccweb.org PORCELAIN ENAMEL INSTITUTE (PEI) PO Box 920220 3700 Mansell Rd., Suite 220 Alpharetta, GA 30022 Ph: 770-281-8980 Fax: 770-281-8981 E-mail: [email protected] Internet: http://www.porcelainenamel.com POST-TENSIONING INSTITUTE (PTI) 8601 North Black Canyon Highway, Suite 103 Phoenix, AZ 85021 Ph: 602-870-7540 Fax: 602-870-7541 E-mail: [email protected] Internet: http://www.post-tensioning.org/ PRECAST/PRESTRESSED CONCRETE INSTITUTE (PCI) 209 West Jackson Boulevard Chicago, IL 60606-6938 Ph: 312-786-0300 Fax: 312-786-0353 E-mail: [email protected] Internet: http://www.pci.org REDWOOD INSPECTION SERVICE (RIS) OF THE CALIFORNIA REDWOOD ASSOCIATION (CRA) 405 Enfrente Drive, Suite 200 Novato, CA 94949 Ph: 415-382-0662 or 888-225-7339 Fax: 415-382-8531 E-Mail: [email protected] Internet: http://www.calredwood.org

Page 114: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

RUBBER MANUFACTURERS ASSOCIATION (RMA) 1400 K Street, NW, Suite 900 Washington, DC 20005 Ph: 202-682-4800 Fax: 202-682-4854 E-mail: [email protected] Internet: http://www.rma.org SCIENTIFIC EQUIPMENT AND FURNITURE ASSOCIATION (SEF A) 1205 Franklin Avenue, Suite 320 Garden City, N.Y. 11530 Ph: 516-294-5424 Fax: 516-294-27582 SCIENTIFIC CERTIFICATION SYSTEMS (SCS) 2200 Powell Street, Suite 725 Emeryville, CA 94608 Ph: 510-452-8000 Fax: 510-452-8001 E-mail: [email protected] Internet: http://www.scs1.com SCREEN MANUFACTURERS ASSOCIATION (SMA) 2850 South Ocean Boulevard, Suite 114 Palm Beach, FL 33480-6205 Ph: 561-533-0991 Fax: 561-533-7466 E-mail: [email protected] Internet: http://www.smacentral.org SEMICONDUCTOR EQUIPMENT AND MATERIALS INTERNATIONAL (SEMI) 3081 Zanker Road San Jose, CA 95134 Ph: 408-943-6900 Fax: 408-428-9600 E-mail: [email protected] Internet: http://www.semi.org SHEET METAL AND AIR CONDITIONING CONTRACTORS' NATIONAL ASSOCIATION (SMACNA) 4201 Lafayette Center Drive Chantilly, VA 20151-1209 Ph: 703-803-2980 Fax: 703-803-3732 E-mail: [email protected] Internet: http://www.smacna.org SINGLE PLY ROOFING INDUSTRY (SPRI) 77 Rumford Avenue, Suite 3B Waltham, MA 02453 Ph: 781-647-7026 Fax: 781-647-7222 E-mail: [email protected] Internet: http://www.spri.org SOCIETY OF AUTOMOTIVE ENGINEERS INTERNATIONAL (SAE) 400 Commonwealth Drive Warrendale, PA 15096-0001

Page 115: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Ph: 724-776-4841 Fax: 724-776-0790 E-mail: [email protected] Internet: http://www.sae.org SOCIETY OF MOTION PICTURE AND TELEVISION ENGINEERS (SMPTE) 3 Baker Avenue White Plains, New York 10601 Ph: 914-761-1100 Fax: 914-761-3115 E-mail: [email protected] Internet: http://www.smpte.org SPRAY POLYURETHANE FOAM ALLIANCE (SPFA) 4400 Fair Lakes Court, Suite 105 Fairfax, VA 22033 Ph: 800-523-6154 Fax: 703-222-5816 Internet: http://www.sprayfoam.org SOLAR RATING AND CERTIFICATION CORPORATION (SRCC) c/o FSEC, 1679 Clearlake Road Cocoa, FL 32922-5703 Ph: 321-638-1537 Fax: 321-638-1010 E-mail: [email protected] Internet: http://www.solar-rating.org SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT (SCAQMD) 21865 Copley Drive Diamond Bar, CA 91765-4182 Ph: 909-396-2000 E-mail: [email protected] Internet: http://www.aqmd.gov SOUTHERN CYPRESS MANUFACTURERS ASSOCIATION (SCMA) 400 Penn Center Boulevard, Suite 530 Pittsburgh, PA 15235 Ph: 412-829-0770 or 877-607-SCMA Fax: 412-829-0844 Internet: http://www.cypressinfo.org SOUTHERN PINE INSPECTION BUREAU (SPIB) 4709 Scenic Highway Pensacola, FL 32504-9094 Ph: 850-434-2611 Fax: 850-433-5594 E-mail: [email protected] Internet: http://www.spib.org STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION (CDT) Publication Distribution Unit 1900 Royal Oaks Dr. Sacramento, CA 95815-3800 Ph: 916-445-3520 Fax: 916-324-8997 E-mail: [email protected] Internet: www.dot.ca.gov/hq/esc/ctms

Page 116: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

STATE OF MARYLAND CODE OF MARYLAND REGULATIONS (COMAR) Division of State Documents 16 Francis Street, Jeffrey Building Annapolis, MD 21401 Ph: 410-974-2486x3872 Fax: 410-974-2546 E-mail: [email protected] Internet: www.dsd.state.md.us/comar/ STATE OF VIRGINIA ADMINISTRATIVE CODE (VAC) Virginia Code Commission General Assembly Building, 2nd Floor 910 Capitol Street Richmond, Virginia 23219 Ph: 804-786-3591 Fax: 804-692-0625 Internet: http://leg1.state.va.us/000/srr.htm STEEL DECK INSTITUTE (SDI) P.O. Box 25 Fox River Grove, IL 60021 Ph: 847-458-4647 Fax: 847-458-4648 E-mail: [email protected] Internet: http://www.sdi.org STEEL DOOR INSTITUTE (SDI/DOOR) c/o Wherry Associates 30200 Detroit Road Cleveland, OH 44145-1967 Ph: 440-899-0010 Fax: 440-892-1404 E-mail: [email protected] Internet: http://www.steeldoor.org STEEL JOIST INSTITUTE (SJI) 3127 Mr. Joe White Avenue Myrtle Beach, SC 29577-6760 Ph: 843-626-1995 Fax: 843-626-5565 E-mail: [email protected] Internet: http://www.steeljoist.org STEEL TANK INSTITUTE (STI) 570 Oakwood Road Lake Zurich, IL 60047 Ph: 847-438-8265 Fax: 847-438-8766 Internet: http://www.steeltank.com STEEL WINDOW INSTITUTE (SWI) 1300 Sumner Avenue Cleveland, OH 44115-2851 Ph: 216-241-7333 Fax: 216-241-0105 E-mail: [email protected] Internet: http://www.steelwindows.com

Page 117: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

TECHNICAL ASSOCIATION OF THE PULP AND PAPER INDUSTR Y (TAPPI) 15 Technology Parkway South Norcross, GA 30092 Ph: 800-322-8686 or 770-446-1400 Fax: 770-446-6947 E-mail: [email protected] Internet: http://www.tappi.org TECHNICAL MANUAL (TM) Commander USACE Publication Depot ATTN: CEHEC-IM-PD 2803 52nd Ave. Hyattsville, MD 20781-1102 Ph: 301-394-0081 Fax: 301-394-0084 E-mail: [email protected] Internet: www.usace.army.mil/usace-docs/armytm/ TELECOMMUNICATIONS INDUSTRIES ASSOCIATION (TIA) 2500 Wilson Blvd., Suite 300 Arlington, VA 22201 USA ph: (703) 907-7700 fax: (703) 907-7727 tty: (703) 907-7776 THE SOCIETY FOR PROTECTIVE COATINGS (SSPC) 40 24th Street, 6th Floor Pittsburgh, PA 15222-4656 Ph: 412-281-2331 Fax: 412-281-9992 E-mail: [email protected] Internet: http://www.sspc.org TELECOMMUNICATIONS INDUSTRY ASSOCIATION (TIA) 2500 Wilson Blvd,. Suite 300 Arlington, VA 22201 Ph: 703-907-7700 Fax: 703-907-7727 Internet: http://www.tiaonline.org TESTING, ADJUSTING AND BALANCING BUREAU (TABB) 601 North Fairfax Street Suite 250 Alexandria, Va 22314 Ph: 703-299-6546 Fax: 703-683-7615 E-mail: [email protected] Internet: http://www.tabbcertified.org TILE COUNCIL OF AMERICA (TCA) 100 Clemson Research Boulevard Anderson, SC 29625 Ph: 864-646-8453 Fax: 864-646-2821 E-mail: [email protected] Internet: http://www.tileusa.com

Page 118: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

TRUSS PLATE INSTITUTE (TPI) 218 N. Lee Street, Suite 312 Alexandria, VA 22314 Ph: 703-683-1010 Internet: http://www.tpinst.org TUBULAR EXCHANGER MANUFACTURERS ASSOCIATION (TEMA) 25 North Broadway Tarrytown, NY 10591 Ph: 914-332-0040 Fax: 914-332-1541 E-mail: [email protected] Internet: http://www.tema.org TURFGRASS PRODUCERS INTERNATIONAL (TPI) 2 East Main Street East Dundee, IL 60118 Ph: 847-649-5555 or 800-405-8873 Fax: 847-649-5678 E-mail: [email protected] Internet: http://www.turfgrasssod.org UNDERWRITERS LABORATORIES (UL) 333 Pfingsten Road Northbrook, IL 60062-2096 Ph: 847-272-8800 Fax: 847-272-8129 E-mail: [email protected] Internet: http://www.ul.com/ UNI-BELL PVC PIPE ASSOCIATION (UBPPA) 2655 Villa Creek Drive, Suite 155 Dallas, TX 75234 Ph: 972-243-3902 Fax: 972-243-3907 E-mail: [email protected] Internet: http://www.uni-bell.org U.S. AIR FORCE (USAF) Air Force Publishing Distribution Center Ph: 410-687-3330 Fax: 410-436-4629 E-mail: [email protected] Internet: http://www.e-publishing.af.mil/ U.S. AIR FORCE TECHNICAL ORDERS (TO) Air Force Logistics Command, ATTN: D.A.D. Wright-Patterson Air Force Base, OH 45433 U.S. ARMY (DA) U.S. Army Publishing Directorate Internet: http://www.apd.army.mil U.S. ARMY CENTER FOR HEALTH PROMOTION AND PREVENTIVE MEDICINE (USACHPPM) 5158 Blackhawk Road Aberdeen Proving Ground, MD 21010-5403 Ph: 800-222-9698

Page 119: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Internet: http://chppm-www.apgea.army.mil U.S. ARMY CORPS OF ENGINEERS (USACE) Order CRD-C DOCUMENTS from: U.S. Army Engineer Waterways Experiment Station ATTN: Technical Report Distribution Section, Servi ces Branch, TIC 3909 Halls Ferry Road Vicksburg, MS 39180-6199 Ph: 601-634-2664 Fax: 601-634-2388 E-mail: [email protected] Internet: http://www.wes.army.mil/SL/MTC/handbook.h tm Order Other Documents from: USACE Publications Depot Attn: CEHEC-IM-PD 2803 52nd Avenue Hyattsville, MD 20781-1102 Ph: 301-394-0081 Fax: 301-394-0084 E-mail: [email protected] Internet: http://www.usace.army.mil/publications or http://www.hnd.usace.army.mil/techinfo/en gpubs.htm U.S. ARMY RESEARCH, DEVELOPMENT, AND ENGINEERING COMMAND (EA) Attn: Public Affairs/G-5; Bldg. E5101/223 Aberdeen Proving Ground, MD 21010-5423 Ph: 410-671-5770 Internet: http://www.rdecom.army.mil U.S. ARMY ENVIRONMENTAL CENTER (USAEC) 5179 Hoadley Road Aberdeen Proving Ground, MD 21010-5401 Internet: http://aec.army.mil/usaec Order from: National Technical Information Service (NTIS) 5285 Port Royal Road Springfield, VA 22161 Ph: 703-605-6585 Fax: 703-605-6900 E-mail: [email protected] Internet: http://www.ntis.gov U.S. BUREAU OF RECLAMATION (BOR) Denver Federal Center P.O. Box 25007 Denver, CO 80225 Ph: 303-445-2072 Fax: 303-445-6303 Internet: http://www.usbr.gov Order from: National Technical Information Service (NTIS) 5285 Port Royal Road Springfield, VA 22161 Ph: 703-605-6585 Fax: 703-605-6900

Page 120: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

E-mail: [email protected] Internet: http://www.ntis.gov U.S. DEFENSE INFORMATION SYSTEMS AGENCY (DISA) Washington, DC 20305-2000 Internet:http://www.disa.mil U.S. DEFENSE INTELLIGENCE AGENCY (DIA) Defense Intelligence Analysis Center (DIAC) MacDill Boulevard and Luke Avenue Bolling AFB, MD Internet: http://www.dia.mil U.S. DEFENSE LOGISTICS AGENCY (DLA) Andrew T. McNamara Building 8725 John J. Kingman Road Fort Belvoir, VA 22060 Ph: 1-877-352-2255 Internet: http://www.dla.mil U.S. DEPARTMENT OF AGRICULTURE (USDA) Order AMS Publications from: AGRICULTURAL MARKETING SERVICE (AMS) Seed Regulatory and Testing Branch 801 Summit Crossing Place, Suite C Gastonia, NC 28054-2193 Ph: 704-810-8870 Fax: 704-852-4189 Internet: http://www.ams.usda.gov/lsg/seed.htm E-mail: [email protected] Order Other Publications from: U.S. Department of Agriculture, Rural Utilities Ser vice 14th and Independence Avenue, SW, Room 4028-S Washington, DC 20250 Ph: 202-720-2791 Fax: 202-720-2166 Internet: http://www.usda.gov/rus U.S. DEPARTMENT OF COMMERCE (DOC) 1401 Constitution Avenue, NW Washington, DC 20230 Ph: 202-482-2000 Internet: http://www.commerce.gov/ Order Publications From: National Technical Information Service (NTIS) 5285 Port Royal Road Springfield, VA 22161 Ph: 703-605-6585 Fax: 703-605-6900 E-mail: [email protected] Internet: http://www.ntis.gov U.S. DEPARTMENT OF DEFENSE (DOD) Directorate for Public Inquiry and Analysis Office of the Secretary of Defense (Public Affairs) Room 3A750 -- The Pentagon

Page 121: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1400 Defense Pentagon Washington, DC 20301-1400 Ph: 703-428-0711 E-mail: [email protected] Internet: http://www.dod.gov Order DOD Documents from: National Technical Information Service (NTIS) 5285 Port Royal Road Springfield, VA 22161 Ph: 703-605-6585 FAX: 703-605-6900 E-mail: [email protected] Internet: http://www.ntis.gov Order Military Specifications, Standards and Relate d Publications from: Department of Defense Single Stock Point for (DODS SP) Defense Automation and Production Service (DAPS) Building 4D 700 Robbins Avenue Philadelphia, PA 19111-5098 Ph: 215-697-2179 Fax: 215-697-1462 Internet: http://www.dodssp.daps.mil www.daps.dla.mil - - - - - Detail Series Documents - - - - - U.S. DEPARTMENT OF ENERGY (DOE) Order from: 1000 Independence Avenue Southwest Washington, D.C. 20585 Ph: 800-363-3732 Internet: www.eere.energy.gov U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD) Order from: HUD User P.O. Box 23268 Washington, DC 20026-3268 Ph: 800-245-2691 or 202-708-9981 Fax: 202-708-9981 E-mail: [email protected] Internet: http://www.huduser.org U.S. DEPARTMENT OF STATE (SD) 2201 C Street, NW Washington, DC 20520 Ph: 202-647-4000 Internet: http://www.state.gov U.S. DEPARTMENT OF TRANSPORTATION (DOT) 400 7th Street, SW Washington, DC 20590 Ph: 202-366-4000 Internet: http://www.dot.gov U.S. ENVIRONMENTAL PROTECTION AGENCY (EPA)

Page 122: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Ariel Rios Building 1200 Pennsylvania Avenue, N.W. Washington, DC 20460 Ph: 202-272-0167 Internet: http://www.epa.gov --- Some EPA documents are available only from: National Technical Information Service (NTIS) 5285 Port Royal Road Springfield, VA 22161 Ph: 703-605-6585 Fax: 703-605-6900 E-mail: [email protected] Internet: http://www.ntis.gov U.S. FEDERAL AVIATION ADMINISTRATION (FAA) Order for sale documents from: Superintendent of Documents U.S. Government Printing Office (GPO) 732 North Capitol Street, NW Washington, DC 20401 Ph: 202-512-1800 Fax: 202-512-2104 E-mail: [email protected] Internet: http://www.gpoaccess.gov Order free documents from: Federal Aviation Administration Department of Transportation 800 Independence Avenue, SW Washington, DC 20591 Ph: 1-866-835-5322 Internet: http://www.faa.gov U.S. FEDERAL COMMUNICATIONS COMMISSION (FCC) 445 12th Street SW Washington, DC 20554 Phone: 888-CALL-FCC Fax: 866-418-0232 Internet: http://www.fcc.gov E-mail: [email protected] Order Publications From: Superintendent of Documents U.S. Government Printing Office (GPO) 732 North Capitol Street, NW Washington, DC 20401 Ph: 202-512-1800 Fax: 202-512-2104 E-mail: [email protected] Internet: http://www.gpoaccess.gov U.S. FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) 500 C Street, SW Washington, D.C. 20472 Ph: 1-800-621-FEMA Internet: http://www.fema.gov U.S. FEDERAL HIGHWAY ADMINISTRATION (FHWA)

Page 123: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Office of Highway Safety (HHS-31) 400 Seventh Street, SW Washington, DC 20590-0001 Ph: 202-366-0411 Fax: 202-366-2249 Internet: http://www.fhwa.dot.gov Order from: Superintendent of Documents U. S. Government Printing Office (GPO) 732 North Capitol Street, NW Washington, DC 20401 Ph: 202-512-1800 Fax: 202-512-2104 E-mail: [email protected] Internet: http://www.gpoaccess.gov U. S. GREEN BUILDING COUNCIL (USGBC) 1015 18th Street, NW, Suite 508 Washington, D.C. 20036 Ph: 202-828-7422 Fax: 202-828-5110 E-mail: [email protected] Internet: http://www.usgbc.org AOK: 2/04 LOK: 2/04 U.S. GENERAL SERVICES ADMINISTRATION (GSA) General Services Administration 1800 F Street, NW Washington, DC 20405 Ph: 202-501-1021 Internet: www.GSA.gov Order from: General Services Administration Federal Supply Service Bureau 1941 Jefferson Davis Highway Arlington, VA 22202 Ph: 703-605-5400 Internet: http://apps.fss.gsa.gov/pub/fedspecs/ind ex.cfm - - - - - Commercial Item Description Documents - - - - - U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION ( NARA) 8601 Adelphi Road College Park, MD 20740-6001 Ph: 866-272-6272 Fax: 301-837-0483 Internet: http://www.archives.gov Order documents from: Superintendent of Documents U.S.Government Printing Office (GPO) 732 North Capitol Street, NW Washington, DC 20401 Ph: 202-512-1800 Fax: 202-512-2104

Page 124: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

E-mail: [email protected] Internet: http://www.gpoaccess.gov U.S. NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC) 1322 Patterson Ave. SE, Suite 1000 Washington Navy Yard, DC 20374 Ph: 757-322-4200 Fax: 757-322-4416 Internet: http://www.navfac.navy.mil U.S. NAVAL FACILITIES ENGINEERING SERVICE CENTER (N FESC) 1100 23rd Avenue Port Hueneme, CA 93043-4370 Ph: 805-982-4980 Internet: http://www.nfesc.navy.mil WATER ENVIRONMENT FEDERATION (WEF) 601 Wythe Street Alexandria, VA 22314-1994 Ph: 703-684-2452 or 1-800-666-0206 Fax: 703-684-2492 E-mail: [email protected] Internet: http://www.wef.org WATER QUALITY ASSOCIATION (WQA) 4151 Naperville Road Lisle, IL 60532 Ph: 630-505-0160 Fax: 630-505-9637 E-mail: [email protected] Internet: http://www.wqa.org WEST COAST LUMBER INSPECTION BUREAU (WCLIB) P.O. Box 23145 Tigard, OR 97281 Ph: 503-639-0651 Fax: 503-684-8928 E-mail: [email protected] Internet: http://www.wclib.org WESTERN WOOD PRESERVERS INSTITUTE (WWPI) 7017 N.E. Highway 99 Suite 108 Vancouver, WA 98665 Ph: 360-693-9958 Fax: 360-693-9967 E-mail: [email protected] Internet: http://www.wwpinstitute.org WESTERN WOOD PRODUCTS ASSOCIATION (WWPA) Yeon Building 522 SW 5th Avenue Suite 500 Portland, OR 97204-2122 Ph: 503-224-3930 Fax: 503-224-3934 E-mail: [email protected] Internet: http://www.wwpa.org

Page 125: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

WINDOW AND DOOR MANUFACTURERS ASSOCIATION (WDMA) 1400 East Touhy Avenue, Suite 470 Des Plaines, IL 60018 Ph: 847-299-5200 or 800-223-2301 Fax: 847-299-1286 E-mail: [email protected] Internet: http://www.wdma.com WIRE ROPE TECHNICAL BOARD (WRTB) 801 North Fairfax Street, Suite 211 Alexandria, VA 22314 Ph: 703-299-8550 Fax: 703-299-9253 E-mail: [email protected] Internet: www.domesticwirerope.org/wrtb WOOD MOULDING AND MILLWORK PRODUCERS ASSOCIATION (WMMPA) 507 First Street Woodland, CA 95695 Ph: 530-661-9591 Fax: 530-661-9586 E-mail: [email protected] Internet: http://www.wmmpa.com WOOLMARK BUSINESS INTELIGENCE (WBI) The Woolmark Company 1230 Avenue of the Americas, 7th Fl. New York, NY 10020 Ph: 646-756-2535 Fax: 646 756 2538 Internet: www.woolmark.org

Page 126: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 45 02

QUALITY CONTROL SYSTEM (QCS) 04/06

1.1 GENERAL The Government will use the Resident Management Sys tem for Windows (RMS) to assist in its monitoring and administration of this contract. The Contractor shall use the Government-furnished Construction Con tractor Module of RMS, referred to as QCS, to record, maintain, and submit various information throughout the contract period. The Contractor mod ule, user manuals, updates, and training information can be downloaded from the RMS web site.This joint Government-Contractor use of RMS and QCS will facil itate electronic exchange of information and overall management of the contra ct. QCS provides the means for the Contractor to input, track, and electronica lly share information with the Government in the following areas: Administration Finances Quality Control Submittal Monitoring Scheduling Import/Export of Data 1.1.1 Correspondence and Electronic Communication s For ease and speed of communications, both Governme nt and Contractor will, to the maximum extent feasible, exchange correspondenc e and other documents in electronic format. Correspondence, pay requests an d other documents comprising the official contract record shall also be provided in paper format, with signatures and dates where necessary. Paper documents will govern, in the event of discrepancy with the electr onic version. 1.1.2 Other Factors Particular attention is directed to Contract Clause , "Schedules for Construction Contracts", Contract Clause, "Payments ", Section 01 32 01, PROJECT SCHEDULE, Section 01 33 00, SUBMITTAL PROCE DURES, and Section 01 45 04, CONTRACTOR QUALITY CONTROL, which have a direct relationship to the reporting to be accomplished through QCS. Also, th ere is no separate payment for establishing and maintaining the QCS database; all costs associated therewith shall be included in the contract pricing for the work. 1.2 QCS SOFTWARE QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make available the QCS software to the Contractor after award of the construction c ontract. Prior to the Pre-Construction Conference, the Contractor shall be re sponsible to download, install and use the latest version of the QCS softw are from the Government's RMS Internet Website. Upon specific justification and request by the Contractor, the Government can provide QCS on 3-1/2 inch high-density diskettes or CD-ROM. Any program updates of QCS wi ll be made available to the Contractor via the Government RMS Website as they b ecome available. 1.3 SYSTEM REQUIREMENTS

Page 127: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

The following is the minimum system configuration t hat the Contractor shall have to run QCS: QCS and QAS System Hardware IBM-compatible PC with 1000 MHz Pentium or higher p rocessor 256+ MB RAM for workstation / 512+ MB RAM for serve r 1 GB hard drive disk space for sole use by the QCS system 3 1/2 inch high-density floppy drive Compact Disk (CD) Reader 8x speed or higher SVGA or higher resolution monitor (1024x768, 256 co lors) Mouse or other pointing device Windows compatible printer. (Laser printer must hav e 4 MB+ of RAM) Connection to the Internet, minimum 56k BPS Software MS Windows 2000 or higher QAS-Word Processing software: MS Word 2000 or newer Latest version of: Netscape Navigator, Microsoft In ternet Explorer, or other browser that supports HTML 4.0 or higher Electronic mail (E-mail) MAPI compatible Virus protection software that is regularly upgrade d with all issued manufacturer's updates 1.4 RELATED INFORMATION 1.4.1 QCS User Guide After contract award, the Contractor shall download instructions for the installation and use of QCS from the Government RMS Internet Website; the Contractor can obtain the current address from the Government. In case of justifiable difficulties, the Government will provi de the Contractor with a CD-ROM containing these instructions. 1.4.2 Contractor Quality Control(CQC) Training The use of QCS will be discussed with the Contracto r's QC System Manager during the mandatory CQC Training class. 1.5 CONTRACT DATABASE Prior to the pre-construction conference, the Gover nment shall provide the Contractor with basic contract award data to use fo r QCS. The Government will

Page 128: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

provide data updates to the Contractor as needed, g enerally by files attached to E-mail. These updates will generally consist of submittal reviews, correspondence status, QA comments, and other admin istrative and QA data. 1.6 DATABASE MAINTENANCE The Contractor shall establish, maintain, and updat e data for the contract in the QCS database throughout the duration of the con tract. The Contractor shall establish and maintain the QCS database at th e Contractor's site office. Data updates to the Government shall be submitted b y E-mail with file attachments, e.g., daily reports, schedule updates, payment requests. If permitted by the Contracting Officer, a data disket te or CD-ROM may be used instead of E-mail (see Paragraph DATA SUBMISSION VI A COMPUTER DISKETTE OR CD-ROM). The QCS database typically shall include cur rent data on the following items: 1.6.1 Administration 1.6.1.1 Contractor Information The database shall contain the Contractor's name, a ddress, telephone numbers, management staff, and other required items. Within 14 calendar days of receipt of QCS software from the Government, the Co ntractor shall deliver Contractor administrative data in electronic format via E-mail. 1.6.1.2 SubContractor Information The database shall contain the name, trade, address , phone numbers, and other required information for all subContractors. A sub Contractor must be listed separately for each trade to be performed. Each su bContractor/trade shall be assigned a unique Responsibility Code, provided in QCS. Within 14 calendar days of receipt of QCS software from the Government , the Contractor shall deliver subContractor administrative data in electr onic format via E-mail. 1.6.1.3 Correspondence All Contractor correspondence to the Government sha ll be identified with a serial number. Correspondence initiated by the Con tractor's site office shall be prefixed with "S". Letters initiated by the Con tractor's home (main) office shall be prefixed with "H". Letters shall b e numbered starting from 0001. (e.g., H-0001 or S-0001). The Government's letters to the Contractor will be prefixed with "C". 1.6.1.4 Equipment The Contractor's QCS database shall contain a curre nt list of equipment planned for use or being used on the jobsite, inclu ding the most recent and planned equipment inspection dates. 1.6.1.5 Management Reporting QCS includes a number of reports that Contractor ma nagement can use to track the status of the project. The value of these repo rts is reflective of the quality of the data input, and is maintained in the various sections of QCS. Among these reports are: Progress Payment Request w orksheet, QA/QC comments, Submittal Register Status, Three-Phase Inspection c hecklists. 1.6.2 Finances

Page 129: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1.6.2.1 Pay Activity Data The QCS database shall include a list of pay activi ties that the Contractor shall develop in conjunction with the construction schedule. The sum of all pay activities shall be equal to the total contract amount, including modifications. Pay activities shall be grouped by Contract Line Item Number (CLIN), and the sum of the activities shall equal t he amount of each CLIN. The total of all CLINs equals the Contract Amount. 1.6.2.2 Payment Requests All progress payment requests shall be prepared usi ng QCS. The Contractor shall complete the payment request worksheet and in clude it with the payment request. The work completed under the contract, me asured as percent or as specific quantities, shall be updated at least mont hly. After the update, the Contractor shall generate a payment request report using QCS. The Contractor shall submit the payment requests with supporting d ata by E-mail with file attachment(s). If permitted by the Contracting Off icer, a data diskette may be used instead of E-mail. A signed paper copy of t he approved payment request is also required, which shall govern in the event o f discrepancy with the electronic version. 1.6.3 Quality Control (QC) QCS provides a means to track implementation of the 3-phase QC Control System, prepare daily reports, identify and track deficienc ies, document progress of work, and support other Contractor QC requirements. The Contractor shall maintain this data on a daily basis. Entered data will automatically output to the QCS generated daily report. The Contractor shall provide the Government a Contractor Quality Control (CQC) Plan within the time required in Section 01 45 04, CONTRACTOR QUALITY CONTROL. With in seven calendar days of Government acceptance, the Contractor shall submit a data diskette or CD-ROM reflecting the information contained in the accepte d CQC Plan: schedule, pay activities, features of work, submittal register, Q C requirements, and equipment list. 1.6.3.1 Daily Contractor Quality Control (CQC) Re ports. QCS includes the means to produce the Daily CQC Rep ort. The Contractor may use other formats to record basic QC data. However , the Daily CQC Report generated by QCS shall be the Contractor's official report. Data from any supplemental reports by the Contractor shall be sum marized and consolidated onto the QCS-generated Daily CQC Report. Daily CQC Reports shall be submitted as required by Section 01 45 04, CONTRACTOR QUALITY CONTROL. Reports shall be submitted electronically to the Government using E- mail or diskette within 24 hours after the date covered by the report. Use of either mode of submittal shall be coordinated with the Government representa tive. The Contractor shall also provide the Government a signed, printed copy of the daily CQC report. 1.6.3.2 Deficiency Tracking. The Contractor shall use QCS to track deficiencies. Deficiencies identified by the Contractor will be numerically tracked using QC punch list items. The Contractor shall maintain a current log of its QC p unch list items in the QCS database. The Government will log the deficiencies it has identified using its QA punch list items. The Government's QA punch list items will be

Page 130: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

included in its export file to the Contractor. The Contractor shall regularly update the correction status of both QC and QA punc h list items. 1.6.3.3 Three-Phase Control Meetings The Contractor shall maintain scheduled and actual dates and times of preparatory and initial control meetings in QCS. 1.6.3.4 Accident/Safety Tracking. The Government will issue safety comments, directio ns, or guidance whenever safety deficiencies are observed. The Government's safety comments will be included in its export file to the Contractor. The Contractor shall regularly update the correction status of the safety comments . In addition, the Contractor shall utilize QCS to advise the Governme nt of any accidents occurring on the jobsite. This brief supplemental entry is not to be considered as a substitute for completion of mandat ory reports, e.g., ENG Form 3394 and OSHA Form 300. 1.6.3.5 Features of Work The Contractor shall include a complete list of the features of work in the QCS database. A feature of work may be associated with multiple pay activities. However, each pay activity (see subpar agraph "Pay Activity Data" of paragraph "Finances") will only be linked to a s ingle feature of work. 1.6.3.6 QC Requirements The Contractor shall develop and maintain a complet e list of QC testing, transferred and installed property, and user traini ng requirements in QCS. The Contractor shall update all data on these QC re quirements as work progresses, and shall promptly provide this informa tion to the Government via QCS. 1.6.4 Submittal Management The Government will provide the initial submittal r egister in electronic format. Thereafter, the Contractor shall maintain a complete list of all submittals, including completion of all data column s. Dates on which submittals are received and returned by the Governm ent will be included in its export file to the Contractor. The Contractor shal l use QCS to track and transmit all submittals. ENG Form 4025, submittal transmittal form, and the submittal register update shall be produced using Q CS. RMS will be used to update, store and exchange submittal registers and transmittals, but will not be used for storage of actual submittals. 1.6.5 Schedule The Contractor shall develop a construction schedul e consisting of pay activities, in accordance with Contract Clause "Sch edules for Construction Contracts", or Section 01 32 01, PROJECT SCHEDULE, as applicable. This schedule shall be input and maintained in the QCS d atabase either manually or by using the Standard Data Exchange Format (SDEF) ( see Section 01 32 01 PROJECT SCHEDULE). The updated schedule data shall be included with each pay request submitted by the Contractor. 1.6.6 Import/Export of Data

Page 131: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

QCS includes the ability to export Contractor data to the Government and to import submittal register and other Government-prov ided data, and schedule data using SDEF. 1.7 IMPLEMENTATION Contractor use of QCS as described in the preceding paragraphs is mandatory. The Contractor shall ensure that sufficient resourc es are available to maintain its QCS database, and to provide the Gover nment with regular database updates. QCS shall be an integral part of the Cont ractor's management of quality control. 1.8 DATA SUBMISSION VIA COMPUTER DISKETTE OR CD-R OM The Government-preferred method for Contractor's su bmission of updates, payment requests, correspondence and other data is by E-mail with file attachment(s). For locations where this is not fea sible, the Contracting Officer may permit use of computer diskettes or CD- ROM for data transfer. Data on the disks or CDs shall be exported using the QCS built-in export function. If used, diskettes and CD-ROMs will be submitted in accordance with the following: 1.8.1 File Medium The Contractor shall submit required data on 3-1/2 inch double-sided high-density diskettes formatted to hold 1.44 MB of data , capable of running under Microsoft Windows 95 or newer. Alternatively, CD-R OMs may be used. They shall conform to industry standards used in the Uni ted States. All data shall be provided in English. 1.8.2 Disk or CD-ROM Labels The Contractor shall affix a permanent exterior lab el to each diskette and CD-ROM submitted. The label shall indicate in English , the QCS file name, full contract number, contract name, project location, d ata date, name and telephone number of person responsible for the data . 1.8.3 File Names The Government will provide the file names to be us ed by the Contractor with the QCS software. 1.9 MONTHLY COORDINATION MEETING The Contractor shall update the QCS database each w orkday. At least monthly, the Contractor shall generate and submit an export file to the Government with schedule update and progress payment request. As r equired in Contract Clause "Payments", at least one week prior to submittal, t he Contractor shall meet with the Government representative to review the pl anned progress payment data submission for errors and omissions. The Contractor shall make all required corrections prior to Government acceptance of the export file and progress payment request. Payment requests accompanied by incomplete or incorrect data submitt als will be returned. The Government will not process progress payments until an acceptable QCS export file is received. 1.10 NOTIFICATION OF NONCOMPLIANCE

Page 132: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

The Contracting Officer will notify the Contractor of any detected noncompliance with the requirements of this specifi cation. The Contractor shall take immediate corrective action after receip t of such notice. Such notice, when delivered to the Contractor at the wor k site, shall be deemed sufficient for the purpose of notification.

Page 133: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 45 04

CONTRACTOR QUALITY CONTROL 04/06

PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this s pecification to the extent referenced. The publications are referred to withi n the text by the basic designation only. ASTM INTERNATIONAL (ASTM) ASTM D 3740(2004) Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engin eering Design and Construction ASTM E 329(2005b) Agencies Engaged in the Testing a nd/or Inspection of Materials Used in Construction U.S. ARMY CORPS OF ENGINEERS (USACE) ER 1110-1-12(1993) Quality Management 1.2 PAYMENT Separate payment will not be made for providing and maintaining an effective Quality Control program, and all costs associated t herewith shall be included in the applicable unit prices or lump-sum prices co ntained in the Bidding Schedule. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS The Contractor is responsible for quality control a nd shall establish and maintain an effective quality control system in com pliance with the Contract Clause titled "Inspection of Construction." The qu ality control system shall consist of plans, procedures, and organization nece ssary to produce an end product which complies with the contract requiremen ts. The system shall cover all design and construction operations, both onsite and offsite, and shall be keyed to the proposed construction sequence. The s ite project superintendent will be held responsible for the quality of work on the job and is subject to removal by the Contracting Officer for non-complian ce with the quality requirements specified in the contract. The site p roject superintendent in this context shall be the highest level manager res ponsible for the overall construction activities at the site, including qual ity and production. The site project superintendent shall maintain a physic al presence at the site at all times, except as otherwise acceptable to the Co ntracting Officer, and shall be responsible for all construction and const ruction related activities at the site. 3.2 QUALITY CONTROL PLAN

Page 134: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

The Contractor shall furnish for review by the Gove rnment, not later than 15 days after receipt of notice to proceed, the Contra ctor Quality Control (CQC) Plan proposed to implement the requirements of the Contract Clause titled "Inspection of Construction." The plan shall ident ify personnel, procedures, control, instructions, tests, records, and forms to be used. The Government will consider an interim plan for the first 30 days of operation. Design and construction will be permitted to begin only after acceptance of the CQC Plan or acceptance of an interim plan applicable to the particular feature of work to be started. Work outside of the features of wor k included in an accepted interim plan will not be permitted to begin until a cceptance of a CQC Plan or another interim plan containing the additional feat ures of work to be started. 3.2.1 Content of the CQC Plan The CQC Plan shall include, as a minimum, the follo wing to cover all design and construction operations, both onsite and offsit e, including work by subContractors, designers of record, consultants, a rchitect/engineers (AE), fabricators, suppliers, and purchasing agents: a. A description of the quality control organizati on, including a chart showing lines of authority and acknowledgment that the CQC staff shall implement the three phase control system for all as pects of the work specified. The staff shall include a CQC System Ma nager who shall report to the project superintendent. b. The name, qualifications (in resume format), du ties, responsibilities, and authorities of each person assigned a CQC function. c. A copy of the letter to the CQC System Manager signed by an authorized official of the firm which describes the responsibi lities and delegates sufficient authorities to adequately perform the fu nctions of the CQC System Manager, including authority to stop work which is not in compliance with the contract. The CQC System Manager shall issue lette rs of direction to all other various quality control representatives outli ning duties, authorities, and responsibilities. Copies of these letters shal l also be furnished to the Government. d. Procedures for scheduling, reviewing, certifyin g, and managing submittals, including those of subContractors, designers of rec ord, consultants, architect engineers (AE), offsite fabricators, suppliers, and purchasing agents. These procedures shall be in accordance with Section 01 3 3 00 SUBMITTAL PROCEDURES. e. Control, verification, and acceptance testing p rocedures for each specific test to include the test name, specification paragr aph requiring test, feature of work to be tested, test frequency, and person re sponsible for each test. (Laboratory facilities approved by the Contracting Officer shall be used.) f. Procedures for tracking preparatory, initial, a nd follow-up control phases and control, verification, and acceptance tests inc luding documentation. g. Procedures for tracking design and construction deficiencies from identification through acceptable corrective action . These procedures shall establish verification that identified deficiencies have been corrected. h. Reporting procedures, including proposed report ing formats. i. A list of the definable features of work. A de finable feature of work is a task which is separate and distinct from other ta sks, has separate control

Page 135: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

requirements, and may be identified by different tr ades or disciplines, or it may be work by the same trade in a different enviro nment. Although each section of the specifications may generally be cons idered as a definable feature of work, there are frequently more than one definable features under a particular section. This list will be agreed upon during the coordination meeting. 3.2.2 Additional Requirements for Design Quality Control (DQC) Plan The followng additional requirements apply to the D esign Quality Control (DQC) plan: (1) The Contractor's QCP Plan shall provide and ma intain a Design Quality Control (DQC) Plan as an effective quality control program which will assure that all services required by this design-build con tract are performed and provided in a manner that meets professional archit ectural and engineering quality standards. As a minimum, all documents sha ll be technically reviewed by competent, independent reviewers identified in t he DQC Plan. The same element that produced the product shall not perform the independent technical review (ITR). The Contractor shall correct errors and deficiencies in the design documents prior to submitting them to the Go vernment. (2) The Contractor shall include the design schedu le in the master project schedule, showing the sequence of events involved i n carrying out the project design tasks within the specific contract period. This should be at a detailed level of scheduling sufficient to identify all major design tasks, including those that control the flow of work. The schedule shall include review and correction periods associated with each item. This should be a forward planning as well as a project monitoring to ol. The schedule reflects calendar days and not dates for each activity. If the schedule is changed, the Contractor shall submit a revised schedule refl ecting the change within 7 calendar days. The Contractor shall include in the DQC Plan the discipline-specific checklists to be used during the design an d quality control of each submittal. These completed checklists shall be subm itted at each design phase as part of the project documentation. Example chec klists can be found in ER 1110-1-12. (3) The DQC Plan shall be implemented by an Design Quality Control Manager who has the responsibility of being cognizant of an d assuring that all documents on the project have been coordinated. Th is individual shall be a person who has verifiable engineering or architectu ral design experience and is a registered professional engineer or architect. The Contractor shall notify the Contracting Officer, in writing, of the name of the individual, and the name of an alternate person assigned to the pos ition. The Contracting Officer will notify the Contractor in writing of the acceptance of the DQC Plan. After acceptance, any changes proposed by the Contractor are subject to the acceptance of the Con tracting Officer. 3.2.3 Acceptance of Plan Acceptance of the Contractor's plan is required pri or to the start of design and construction. Acceptance is conditional and wi ll be predicated on satisfactory performance during the design and cons truction. The Government reserves the right to require the Contractor to mak e changes in his CQC Plan and operations including removal of personnel, as n ecessary, to obtain the quality specified.

Page 136: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

3.2.4 Notification of Changes After acceptance of the CQC Plan, the Contractor sh all notify the Contracting Officer in writing of any proposed change. Propose d changes are subject to acceptance by the Contracting Officer. 3.3 COORDINATION MEETING After the Postaward Conference, before start of des ign or construction, and prior to acceptance by the Government of the CQC Pl an, the Contractor shall meet with the Contracting Officer or Authorized Rep resentative and discuss the Contractor's quality control system. The CQC Plan shall be submitted for review a minimum of 5 calendar days prior to the Co ordination Meeting. During the meeting, a mutual understanding of the system d etails shall be developed, including the forms for recording the CQC operation s, design activities, control activities, testing, administration of the system for both onsite and offsite work, and the interrelationship of Contract or's Management and control with the Government's Quality Assurance. Minutes o f the meeting shall be prepared by the Government and signed by both the C ontractor and the Contracting Officer. The minutes shall become a pa rt of the contract file. There may be occasions when subsequent conferences will be called by either party to reconfirm mutual understandings and/or add ress deficiencies in the CQC system or procedures which may require correcti ve action by the Contractor. 3.4 QUALITY CONTROL ORGANIZATION 3.4.1 Personnel Requirements The requirements for the CQC organization are a CQC System Manager, a Design Quality Manager, and sufficient number of additiona l qualified personnel to ensure safety and contract compliance. The Safety and Health Manager shall receive direction and authority from the CQC System Manager and shall serve as a member of the CQC staff. Personnel identified in the technical provisions as requiring specialized skills to assure the requi red work is being performed properly will also be included as part of the CQC o rganization. The Contractor's CQC staff shall maintain a presence at the site at all times during progress of the work and have complete autho rity and responsibility to take any action necessary to ensure contract compli ance. The CQC staff shall be subject to acceptance by the Contracting Officer . The Contractor shall provide adequate office space, filing systems and o ther resources as necessary to maintain an effective and fully functional CQC o rganization. Complete records of all letters, material submittals, shop d rawing submittals, schedules and all other project documentation shall be promptly furnished to the CQC organization by the Contractor. The CQC or ganization shall be responsible to maintain these documents and records at the site at all times, except as otherwise acceptable to the Contracting O fficer. 3.4.2 CQC System Manager The Contractor shall identify as CQC System Manager an individual within the onsite work organization who shall be responsible f or overall management of CQC and have the authority to act in all CQC matter s for the Contractor. The CQC System Manager shall be a graduate engineer, gr aduate architect, or a graduate of construction management, with a minimum of 2 years construction experience on construction similar to this contract . This CQC System Manager shall be on the site at all times during constructi on and shall be employed by the prime Contractor. The CQC System Manager shall be assigned no other

Page 137: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

duties. An alternate for the CQC System Manager sh all be identified in the plan to serve in the event of the System Manager's absence. The requirements for the alternate shall be the same as for the desi gnated CQC System Manager. 3.4.3 CQC Personnel In addition to CQC personnel specified elsewhere in the contract, the Contractor shall provide as part of the CQC organiz ation specialized personnel to assist the CQC System Manager for the following areas: Electrical, civil, structural, and architectural, materials technician , laboratory technician and submittals clerk. These individuals may be employe es of the prime or subContractor; be responsible to the CQC System Man ager; be physically present at the construction site during work on their areas of responsibility; have the necessary education and/or experience in accord ance with the experience matrix listed herein. These individuals may perfor m other duties but must be allowed sufficient time to perform their assigned q uality control duties as described in the Quality Control Plan. Experience Matrix Area Qualifications a. Civil Gradu ate Civil Engineer with 2 yea rs experience in the type of work being performed on th is project or technician with 5 yrs related experience b. Mechanical Gradu ate Mechanical Engineer with 2 yrs experience or perso n with 5 yrs related exper ience c. Electrical Gradua te Electrical Engin eer with 2 yrs relat ed experience or perso n with 5 yrs relat ed experience d. Structural Gradu ate Structural Engin eer with 2 yrs exper ience or person with 5 yrs related experience e. Architectural Gradu ate Architect with 2 yrs e xperience or person with 5 yrs related experience f. Materials, Lab Technician Mater ials, Lab Technician with 2 yea rs experience in the type of work being performed on th is project g. Submittals Clerk Submi ttals Clerk with 2 yea rs experience in the type of work being performed on th is project

Page 138: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

h. Design Quality Control Manager Regis tered Architect or Pr ofessional Engineer 3.4.4 Additional Requirement In addition to the above experience and/or educatio n requirements the CQC System Manager shall have completed the course enti tled "Construction Quality Management For Contractors". This course is period ically offered at the Mobile District Corps of Engineers. 3.4.5 Organizational Changes The Contractor shall maintain the CQC staff at full strength at all times. When it is necessary to make changes to the CQC sta ff, the Contractor shall revise the CQC Plan to reflect the changes and subm it the changes to the Contracting Officer for acceptance. 3.5 SUBMITTALS AND DELIVERABLES Submittals, if needed, shall be made as specified i n Section 01 33 00 SUBMITTAL PROCEDURES. The CQC organization shall b e responsible for certifying that all submittals and deliverables are in compliance with the contract requirements. When Section 23 08 00.00 10 COMMISSIONING OF HVAC SYSTEMS are included in the contract, the submittal s required by those sections shall be coordinated with Section 01 33 00 SUBMITTAL PROCEDURES to ensure adequate time is allowed for each type of su bmittal required. 3.6 CONTROL Contractor Quality Control is the means by which th e Contractor ensures that the construction, to include that of subContractors and suppliers, complies with the requirements of the contract. At least th ree phases of control shall be conducted by the CQC System Manager for each def inable feature of the construction work as follows: 3.6.1 Preparatory Phase This phase shall be performed prior to beginning wo rk on each definable feature of work, after all required plans/documents /materials are approved/accepted, and after copies are at the work site. This phase shall include: a. A review of each paragraph of applicable specif ications, reference codes, and standards. A copy of those sections of referen ced codes and standards applicable to that portion of the work to be accomp lished in the field shall be made available by the Contractor at the preparat ory inspection. These copies shall be maintained in the field and availab le for use by Government personnel until final acceptance of the work. b. A review of the contract drawings. c. A check to assure that all materials and/or equ ipment have been tested, submitted, and approved. d. Review of provisions that have been made to pro vide required control inspection and testing.

Page 139: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

e. Examination of the work area to assure that all required preliminary work has been completed and is in compliance with the co ntract. f. A physical examination of required materials, e quipment, and sample work to assure that they are on hand, conform to approve d shop drawings or submitted data, and are properly stored. g. A review of the appropriate activity hazard ana lysis to assure safety requirements are met. h. Discussion of procedures for controlling qualit y of the work including repetitive deficiencies. Document construction tol erances and workmanship standards for that feature of work. i. A check to ensure that the portion of the plan for the work to be performed has been accepted by the Contracting Offi cer. j. Discussion of the initial control phase. k. The Government shall be notified at least 24 ho urs in advance of beginning the preparatory control phase. This phase shall in clude a meeting conducted by the CQC System Manager and attended by the super intendent, other CQC personnel (as applicable), and the foreman responsi ble for the definable feature. The results of the preparatory phase acti ons shall be documented by separate minutes prepared by the CQC System Manager and attached to the daily CQC report. The Contractor shall instruct applicab le workers as to the acceptable level of workmanship required in order t o meet contract specifications. 3.6.2 Initial Phase This phase shall be accomplished at the beginning o f a definable feature of work. The following shall be accomplished: a. A check of work to ensure that it is in full co mpliance with contract requirements. Review minutes of the preparatory me eting. b. Verify adequacy of controls to ensure full cont ract compliance. Verify required control inspection and testing. c. Establish level of workmanship and verify that it meets minimum acceptable workmanship standards. Compare with required sampl e panels as appropriate. d. Resolve all differences. e. Check safety to include compliance with and upg rading of the safety plan and activity hazard analysis. Review the activity analysis with each worker. f. The Government shall be notified at least 24 ho urs in advance of beginning the initial phase. Separate minutes of this phase shall be prepared by the CQC System Manager and attached to the daily CQC re port. Exact location of initial phase shall be indicated for future referen ce and comparison with follow-up phases. g. The initial phase should be repeated for each n ew crew to work onsite, or any time acceptable specified quality standards are not being met. 3.6.3 Follow-up Phase

Page 140: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Daily checks shall be performed to assure control a ctivities, including control testing, are providing continued compliance with contract requirements, until completion of the particular fe ature of work. The checks shall be made a matter of record in the CQC documen tation. Final follow-up checks shall be conducted and all deficiencies corr ected prior to the start of additional features of work which may be affected b y the deficient work. The Contractor shall not build upon nor conceal non-con forming work. 3.6.4 Additional Preparatory and Initial Phases Additional preparatory and initial phases shall be conducted on the same definable features of work if: the quality of on-g oing work is unacceptable; if there are changes in the applicable CQC staff, o nsite production supervision or work crew; if work on a definable fe ature is resumed after a substantial period of inactivity; or if other probl ems develop. 3.7 TESTS 3.7.1 Testing Procedure The Contractor shall perform specified or required tests to verify that control measures are adequate to provide a product which conforms to contract requirements. Upon request, the Contractor shall f urnish to the Government duplicate samples of test specimens for possible te sting by the Government. Testing includes operation and/or acceptance tests when specified. The Contractor shall procure the services of a Corps of Engineers approved testing laboratory or establish an approved testing laborat ory at the project site. The Contractor shall perform the following activiti es and record and provide the following data: a. Verify that testing procedures comply with cont ract requirements. b. Verify that facilities and testing equipment ar e available and comply with testing standards. c. Check test instrument calibration data against certified standards. d. Verify that recording forms and test identifica tion control number system, including all of the test documentation requirement s, have been prepared. e. Results of all tests taken, both passing and fa iling tests, shall be recorded on the CQC report for the date taken. Spe cification paragraph reference, location where tests were taken, and the sequential control number identifying the test shall be given. If approved b y the Contracting Officer, actual test reports may be submitted later with a r eference to the test number and date taken. An information copy of tests perfo rmed by an offsite or commercial test facility shall be provided directly to the Contracting Officer. Failure to submit timely test reports as stated may result in nonpayment for related work performed and disapprov al of the test facility for this contract. 3.7.2 Testing Laboratories 3.7.2.1 Capability Check The Government reserves the right to check laborato ry equipment in the proposed laboratory for compliance with the standar ds set forth in the

Page 141: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

contract specifications and to check the laboratory technician's testing procedures and techniques. Laboratories utilized f or testing soils, concrete, asphalt, and steel shall meet criteria detailed in ASTM D 3740 and ASTM E 329. 3.7.2.2 Capability Recheck If the selected laboratory fails the capability che ck, the Contractor will be assessed a charge determined by the Contracting Off icer's Representative to reimburse the Government for each succeeding rechec k of the laboratory or the checking of a subsequently selected laboratory. Su ch costs will be deducted from the contract amount due the Contractor. 3.7.3 Onsite Laboratory The Government reserves the right to utilize the Co ntractor's control testing laboratory and equipment to make assurance tests, a nd to check the Contractor's testing procedures, techniques, and te st results at no additional cost to the Government. 3.7.4 Furnishing or Transportation of Samples for Testing Costs incidental to the transportation of samples o r materials shall be borne by the Contractor. Samples of materials for test v erification and acceptance testing by the Government shall be delivered to the Corps of Engineers Division Laboratory, f.o.b., at the following addre ss: For paint tests and analyses only, the samples shal l be shipped or delivered to: Chemistry Quality Assurance Laboratory 420 South 18th Street Omaha, NE 68102 All other samples to: To a local commercial laboratory as directed by the Contracting Officers Representative. Coordination for each specific test, exact delivery location, and dates will be made through the Area Office. 3.8 COMPLETION INSPECTION 3.8.1 Punch-Out Inspection Near the end of the work, or any increment of the w ork established by a time stated in the SPECIAL CONTRACT REQUIREMENTS Clause , "Commencement, Prosecution, and Completion of Work", or by the spe cifications, the CQC Manager shall conduct an inspection of the work. A punch list of items which do not conform to the approved drawings and specifi cations shall be prepared and included in the CQC documentation, as required by paragraph DOCUMENTATION. The list of deficiencies shall include the estimate d date by which the deficiencies will be corrected. The CQC System Man ager or staff shall make a second inspection to ascertain that all deficiencie s have been corrected. Once this is accomplished, the Contractor shall not ify the Government that the facility is ready for the Government Pre-Final insp ection. 3.8.2 Pre-Final Inspection

Page 142: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

The Government will perform the pre-final inspectio n to verify that the facility is complete and ready to be occupied. A G overnment Pre-Final Punch List may be developed as a result of this inspectio n. The Contractor's CQC System Manager shall ensure that all items on this list have been corrected before notifying the Government, so that a Final in spection with the customer can be scheduled. Any items noted on the Pre-Final inspection shall be corrected in a timely manner. These inspections an d any deficiency corrections required by this paragraph shall be acc omplished within the time slated for completion of the entire work or any par ticular increment of the work if the project is divided into increments by s eparate completion dates. 3.8.3 Final Acceptance Inspection The Contractor's Quality Control Inspection personn el, plus the superintendent or other primary management person, and the Contrac ting Officer's Representative shall be in attendance at the final acceptance inspection. Additional Government personnel including, but not limited to, those from Base/Post Civil Facility Engineer user groups, and major commands may also be in attendance. The final acceptance inspection wil l be formally scheduled by the Contracting Officer based upon results of the P re-Final inspection. Notice shall be given to the Contracting Officer at least 14 days prior to the final acceptance inspection and shall include the C ontractor's assurance that all specific items previously identified to the Con tractor as being unacceptable, along with all remaining work perform ed under the contract, will be complete and acceptable by the date scheduled fo r 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 insp ection cost in accordance with the contract clause titled "Inspection of Cons truction". 3.9 DOCUMENTATION The Contractor shall maintain current records provi ding factual evidence that required quality control activities and/or tests ha ve been performed. These records shall include the work of subContractors an d suppliers and shall be on an acceptable form that includes, as a minimum, the following information: a. Contractor/subContractor and their area of resp onsibility. b. Operating plant/equipment with hours worked, id le, or down for repair. c. Work performed each day, giving location, descr iption, and by whom. When Network Analysis (NAS) is used, identify each phase of work performed each day by NAS activity number. d. Test and/or control activities performed with r esults and references to specifications/drawings requirements. The control phase shall be identified (Preparatory, Initial, Follow-up). List of deficie ncies noted, along with corrective action. e. Quantity of materials received at the site with statement as to acceptability, storage, and reference to specificat ions/drawings requirements. f. Submittals and deliverables reviewed, with cont ract reference, by whom, and action taken. g. Offsite surveillance activities, including acti ons taken.

Page 143: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

h. Job safety evaluations stating what was checked , results, and instructions or corrective actions. i. Instructions given/received and conflicts in pl ans and/or specifications. j. Contractor's verification statement. These records shall indicate a description of trade s working on the project; the number of personnel working; weather conditions encountered; and any delays encountered. These records shall cover both conforming and deficient features and shall include a statement that equipme nt and materials incorporated in the work and workmanship comply wit h the contract. The original and one copy of these records in report fo rm shall be furnished to the Government daily within 24 hours after the date covered by the report, except that reports need not be submitted for days on which no work is performed. As a minimum, one report shall be prepa red 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 c ontract. The first report following a day of no work shall be for that day on ly. Reports shall be signed and dated by the CQC System Manager. The re port from the CQC System Manager shall include copies of test reports and co pies of reports prepared by all subordinate quality control personnel. 3.10 SAMPLE FORMS Sample forms enclosed at the end of this section. 3.11 NOTIFICATION OF NONCOMPLIANCE The Contracting Officer will notify the Contractor of any detected noncompliance with the foregoing requirements. The Contractor shall take immediate corrective action after receipt of such n otice. Such notice, when delivered to the Contractor at the work site, shall be deemed sufficient for the purpose of notification. If the Contractor fai ls or refuses to comply promptly, the Contracting Officer may issue an orde r stopping all or part of the work until satisfactory corrective action has b een 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.

Page 144: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 62 35

RECYCLED / RECOVERED MATERIALS

07/06 PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this s pecification to the extent referenced. The publications are referred to withi n the text by the basic designation only. U.S. NATIONAL ARCHIVES AND RECORDS ADMINISTRATION ( NARA) 40 CFR 247Comprehensive Procurement Guideline for P roducts Containing Recovered Materials 1.2 OBJECTIVES Government procurement policy is to acquire, in a c ost effective manner, items containing the highest percentage of recycled and r ecovered materials practicable consistent with maintaining a satisfact ory level of competition without adversely affecting performance requirement s or exposing suppliers' employees to undue hazards from the recovered mater ials. The Environmental Protection Agency (EPA) has designated certain item s which must contain a specified percent range of recovered or recycled ma terials. EPA designated products specified in this contract comply with the stated policy and with the EPA guidelines. The Contractor shall make all reas onable efforts to use recycled and recovered materials in providing the E PA designated products and in otherwise utilizing recycled and recovered mater ials in the execution of the work. 1.3 EPA DESIGNATED ITEMS INCORPORATED IN THE WORK Various sections of the specifications contain requ irements for materials that have been designated by EPA as being products which are or can be made with recovered or recycled materials. These items, when incorporated into the work under this contract, shall contain at least the spe cified percentage of recycled or recovered materials unless adequate jus tification (non-availability) for non-use is provided. When a desi gnated item is specified as an option to a non-designated item, the designated item requirements apply only if the designated item is used in the work. 1.4 EPA PROPOSED ITEMS INCORPORATED IN THE WORK Products other than those designated by EPA are sti ll being researched and are being considered for future Comprehensive Procureme nt Guideline (CPG) designation. It is recommended that these items, w hen incorporated in the work under this contract, contain the highest pract icable percentage of recycled or recovered materials, provided specified requirements are also met. 1.5 EPA LISTED ITEMS USED IN CONDUCT OF THE WORK BUT NOT INCORPORATED IN THE WORK There are many products listed in 40 CFR 247 which have been designated or proposed by EPA to include recycled or recovered ma terials that may be used by

Page 145: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

the Contractor in performing the work but will not be incorporated into the work. These products include office products, temp orary traffic control products, and pallets. It is recommended that thes e non-construction products, when used in the conduct of the work, con tain the highest practicable percentage of recycled or recovered mat erials and that these products be recycled when no longer needed.

Page 146: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

SECTION 01 78 23

OPERATION AND MAINTENANCE DATA 04/06

PART 1 GENERAL 1.1 SUBMISSION OF OPERATION AND MAINTENANCE DATA Submit Operation and Maintenance (O&M) Data specifi cally applicable to this contract and a complete and concise depiction of th e provided equipment, product, or system. Organize and present informati on in sufficient detail to clearly explain O&M requirements at the system, equ ipment, component, and subassembly level. Include an index preceding each submittal. Submit in accordance with this section and Section 01 33 00 S UBMITTAL PROCEDURES. 1.1.1 Package Quality Documents must be fully legible. Poor quality copi es and material with hole punches obliterating the text or drawings will not be accepted. 1.1.2 Package Content Data package content shall be as shown in the parag raph titled "Schedule of Operation and Maintenance Data Packages." Comply w ith the data package requirements specified in the individual technical sections, including the content of the packages and addressing each product , component, and system designated for data package submission. 1.1.3 Changes to Submittals Manufacturer-originated changes or revisions to sub mitted data shall be furnished by the Contractor if a component of an it em is so affected subsequent to acceptance of the O&M Data. Changes, additions, or revisions required by the Contracting Officer for final accep tance of submitted data, shall be submitted by the Contractor within 30 cale ndar days of the notification of this change requirement. 1.2 TYPES OF INFORMATION REQUIRED IN O&M DATA PAC KAGES 1.2.1 Operating Instructions Include specific instructions, procedures, and illu strations for the following phases of operation: 1.2.1.1 Safety Precautions List personnel hazards and equipment or product saf ety precautions for all operating conditions. 1.2.1.2 Operator Prestart Include procedures required to set up and prepare e ach system for use. 1.2.1.3 Startup, Shutdown, and Post-Shutdown Proc edures Provide narrative description for Startup, Shutdown and Post-shutdown operating procedures including the control sequence for each procedure.

Page 147: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1.2.1.4 Normal Operations Provide narrative description of Normal Operating P rocedures. Include Control Diagrams with data to explain operation and control of systems and specific equipment. 1.2.1.5 Emergency Operations Include Emergency Procedures for equipment malfunct ions to permit a short period of continued operation or to shut down the e quipment to prevent further damage to systems and equipment. Include Emergency Shutdown Instructions for fire, explosion, spills, or other foreseeable conti ngencies. Provide guidance and procedures for emergency operation of all utili ty systems including required valve positions, valve locations and zones or portions of systems controlled. 1.2.1.6 Operator Service Requirements Include instructions for services to be performed b y the operator such as lubrication, adjustment, inspection, and recording gage readings. 1.2.1.7 Environmental Conditions Include a list of Environmental Conditions (tempera ture, humidity, and other relevant data) that are best suited for the operati on of each product, component or system. Describe conditions under whi ch the item equipment should not be allowed to run. 1.2.2 Preventive Maintenance Include the following information for preventive an d scheduled maintenance to minimize corrective maintenance and repair. 1.2.2.1 Lubrication Data Include preventative maintenance lubrication data, in addition to instructions for lubrication provided under paragraph titled "Op erator Service Requirements": a. A table showing recommended lubricants for spec ific temperature ranges and applications. b. Charts with a schematic diagram of the equipmen t showing lubrication points, recommended types and grades of lubricants, and capacities. c. A Lubrication Schedule showing service interval frequency. 1.2.2.2 Preventive Maintenance Plan and Schedule Include manufacturer's schedule for routine prevent ive maintenance, inspections, tests and adjustments required to ensu re proper and economical operation and to minimize corrective maintenance. Provide manufacturer's projection of preventive maintenance work-hours on a daily, weekly, monthly, and annual basis including craft requirements by ty pe of craft. For periodic calibrations, provide manufacturer's specified freq uency and procedures for each separate operation.

Page 148: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1.2.3 Corrective Maintenance (Repair) Include manufacturer's recommended procedures and i nstructions for correcting problems and making repairs. 1.2.3.1 Troubleshooting Guides and Diagnostic Tec hniques Include step-by-step procedures to promptly isolate the cause of typical malfunctions. Describe clearly why the checkout is performed and what conditions are to be sought. Identify tests or ins pections and test equipment required to determine whether parts and equipment m ay be reused or require replacement. 1.2.3.2 Wiring Diagrams and Control Diagrams Wiring diagrams and control diagrams shall be point -to-point drawings of wiring and control circuits including factory-field interfaces. Provide a complete and accurate depiction of the actual job s pecific wiring and control work. On diagrams, number electrical and electroni c wiring and pneumatic control tubing and the terminals for each type, ide ntically to actual installation configuration and numbering. 1.2.3.3 Maintenance and Repair Procedures Include instructions and alist of tools required to repair or restore the product or equipment to proper condition or operati ng standards. 1.2.3.4 Removal and Replacement Instructions Include step-by-step procedures and a list required tools and supplies for removal, replacement, disassembly, and assembly of components, assemblies, subassemblies, accessories, and attachments. Provi de tolerances, dimensions, settings and adjustments required. Instructions sh all include a combination of text and illustrations. 1.2.3.5 Spare Parts and Supply Lists Include lists of spare parts and supplies required for maintenance and repair to ensure continued service or operation without un reasonable delays. Special consideration is required for facilities at remote locations. List spare parts and supplies that have a long lead-time to ob tain. 1.2.4 Corrective Maintenance Work-Hours Include manufacturer's projection of corrective mai ntenance work-hours including requirements by type of craft. Correctiv e maintenance that requires completion or participation of the equipment manufa cturer shall be identified and tabulated separately. 1.2.5 Appendices Provide information required below and information not specified in the preceding paragraphs but pertinent to the maintenan ce or operation of the product or equipment. Include the following: 1.2.6 Parts Identification

Page 149: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

Provide identification and coverage for all parts o f each component, assembly, subassembly, and accessory of the end items subject to replacement. Include special hardware requirements, such as requirement to use high-strength bolts and nuts. Identify parts by make, model, serial nu mber, and source of supply to allow reordering without further identification. Provide clear and legible illustrations, drawings, and exploded views to enab le easy identification of the items. When illustrations omit the part number s and description, both the illustrations and separate listing shall show the i ndex, reference, or key number that will cross-reference the illustrated pa rt to the listed part. Parts shown in the listings shall be grouped by com ponents, assemblies, and subassemblies in accordance with the manufacturer's standard practice. Parts data may cover more than one model or series of equ ipment, components, assemblies, subassemblies, attachments, or accessor ies, such as typically shown in a master parts catalog 1.2.6.1 Warranty Information List and explain the various warranties and include the servicing and technical precautions prescribed by the manufacture rs or contract documents in order to keep warranties in force. Include warrant y information for primary components such as the compressor of air conditioni ng system. 1.2.6.2 Personnel Training Requirements Provide information available from the manufacturer s that is needed for use in training designated personnel to properly operat e and maintain the equipment and systems. 1.2.6.3 Testing Equipment and Special Tool Inform ation Include information on test equipment required to p erform specified tests and on special tools needed for the operation, maintena nce, and repair of components. 1.2.6.4 Contractor Information Provide a list that includes the name, address, and telephone number of the General Contractor and each Subcontractor who insta lled the product or equipment, or system. For each item, also provide the name address and telephone number of the manufacturer's representati ve and service organization most convenient to the project site. Provide the n ame, address, and telephone number of the product, equipment, and system manufa cturers. 1.3 SCHEDULE OF OPERATION AND MAINTENANCE DATA PA CKAGES Furnish the O&M data packages specified in individu al technical sections. The required information for each O&M data package is a s follows: 1.3.1 Data Package 1 a. Safety precautions b. Maintenance and repair procedures c. Warranty information d. Contractor information

Page 150: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

e. Spare parts and supply list 1.3.2 Data Package 2 a. Safety precautions b. Normal operations c. Environmental conditions d. Lubrication data e. Preventive maintenance plan and schedule f. Maintenance and repair procedures g. Removal and replacement instructions h. Spare parts and supply list i. Parts identification j. Warranty information k. Contractor information 1.3.3 Data Package 3 a. Safety precautions b. Normal operations c. Emergency operations d. Environmental conditions e. Lubrication data f. Preventive maintenance plan and schedule g. Troubleshooting guides and diagnostic technique s h. Wiring diagrams and control diagrams i. Maintenance and repair procedures j. Removal and replacement instructions k. Spare parts and supply list l. Parts identification m. Warranty information n. Testing equipment and special tool information o. Contractor information

Page 151: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

1.3.4 Data Package 4 a. Safety precautions b. Operator prestart c. Startup, shutdown, and post-shutdown procedures d. Normal operations e. Emergency operations f. Operator service requirements g. Environmental conditions h. Lubrication data i. Preventive maintenance plan and schedule j. Troubleshooting guides and diagnostic technique s k. Wiring diagrams and control diagrams l. Maintenance and repair procedures m. Removal and replacement instructions n. Spare parts and supply list o. Corrective maintenance man-hours p. Parts identification q. Warranty information r. Personnel training requirements s. Testing equipment and special tool information t. Contractor information 1.3.5 Data Package 5 a. Safety precautions b. Operator prestart c. Start-up, shutdown, and post-shutdown procedure s d. Normal operations e. Environmental conditions f. Preventive maintenance plan and schedule g. Troubleshooting guides and diagnostic technique s

Page 152: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf

DESIGN BUILD WAREHOUSE MATOC TASK ORDER MONTEVIDEO, URUGUAY MB10EH21

h. Wiring and control diagrams i. Maintenance and repair procedures j. Spare parts and supply list k. Testing equipments and special tools l. Warranty information m. Contractor information PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used.

Page 153: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf
Page 154: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf
Page 155: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf
Page 156: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf
Page 157: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf
Page 158: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf
Page 159: SPECIFICATIONS RELIEF WAREHOUSE IMAE URUGUAY 1.pdf